You are on page 1of 26

`Ref No: AIDC/GM/TT/Consultant/96/2020/3686 06/08/2020

REQUEST FOR PROPOSAL


FOR
ENGAGEMENT OF CONSULTANT
FOR
ASSISTING THE STATE NODAL AGENCY
AND COLLABORATING
IN DEVELOPMENT OF TWIN TOWERS IN
GUWAHATI, ASSAM

Request for Proposal (RFP)

AUGUST, 2020

Assam Industrial Development Corporation Limited (AIDC)


RG Baruah Road, Guwahati, Assam 781024
Tel: (91-361) 2201215 Fax: (91-361) 2200060 E-mail: aidcltd@gmail.com
Website: www.aidcltd.com
Assam Industrial Development Corporation (AIDC) Ltd.
R. G. Baruah Road, Guwahati, PIN-781024, Assam, INDIA

Request for Proposal (RfP) for Engagement of a Consultant for assisting the
Government of Assam and the State Nodal Agency and collaborating with it in the
development of twin towers in Guwahati (Ref No: AIDC/GM/TT/Consultant/96/2020/
3686 dated 06/08/2020)
Government of Assam has envisaged the development of twin towers as an Integrated
Business Area in Guwahati to serve as a Trade and Business Gateway for South-East Asian
nations with the objective of achieving accelerated economic development in the state. The
Assam Industrial Development Corporation Limited (AIDC), a Government of Assam
undertaking and the State Nodal Agency for the project has been entrusted to select the
Consultant for the Project.
Tenders are invited by Assam Industrial Development Corporation Limited (AIDC) from
interested bidders for Selection of Consultant for assisting and collaborating with it for
development of twin towers. The salient features of the project, eligibility criteria and
prescribed formats for submission can be accessed in the RFP document uploaded on the
website: www.assamtenders.gov.in/
Interested applicants are requested to submit their responses to the RFP on or before
28/08/2020 at 15:00 Hours. The RFP submissions will necessarily have to be accompanied
with a Bank Draft of INR 10,000.00 (Indian Rupees Ten Thousand only) in favour of “Assam
Industrial Development Corporation Limited”, from a nationalised/ scheduled commercial
bank payable at Guwahati, India, as a non-refundable tender processing fee.

Assam Industrial Development Corporation Limited (AIDC)


RG Baruah Road, Guwahati, Assam 781024
Tel: (91-361) 2201215 Fax: (91-361) 2200060 E-mail: aidcltd@gmail.com
Website: www.aidcltd.com
CIN: U75112AS19655GC001246
Disclaimer

1. This RFP document is neither an agreement nor an offer by the AIDC to the prospective
Applicants or any other person. The purpose of this RFP is to provide information to the
interested parties that may be useful to them in the formulation of their proposal pursuant to
this RFP.

2. AIDC does not make any representation or warranty as to the accuracy, reliability or
completeness of the information in this RFP document and it is not possible for AIDC to
consider needs of each party who reads or uses this RFP document. This RFP includes
statements which reflect various assumptions and assessments arrived at by AIDC in
relation to the consultancy. Such assumptions, assessments and statements do not purport
to contain all the information that each Applicant may require. Each prospective Applicant
should conduct its own investigations and analyses and check the accuracy, reliability and
completeness of the information provided in this RFP document and obtains independent
advice from appropriate sources.

3. AIDC will not have any liability to any prospective Consultancy Company/ Firm/
Consortium or any other person under any laws (including without limitation the law of
contract, tort), the principles of equity, restitution or unjust enrichment or otherwise for any
loss, expense or damage which may arise from or be incurred or suffered in connection with
anything contained in this RFP document, any matter deemed to form part of this RFP
document, the award of the Assignment, the information and any other information supplied
by or on behalf of AIDC or their employees, any consultants or otherwise arising in any way
from the selection process for the Assignment. AIDC will also not be liable in any manner
whether resulting from negligence or otherwise however caused arising from reliance of any
Applicant upon any statements contained in this RFP.

4. AIDC will not be responsible for any delay in receiving the proposals. The issue of this
RFP does not imply that AIDC is bound to select an Applicant or to appoint the Selected
Applicant, as the case may be, for the consultancy and AIDC reserves the right to
accept/reject any or all of proposals submitted in response to this RFP document at any
stage without assigning any reasons whatsoever. AIDC also reserves the right to withhold or
withdraw the process at any stage with intimation to all who submitted the RFP Application.

