expression of interest (eoi) for selection ... - sports kerala · kerala (gok) have mandated sew...
TRANSCRIPT
December 2017
Sports Engineering Wing
(SEW),
Directorate of Sports &
Youth Affairs (DSYA),
Government of Kerala
(GoK)
EXPRESSION OF INTEREST (EOI) FOR SELECTION OF
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
DEVELOPING SKYWALKS IN THE CBD AREA OF
THIRUVANANTHAPURAM
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 2
Notice Inviting EoI EOI No.: A2/5026/17/DSYA dated 20.12.2017
for Selection of Project Management Consultant (PMC) for
Developing Skywalks in the CBD Area of Thiruvananthapuram
1. The Chief Engineer, Sports Engineering Wing (SEW), Directorate of Sports and Youth
Affairs (herein after referred to as DSYA) invites Expression of Interest (EOI) from
suitable eligible Agencies for being selected as Project Management Consultants (PMC)
as per the Schedule of Requirements given below.
2. Important Dates & Time of the EOI shall be as below:
Publication of EOI 20.12.2017
Pre-bid query submission Before 6.00 pm on 09.01.2018
Pre-bid Conference - date and time. 16.01.2018, 3.00 pm.
Pre-bid Conference Venue SEW, DSYA, CSN Stadium, Palayam
Address for communication, opening
of technical & commercial bid
Chief Engineer, Sports Engineering Wing,
Directorate of Sports & Youth Affairs
(DSYA), Chandrasekharan Nair Stadium,
Palayam, Thiruvananthapuram – 695 033.
Contact details Mobile: +919497714730 / +9194470 45235
e-mail; [email protected];
Bid submission end date and time 31.01.2018; 3.00 pm
Opening of technical bids: 31.01.2018; 3.30 pm
Technical Presentation 07.02.2018
3. Bidders shall remit the EOI document fee of Rs. 10,000/- (Rupees Ten Thousand Only)
through online mode payment or Demand Draft drawn in favour of Directorate of Sports
& Youth Affairs, payable at Thiruvananthapuram.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 3
4. EOI document shall be available only in the website of DSYA, www.sportskerala.org; and
shall not be available for sales elsewhere.
5. The EOI document should be submitted as per formats along with all relevant
documents in support of qualifications and experience.
6. DSYA reserves the right to amend or cancel the EOI in part or in full without prior notice
at any point of time.
7. DSYA reserves the right to reject the bid of parties who have been black-listed by any
Government Agency
Sd/-
Chief Engineer,
Sports Engineering Wing (SEW),
Directorate of Sports & Youth Affairs (DSYA),
CSN Stadium,
Palayam,
Thiruvananthapuram-695 033
Kerala
E-mail: [email protected];
Website: www.sportskerala.org
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 4
CONTENTS GLOSSARY ............................................................................................................................................ 5
1. INTRODUCTION .......................................................................................................................... 8
1.1 Background ........................................................................................................................ 8
1.2 Brief Description of Bidding Process ....................................................................... 17
1.3 Schedule of Bidding Process ....................................................................................... 18
2. INSTRUCTIONS TO BIDDERS ................................................................................................. 19
2.1 General Terms of Bidding ............................................................................................ 19
2.2 Cost of Bidding ................................................................................................................ 24
2.3 Site Visit and Verification of Information .............................................................. 24
2.4 Verification and Disqualification .............................................................................. 25
2.5 Contents of the EOI ........................................................................................................26
2.6 Clarifications .................................................................................................................... 27
2.7 Amendment of EOI ....................................................................................................... 28
2.8 Format and Signing of Technical Proposal ........................................................... 28
2.9 Sealing and Marking of the Proposal .......................................................................29
2.10 Technical Proposal Due Date ................................................................................. 30
2.11 Late Technical Proposals ............................................................................................ 30
2.12 Contents of the Technical Proposal ...................................................................... 31
2.13 Modifications/Substitution/Withdrawal of Technical Proposals .............. 31
2.14 Rejection of Technical Proposals .......................................................................... 31
2.15 Validity of Technical Proposals .............................................................................. 32
2.16 Confidentiality ............................................................................................................. 32
2.17 Correspondence with the Bidder ........................................................................... 32
3. ELIGIBILITY OF TECHNICAL PROPOSALS ........................................................................... 33
3.1 Opening and Evaluation of Technical Proposals.................................................. 33
3.2 Tests of Responsiveness ............................................................................................... 33
3.3 Eligibility Criteria ........................................................................................................... 34
3.4 Evaluation Process ......................................................................................................... 36
3.5 Contacts during Technical Proposal Evaluation ................................................. 38
4. FRAUD AND CORRUPT PRACTICES ...................................................................................... 39
5. PRE-TECHNICAL PROPOSAL CONFERENCE ....................................................................... 41
6. MISCELLANEOUS ..................................................................................................................... 42
7. APPENDICES .............................................................................................................................. 43
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 5
GLOSSARY Associate – As defined in Clause 2.1.9
Technical Proposal(s) – As defined in Clause 1.2.2
Bidders – As defined in Clause 1.2.2
Technical Proposal Due Date – As defined in Clause 1.3
Bidding Process – As defined in Clause 1.2.1
Expression of Interest (EOI) Stage – As defined in Clause 1.2.1
Conflict of Interest – As defined in Clause 2.1.9
Consortium – As defined in Clause 2.1.11
Estimated Project Cost – As defined in Clause 1.1.5
Government – Government of Kerala
Lead Member – As defined in Clause 2.1.11
Member – Member of a Consortium
Project – As defined in Clause 1.1.2
Re. or Rs. or INR – Indian Rupee
Selected Bidder or PMC – As defined in Clause 1.2.1
EOI – As defined in the Disclaimer
The words and expressions beginning with capital letters and defined in this document
shall, unless repugnant to the context, have the meaning ascribed thereto herein.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 6
DISCLAIMER
The information contained in this Expression of Interest document (the “EOI”)or subsequently provided
to Bidder(s), whether verbally or in documentary or any other form by or on behalf of Sports
Engineering Wing of Director of Sports & Youth Affairs (DSYA), Government of Kerala (GoK)
(hereinafter referred to as the “Authority” or “DSYA”) or any of its employees or advisors, is provided
to Bidder(s) on the terms and conditions set out in this EOI and such other terms and conditions subject
to which such information is provided.