5. The information given is not an exhaustive account of statutory requirements and should
not be regarded as a complete or authoritative statement of law. AIDC accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.

6. AIDC reserves the right to change/ modify/ amend any or all provisions of this RFP
document. Such revisions to the RFP / amended RFP will be made available on the website.
Contents
Section 1. Letter of Invitation .......................................................................................................... 5
Section 2. Data Sheet ........................................................................................................................ 6
Section 3. Terms of Reference ....................................................................................................... 7
Section 4. Minimum Firm Qualification Criteria ....................................................................... 10
Section 5. Time and Payment Schedule .................................................................................... 11
Section 6. Team of Consultant ..................................................................................................... 11
Section 6. Evaluation criteria for Key personnel/ staff .......................................................... 13
Annexure1. Technical Proposal – Standard Forms ................................................................ 16
Annexure2. Financial Proposal – Standard Form ................................................................... 26
Section 1. Letter of Invitation

Guwahati

Date: 06/08/2020

1.1. Introduction

 Government of Assam (GoA) proposes to undertake a public private partnership


project (the “Project”) for developing twin towers in Guwahati, Assam. Envisaged as
one of the prime landmarks of the city, this mixed model twin tower shall locate
businesses, offices, commercial units and residential units.
 Therefore, AIDC invites proposals to undertake following assignment (“The
Assignment”): The detailed scope of services is provided in the Terms of Reference.

1.2. Objectives

The objective of this RFP is to engage a Consultant for assisting the State Nodal
Agency and collaborating with it for development of the envisaged twin towers

1.3. A Consultant will be selected under Combined Quality cum Cost Based
Selection (CQCCBS) and procedures described in this RFP.

1.4. The RFP includes the following documents:

All clarifications/ corrigenda will be published only on WWW.assamtenders.gov.in. The official


website for accessing the information related to this RFP is WWW.assamtenders.gov.in

Yours sincerely

Managing Director
AIDC
Section 2. Data Sheet

Objective Engagement of consultant for supporting and collaborating with the State Nodal
Agency in the development of Twin Towers in Guwahati, Assam
Location Guwahati, Assam
Engagement Duration 24 months, which may be extended till the completion of project construction
period
Qualification Criteria Mentioned in Section 3 of the document
Bid Evaluation Three stage bidding system shall be followed:
Methodology Stage 1: Evaluation of Qualification Criteria
Stage 2: Technical Evaluation cum Financial Qualification in QCBS (Technical
and Financial weights assigned for bid evaluation is 0.80 and 0.20 respectively)
Bidding platform Online competitive bidding:
eProcurement website of Government of Assam shall be used
https://assamtenders.gov.in/

Earnest Money Deposit INR 5,00,000/- (Rupees Five Lakh only)

The Earnest Money Deposit (EMD) to be deposited vide Demand Drafts/


Banker Cheque in favour of Assam Industrial Development Corporation Ltd.,
payable at Guwahati, in a sealed envelope not later than the Bid Due Date and
addressed to the Managing Director, Assam Industrial Development
Corporation Ltd., R.G. Baruah Road, and Guwahati-781024.
The scanned copy of the Demand Draft/ Banker Cheque must be uploaded at
the time of submission of bid through e-tender.

Tender Fee INR 10,000/- (Rupees Ten Thousand only)

The Tender Fee to be deposited vide Demand Drafts/ Banker Cheque in favour
of Assam Industrial Development Corporation Ltd., payable at Guwahati, in a
sealed envelope not later than the Bid Due Date and addressed to the
Managing Director, Assam Industrial Development Corporation Ltd., R.G.
Baruah Road, and Guwahati-781024.

The scanned copy of the Demand Draft/ Banker Cheque must be uploaded at
the time of submission of bid through e-tender.

Pre-Bid Conference Time and Date of Pre-Bid Meeting: 17th August at 15:00 Hours
Venue of Pre-Bid Meeting: Assam Industrial Development Corporation Limited
(AIDC), R. G. Baruah Road, Guwahati – 781024, Assam, INDIA
Pre-Bid Queries Last Date and time for submitting Pre-Bid Queries through e-mail to
aidcltd@gmail.com is 13.08.2020 upto 15:00 Hrs.

Submission of tender Bidding documents, signed by authorized person of the bidder, must be
submitted online on or before 28/08/2020 at 15:00 Hours.
Tender Opening 28.08.2020 at 16:00 Hrs.

Procedure for submission Bidders are requested to submit their tenders through e-procurement portal
of tender https://assamtenders.gov.in/. Upon successfully completion of online
submission, the Bidder will send a Hardcopy of the Technical bid as submitted
online to AIDC in a sealed envelope along with EMD & Tender fee by latest
28.08.2020 upto 14:00 Hrs.
Payment Schedule As mentioned in Section 5 of the document
Section 3. Terms of Reference

1. General

1.1. Assam Industries Development Corporation (the “Authority”) wants to undertake a


public private partnership project (the “Project”) for developing twin towers in
Guwahati, Assam. Envisaged as one of the prime landmarks of the city, this
mixed model twin tower shall locate offices, residential units and commercial
spaces. Unencumbered land parcel measuring approximately 32 Bighas and
valued at approximately INR 180 Cr will be provided by the Concessioning
Authority as its share in the SPV that will be formed for the PPP project.

1.2. The Authority now seeks the services of a qualified firm for acting as Consultant
for appraising the Project, developing a favourable Revenue Model for the
Authority and preparing Project Marketing and Bid Documents for the Project
(collectively the “Consultancy”). The Terms of Reference (the “TOR”) and the
scope of the Consultancy for this assignment are specified below.

1.3. The Consultant shall be responsible for preparing the relevant Schedules of the
Concession Agreement and for bringing out any special feature or requirement of
the Project referred to in the Concession Agreement or the Manual.

1.4. The Consultant shall assist the Authority and / or its representatives by furnishing
clarifications as required for the structuring, documentation and award of the
Project.

1.5. The Consultant shall participate in the pre-bid conferences with the Bidders of the
Project and assist the Authority in clarifying the financial aspects arising from the
Bid Documents.

1.6. The Consultant shall make available the Financial Expert and other Key
Personnel to attend and participate in meetings, conferences and discussions
with the Authority and shall otherwise advise on and assist the Authority in the
diverse commercial issues that may arise from time to time.

1.7. The Consultant shall assist the Corporation in clarifying all the aspects of the
project to Govt / Public body/ Financial Institutions etc.

1.8. The Consultant shall assist the Authority in selecting the most suitable and
competent company from among the bidders for the Project.

1.9. While selecting the company for developing the twin towers the Consultant shall
ensure maximization of benefits for the State Government.

1.10. The Consultant shall also serve as the Technical Consultant/ PMU for the Project
and shall assist the Authority in QC checks at each stage of execution of the
Project and in monitoring physical progress at such intervals as shall be
instructed by the Authority.
1.11. The Consultant is required to establish a main office at Guwahati. The Consultant
will be required to provide sufficient technically qualified and experienced staff in
the office for providing the required level of service

1.12. The tender value reflected in the portal is only tentative.

2. Objective

The objective of this assignment (the “Objective”) is to procure transaction related


advice, undertake a financial appraisal and assist in project marketing and the
bidding process and award of the Project in a manner which ensures:
(a) participation by the best available companies in the bidding process;
(b) optimizing the concession period and revenue potential of the Project; and
(d) sustainability of the Project throughout the concession period.
(e) Monitoring the activities of the project for timely completion and quality
assurances.

3. Scope of Services

3.1. The scope of services shall include:

(a) assisting the Authority in structuring the project:


 identification and quantification of estimated financial impact of the
Project on government resources;
 development of various possible alternatives for revenue maximization
and preparation of Revenue Model for the Project;
 advising on tax-related issues arising out of the Project structuring;
 preparation of a consolidated list of approvals/consents/clearances
required from Government Instrumentalities; and
 assistance in preparation of procurement documents including the
relevant Schedules of the Concession Agreement.
 advising and assisting the Authority in quality and capacity
enhancement of the executing agency at the Project Preparation
stage as well as the Execution stage.
 scrutinising DPRs and providing independent quality monitoring
(b) assisting the Authority in extensive marketing and promotion of the project to
identify domestic, national or international potential developers for the proposed
project
(c) assisting the Authority in selection of developer for the project:
 assisting the Authority in the entire procurement process up to the
signing of the concession agreement;
 assist in preparation of Concession Agreement;

In making its projections, recommendations and Reports, the consultant shall identify the
underlying assumptions and reach an agreement with the Authority in relation thereto.
The services to be rendered by the consultants are briefly explained hereunder; the list
being illustrative and not comprehensive:
I. Knowledge Support: The Consultant shall be responsible for review of the
financial parameters. The Consultant will also render advisory services for project
marketing, the procurement process and will assist in the preparation of bidding
documents and in conducting the bidding process for selection of the
concessionaire for the project. The Consultant 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 Consultant
shall assist the Authority in responding to all queries satisfactorily and within the
specified time.
II. The Consultant shall render advisory services beyond the signing of the
Concession Agreement and till the physical completion of the Project as per
Project Plan.

III. Estimation of revenues: The Consultant shall evaluate the available data and
information with a view to preparing a reasonable estimation of the likely
revenues of the concessionaire. It shall propose various options for optimizing
such revenues.

IV. Concession Agreement: The Consultant shall assist the Authority in preparing
the Concession Agreement and consider applicable government rules, policies
and provisions while making its recommendations.

V. Impact of Project on Government Resources: The Consultant shall also


identify and quantify the estimated financial impact of the Project on the
resources of the State Government and the Project Authority.

VI. Development of Revenue Model: The Consultant shall identify and quantify all
costs, expenses and revenues of the Project.

VII. Project Appraisal: Based on the parameters specified in the draft Bid
Documents the Consultant shall prepare an Appraisal Report for the Project
outlining the salient features of the Project and its social and economic benefits.
The Consultant shall work out the financial viability of the Project with a view to
estimating the likely IRR over a concession period of 25 years, 35 years, 40
years and 50 years. The Consultant shall estimate the capital costs, O&M costs,
revenues etc. and prepare a financial appraisal report for the Project.

VIII. Assistance in the RFQ process: The bidding process is specified in the Model
Request for Qualification (RFQ) document which is available at
www.pppinindia.gov.in. The Consultant shall assist in adapting the Model RFQ
document for project- specific purposes. The Consultant shall also assist the
Authority in the pre-qualification process. The Authority intends to pre-qualify and
short-list bidders based on the response to the RFQ document.

IX. Assistance in preparation of Bid Documents: The Consultant shall assist in


preparing the Request for Proposal and draft Concession Agreement based on
the Model RFP and Model Concession Agreement. The Model RFP and Model
Concession Agreement are available at www.pppinindia.gov.in. The Consultant
may also suggest improvements in the development plan and in the Bid
Documents. For this purpose, they shall work closely with the Authority. Bid
documents would include RFP, the draft Concession Agreement and the
Feasibility Report. Bids to be submitted by the bidders shall be based on the
aforesaid Bid Documents.

X. Assistance in the Bid Process: The Consultant shall assist the Authority in 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 Consultant 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. It will also assist the Authority in preparing internal notes and projections
for securing governmental approvals, if any.

XI. Assistance in selection of the preferred bidder: The Authority intends to select
the preferred bidder based on the Proposals received from pre-qualified bidders.
Only financial proposals will be invited as part of the Bidding Process. The
Consultant shall assist the Authority in evaluating the financial proposals and in
engaging with the selected bidder till execution of the Concession Agreement.

XII. Rendering advisory services: The Consultant 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 Consultant shall be responsible primarily for
providing advice relating to financial issues arising from or during the bidding
process and the documents relating thereto.

XIII. Tax and insurance-related Matters: During the Consultancy, the Consultant
may be called upon to advise on tax and / or insurance related issues affecting
the Project.

Section 4. Minimum Firm Qualification Criteria

As part of the evaluation, the Pre-Qualification Proposals submitted should fulfil the Minimum
Qualification Criteria.

Sl. Minimum Qualification Criteria No. of Projects


No
1 Experience in preparation of DPR (Detailed Project 2
Report) for trunk infrastructure of Industrial Regions/
Parks/ Areas with capital cost more than Rs. 500
Crore each on which the construction work has
started. Experience of last five years will only be
considered.
2 Experience of marketing and promotion of SEZs, 2
Industrial Parks/ Areas/ Sector specific parks in the
last 5 years
3 Experience of working with Industrial Development 3
Corporations of States in Industrial plan development,
industrial infrastructure development and, investment
promotion

Experience of last 5 years will only be considered.


4 Average annual turnover for last 3 financial years i.e. INR 500 Crore
2016-17, 2017-18 and 2018-19

Section 5. Time and Payment Schedule

The total duration for preparation of the Appraisal Report and Bid Documents and the
bidding process etc shall be 24 months. The Consultant shall deploy the Key Personnel as
per the deployment plan of Personnel proposed.

Key Date
Description of Deliverables Payment
No.
1 On acceptance of Project concept & Plan 10% of quoted fee
2 On acceptance of RFQ, RFP and DCA 10% of quoted fee

3 On submission of RFP evaluation report 10% of quoted fee


4 On Signing of Concession Agreement 10% of quoted fee
5 Ongoing Support – Monthly Fee 60% of quoted fee
throughout the project period.

Payment shall be made in respect of each Deliverable upon completion thereof.

Section 6. Team of Consultant

The Consultant shall form a team for undertaking this assignment. The Team shall
consist of experts who have the requisite qualifications and experience. Financial Expert
shall be the leader of the Team. The following Key Personnel whose experience and
responsibilities are briefly described herein would be considered for evaluation of the
Technical Proposal. Other expertise as required for the services to be rendered by the
Consultant shall be included in the Team either through the Key Personnel specified
below or through other Professional Personnel, as necessary.

Financial Expert-cum-Team Leader (the “Financial Expert”) – 1 No


Educational MBA (Finance)/ CA/ CFA or equivalent
Qualifications
Essential Experience 12 (twelve) years of experience.

(S)he should have led preparation of revenue


model and/or bid documents for 5 (five) Eligible
Assignments, of which at least 2 (two) should have
been PPP projects.

Job responsibilities (S)he will lead, co-ordinate and supervise the


Consultancy Team for delivering the Consultancy
in a timely manner as envisaged in this RFP.
Minimum time required on Full time onsite
site

Civil Engineering Expert- 2 Nos


Educational Graduate in engineering
Qualifications
Essential Experience 8 (Eight) years in civil/ construction works
supervision.

(S)he should have worked as a construction sector


expert for at least 3 (three) Eligible Assignments.
(S)he should preferably have experience of at least
1 (one) PPP project.

Job responsibilities (S)he will provide the sectoral perspective and


technical advice to the team. (S)he will also review
the cost estimates based on the Feasibility Report
and the Concession Agreement.
Minimum time required at site Full time Onsite

PPP Specialist – 1 No
Educational CA or Post-Graduate in Management / Finance/
Qualifications Commerce / Law

Essential Experience 8 years of experience in Public Procurement (S)he


should have worked in at least 3 PPP Projects as
the Bid Process Management Specialist or
Procurement Specialist
Job responsibilities (S)he will be responsible for drafting the RFQ, RFP
and Concession Agreement etc. and shall assist
the Authority in bid process management.
Minimum time required at site Full time Onsite

Consultant – 1 No
Educational MBA/CA/CFA or equivalent
Qualifications
Essential Experience 5 (five) years in Project Preparation /Appraisal.
(S)he should have worked as member of a financial
team in preparation of revenue model and/or bid
documents for at least 2(two) assignments.

Job responsibilities (S)he shall assist the key experts in preparing


various reports, creation of project marketing
documents and presentations.
Minimum time required at site Full time Onsite

Section 7. Evaluation criteria for Key personnel/ staff

As part of the evaluation, the Pre-Qualification Proposals submitted should fulfil the Minimum
Qualification Criteria. In case an Applicant does not fulfil the Minimum Qualification Criteria,
the Technical Proposal of such an Applicant will not be evaluated further. In such cases, the
RFP containing the EMD will be returned after completion of evaluation of Pre-Qualification.

Technical Evaluation Criteria: The evaluation committee (“Evaluation Committee”)


appointed by the Authority will carry out the evaluation of Proposals on the basis of the
following evaluation criteria and points system. Each evaluated Proposal will be given a
technical score (St) as detailed below.

Sl. Technical Evaluation Criteria Max. marks


No
1 Experience in preparation of DPR (Detailed Project 20
Report) for trunk infrastructure of Industrial Regions/
Parks/ Areas with capital cost more than Rs. 200
Crore each on which the construction work has
started.

At least 10 projects in the last 5 years. 2 marks for


each project
2 Experience of marketing and promotion of SEZs, 20
Industrial Parks/ Areas/ Sector specific parks

At least 10 projects in the last 7 years. 2 marks for


each project
3 Experience of working with Industrial Development 20
Corporations of States in Industrial plan development,
industrial infrastructure development and, investment
promotion

At least 10 projects in the last 5 years. 2 mark for


each project
3 Qualification and competence of the key staff for the 40
Assignment
Total 100
Evaluation criteria for Key personnel/staff

SN Key staff Marks

1. Financial Expert-cum-Team Leader 10

2. Civil Engineering Expert 8 each

3. PPP Specialist 8

4. Consultant 6

TOTAL MARKS 40

A. APPROACH AND METHODOLOGY 20%

A1. Approach and Methodology 20%

B. ADEQUACY FOR THE ASSIGNMENT 70%


B1. Experience in similar capacity/ broad sector 30%
B2. Experience relevant to TOR/ Assignment 35%
B3. Overseas/ International experience 5%
C. FAMILIARITY WITH THE REGION 10%
C1. Experience of infrastructure/ sectoral/investment promotion project in 5%
Assam/ North East
C2. Knowledge of local language and culture 5%

The minimum technical score required to qualify technical evaluation is 60 Points out of 100.
A proposal will be considered unsuitable and will be rejected at this stage if it does not
respond to important aspects of RFP Document and the Terms of Reference or if it fails to
achieve the minimum technical score. The Authority will notify Applicants who fail to score
the minimum technical score about the same and return their EMD. The Financial Proposals
of such cases will be unopened after completing the technical evaluation process.

The Authority will notify the Applicants who secure the minimum qualifying technical score,
indicating the date and time set for opening the Financial Proposals. The notification may be
sent by registered letter, facsimile, or electronic mail.

The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total
cost of services and should be stated in INR only. Omissions, if any, in costing of any item
shall not entitle the Applicant to be compensated and the liability to fulfil its obligations as per
the Terms of Reference within the total quoted price shall be that of the Applicant. The
evaluation shall exclude those taxes, duties, fees, levies and other charges imposed under
the Applicable Law as applicable on foreign and domestic inputs. The lowest Financial
Proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores (Sf) of
the other Financial Proposals will be determined using the following formula:

Sf = 100 x Fm/F;
in which Sf is the financial score, Fm is the lowest Financial Proposal, and F is the Financial
Proposal (in INR) under consideration.

Proposals will be finally be ranked in accordance with their combined technical (St) and
financial (Sf) scores:

S = St x Tw + Sf x Fw;

where S is the combined score, and Tw and Fw are weights assigned to Technical
Proposal and Financial Proposal that will be 0.80:0.20.

The Applicant achieving the highest combined technical and financial score will be
considered to be the successful Applicant and will be invited for contract signing (the
“Successful Applicant”).
Annexure1. Technical Proposal – Standard Forms

Form 1A: Pre-qualification Proposal Submission Form


Form 1B: Format for Pre-qualification Proposal (Eligible Projects)
Form 1C: Format for Pre-qualification Proposal (Average Annual Turnover of Applicant)
Form 1D: Applicants Experience
Form 1E: Description of Approach, Methodology and Work Plan for Performing the
Assignment
Form 1F: Team Composition and Task Assignments
Form 1G: Curriculum Vitae (CV) for Proposed Professional Staff (with one page of summary
of experience)
Form 1A: Pre-qualification Proposal Submission Form

[Location, Date]

To
The Managing Director,
Assam Industrial Development Corporation Limited,
R. G. Baruah Road, Guwahati – 781024, Assam, India

RFP dated [date] for selection of consultant for [name of assignment]

Dear Sir,

With reference to your RFP Document dated [date], we, having examined all relevant
documents and understood their contents, hereby submit our Technical Proposal for
selection as [name of assignment]. The Proposal is unconditional and unqualified.

We are submitting our Proposal as [insert a list with full name and address].

If negotiations are held during the period of validity of the Proposal, we undertake to
negotiate in accordance with the RFP. Our Proposal is binding upon us, subject only to the
modifications resulting from negotiations in accordance with the RFP.

We understand you are not bound to accept any Proposal you receive.

Further:

1. We acknowledge that Authority will be relying on the information provided in the


Proposal and the documents accompanying the Proposal for selection of the
Consultant, and we certify that all information provided in the Proposal and in the
supporting documents is true and correct, nothing has been omitted which renders
such information misleading; and all documents accompanying such Proposal are
true copies of their respective originals.
2. This statement is made for the express purpose of appointment as the Consultant for
the aforesaid Project.
3. We shall make available to Authority any additional information it may deem
necessary or require for supplementing or authenticating the Proposal
4. We acknowledge the right of Authority to reject our application without assigning any
reason or otherwise and hereby waive our right to challenge the same on any
account whatsoever.
5. We certify that in the last 3 (three) years, we have neither failed to perform on any
contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or
a judicial pronouncement or arbitration award against the Applicant, nor been
expelled from any project or contract by any public authority nor have had any
contract terminated by any public authority for breach on our part.
6. We declare that:
a) We have examined and have no reservations to the RFP
b) We do not have any conflict of interest in accordance with the terms of the RFP;
b) We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as defined in the RFP document, in respect of any tender or
request for proposal issued by or any agreement entered into with Authority or
any other public-sector enterprise or any government, Central or State; and
c) We hereby certify that we have taken steps to ensure that no person acting for us
or on our behalf will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice.
7. We understand that you may cancel the selection process at any time and that you
are neither bound to accept any Proposal that you may receive nor to select the
Consultant, without incurring any liability to the Applicants.
8. We certify that in regard to matters other than security and integrity of the country,
we or any of our affiliates have not been convicted by a court of law or indicted or
adverse orders passed by a regulatory authority which would cast a doubt on our
ability to undertake the Consultancy for the Project or which relates to a grave
offence that outrages the moral sense of the community.
9. We further certify that in regard to matters relating to security and integrity of the
country, we have not been charge-sheeted by any agency of the Government or
convicted by a court of law for any offence committed by us or by any of our
affiliates. We further certify that neither we nor any of our consortium members have
been barred by the central government, any state government, a statutory body or
any public-sector undertaking, as the case may be, from participating in any project
or bid, and that any such bar, if any, does not subsist as on the date of this RFP.
10. We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall we have any claim or right of whatsoever nature if the
consultancy for the Project is not awarded to us or our proposal is not opened or
rejected.
11. In the event of our being selected as the Consultant, we agree to enter into a
Contract.
12. We have studied RFP and all other documents carefully. We understand that except
to the extent as expressly set forth in the Contract, we shall have no claim, right or
title arising out of any documents or information provided to us by Authority or in
respect of any matter arising out of or concerning or relating to the selection process
including the award of consultancy
16. We agree and undertake to abide by all the terms and conditions of the RFP
Document.
We remain,

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:
(Name and seal of the Applicant/Member in Charge)
Form 1B: Format for Pre-qualification Proposal (Eligible Projects)

[Using the format below, provide information on each assignment.]

Assignment Name and project cost: Approx. value of the contract (in INR in
Crore):
Country: Duration of assignment (months):
Location within country:
Name of Authority: Total No. of staff-months of the assignment:
Address: Approx. value of the services provided by
your firm under the contract (in INR in
Crore):
Start Date (Month/Year): No. of professional staff – months provided
Completion Date (Month/Year): by associated Consultants:
Name of Lead Partner: Name of senior professional staff of your
Name of Associated Consultants, If any: firm involved and functions performed
(indicate most significant profiles such as
Project Director/Coordinator, Team Leader):
Narrative Description of Project:
(highlight project capital cost in the narration)
Description of actual services provided by your staff within the assignment:

Firm’s Name:
Authorized Signature:
Note: For the purpose of evaluation of Applicants INR 75.0 (INR Seventy five only) per
USD shall be considered as the applicable currency conversion rate. In case of any other
currency, the same shall first be converted to USD as on the date 60 (sixty) days prior to
the proposal due date and the amount so derived in USD shall be converted into INR at the
aforesaid rate. The conversion rate of such currency shall be the daily representative
exchange rates published by the IMF for the relevant date.
Form 1C: Format for Pre-qualification Proposal:

(Average Annual Turnover of Applicant)


SN Financial years Annual Turnover (INR)
1 2016 – 17
2 2017 – 18
3 2018 – 19
4 Average Annual Turnover

Certificate from the Statutory Auditor


This is to certify that [name of company] [registered address] has received the payments
shown above against the respective years.
Name of Authorized Signatory
Designation
Name of firm
Signature of Authorized Signatory
Seal of Audit firm
Form 1D: Applicant’s experience

[Using the format below, provide information on each assignment for which your firm, and
each associate for this assignment, was legally contracted for carrying out consulting
services similar to the ones requested under this assignment.]
Projects without the proof of experience from Authority will not be considered for
evaluation.
The key parameters like project cost, size, components and nature of assignment
should be clearly reflected in the proof of experience provided by the consultant.
The proof, without the enough information necessary for evaluation, shall not be
considered.
For Eligible Projects, ongoing projects completed to 50 time period percent can be
considered.

Assignment Name and project cost: Approx. value of the contract (in INR in
Crore):
Country: Duration of assignment (months):
Location within country:
Name of Authority: Total No. of staff-months of the assignment:
Address: Approx. value of the services provided by
your firm under the contract (in INR in
Crore):
Start Date (Month/Year): No. of professional staff – months provided
Completion Date (Month/Year): by associated Consultants:
Name of Lead Partner: Name of senior professional staff of your
Name of Associated Consultants, If any: firm involved and functions performed
(indicate most significant profiles such as
Project Director/Coordinator, Team Leader):
Narrative Description of Project:
(highlight project capital cost in the narration)
Description of actual services provided by your staff within the assignment:

Firm’s Name:
Authorized Signature:
Note: For the purpose of evaluation of Applicants INR 65.0 (INR Sixty Five only) per USD
shallbe considered as the applicable currency conversion rate. In case of any other
currency, the same shall first be converted to USD as on the date 60 (sixty) days prior to
the proposal due date and the amount so derived in USD shall be converted into INR at the
aforesaid rate. The conversion rate of such currency shall be the daily representative
exchange rates published by the IMF for the relevant date.
Please limit the description of the project to four (04) single sided pages (two double sided
pages) A4 size sheet of paper. Descriptions exceeding two A4 size sheet of paper shall not
be considered for evaluation.
Form IE: Description of Approach, Methodology and Work Plan for Performing the
Assignment

Project Management and Technical approach with methodology and work plan are key
components of the Technical Proposal. The consultant is suggested to present its Technical
Proposal divided into the following chapters:

a) Project Management Approach


b) Technical Approach and Methodology,
c) Work Plan, and
d) Organisation and Staffing.

Project Management Approach: In this section the consultant shall explain its overall
philosophy with project management, the systems, tools and processes used to
manage the cost and schedule. Specifically, the consultant must describe how it will
organize and deliver the project management tasks/deliverables required in Terms of
Reference. Please limit the discussion to four (04) single sided pages (two double
sided pages). Discussions greater than this limit shall not be considered for
evaluation.

Technical Approach and Methodology. In this chapter the consultant should explain
the understanding of the objectives of the assignment, approach to the services,
methodology for carrying out the activities to obtain the expected output and the
degree of detail of such output. The consultant should highlight the problems to be
addressed along with their importance and explain the technical approach the
consultant would adopt to address them. The consultant should also explain the
proposed methodologies to adopt and highlight the compatibility of those
methodologies with the proposed approach. Please limit the discussion to 20 single
sided pages (10 double sided pages). Discussions greater than this limit shall not be
considered for evaluation.

Work Plan. In this chapter the consultant should propose the main activities of the
assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Authority) and delivery dates of the reports. The
proposed work plan should be consistent with the project management and technical
approach and methodology, showing understanding of the TOR and ability to
translate them into a feasible working plan. A list of the final documents, including
reports, drawings, and tables to be delivered as final output, should be included here.
The work plan should be consistent with the Work Schedule

 Organisation and Staffing. In this chapter the consultant should propose the structure
and composition of the proposed team. The consultant should list the main
disciplines of the assignment, the key expert responsible, and proposed technical
and support staff.
Form 1F: Team Composition and Task Assignments

1. Professional Staff
Name of Staff Firm Area of Position Tasks assigned
expertise assigned
Form 1G: Curriculum Vitae (CV) for Proposed Professional Staff (with one page of
summary of experience)

1. Proposed position
2. Name of firm
3. Name of staff [First] [Middle] [Surname]
4. Date of birth
5. Nationality
6. Education [Indicate college/university and other
specialized education of staff member,
giving names of institutions, degrees
obtained, and year of obtainment starting
from the latest degree]
7. Membership of Professional
Organizations
8. Training & Publications [Indicate significant training since
education degrees (under 5) were
obtained]
9. Countries of Work Experience [List countries where staff has worked in
the last ten years]

Proficiency (good/ fair/ poor)


10. Languages Language
Speaking Reading Writing
English

11. Employment record Name of Position held Duration


[Starting with Organization
present position, list YYYY to present
in reverse order
Every employment
held by staff
member since
graduation]
12. Details of tasks
assigned
13. Work Undertaken [Among the assignments in which the Staff has been
that Best Illustrates involved, indicate the following information for those
Capability to assignments that best illustrate staff capability to handle the
Assigned Handle the tasks assigned]
Tasks Assigned Name of assignment or project:
Year:
Location:
Authority:
Project Cost:
Main project features:
Positions held:
Activities performed:
14. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes me, my qualifications, and my experience. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if
engaged

Signature Signature
Date: [dd/mm/yyyy] Date: [dd/mm/yyyy]
Name of staff member: Name of Authorized Signatory:
Annexure2. Financial Proposal – Standard Form

BOQ enclosed separately.

You might also like