This EOI is not an agreement and is neither an offer nor invitation by DSYA to the prospective Bidders
or any other person. The purpose of this EOI is to provide interested parties with information that may
be useful to them in making their technical offers pursuant to this EOI. This EOI includes statements,
which reflect various assumptions and assessments arrived at by DSYA in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that each Bidder
may require. This EOI may not be appropriate for all persons, and it is not possible for DSYA, its
employees or advisors to consider the investment objectives, financial situation and particular needs of
each party who reads or uses this EOI. The assumptions, assessments, statements and information
contained in this EOI, including the Appendices, may not be complete, accurate, adequate or correct.
Each Bidder should, therefore, conduct its own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information contained in this EOI and obtain independent advice from appropriate
sources.
Information provided in this EOI to the Bidder(s) is on a wide range of matters, some of which may
depend upon interpretation of law. The information given is not intended to be an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of law.
DSYA accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law
expressed herein.
DSYA, its employees and advisors make no representation or warranty and shall have no liability to
any person, including any Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in this EOI or otherwise, including the
accuracy, adequacy, correctness, completeness or reliability of the EOI and any assessment,
assumption, statement or information contained therein or deemed to form part of this EOI or arising in
any way for participation in this EOI.
DSYA also accepts no liability of any nature whether resulting from negligence or otherwise howsoever
caused arising from reliance of any Bidder upon the statements contained in this EOI.
DSYA may, in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumptions contained in this EOI.
The issue of this EOI does not imply that DSYA is bound to select a Bidder or to appoint the Selected
Bidder or Consultant, as the case may be, for the Project and DSYA reserves the right to reject all or any
of the Bidders or Technical Proposals without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Technical Proposal including but not limited to preparation, copying, postage, delivery fees, expenses
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 7
associated with any demonstrations or presentations which may be required by DSYA or any other
costs incurred in connection with or relating to its Technical Proposal. All such costs and expenses will
remain with the Bidder and DSYA shall not be liable in any manner whatsoever for the same or for any
other costs or other expenses incurred by a Bidder in preparation or submission of the Technical
Proposal, regardless of the conduct or outcome of the Bidding Process.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 8
1. INTRODUCTION
1.1 Background 1.1.1. SEW, DSYA, GoK – the Authority of this EoI Process
The Authority inviting this Expression of Interest (EoI) is the Chief Engineer,
Sports Engineering Wing (SEW) of the Directorate of Sports & Youth Affairs
(DSYA), Government of Kerala (GoK), having its office at Chandrasekharan Nair
Stadium, Palayam, Thiruvananthapuram – 695 033. SEW of DSYA is engaged in the
development of Sports Infrastructure in the State of Kerala. Now the Government of
Kerala (GoK) have mandated SEW with the task of developing a unique project – a
Skywalk System in the Capital City of Thiruvananthapuram, connecting major
landmarks in the core area of the City.
1.1.2. The Project Idea
In growing Tier - II Cities, increase in vehicular traffic is one of the early effects of
urbanization, economic growth and increase in floating population. The vehicular traffic
in dense areas of the growing city puts lot of pressure on the pedestrian movement and it
often results into safety concerns of both pedestrian and moving vehicular traffic. Also,
in densely populated areas and central business districts, it is one of the most important
goals of urban local bodies to improve pedestrian traffic and movement. At the same
time long stretches and busy ring roads, it is important to provide seamless movement to
fast moving vehicles without any obstacles such as signals or crossings. Foot over bridges
or Sky Walks are one of the most efficient ways to achieve the above objectives of
seamless vehicular traffic and safe pedestrian movement.
1.1.3. The Concept of Skywalk
On any busy and bustling thoroughfare, primary challenge would be to decongest the
entire stretch with minimum cost. Elevated pedestrian walk or SKYWALK is the
cheapest grade separator which can effectively separate pedestrians from motorized and
non-motorized vehicles like cycles, vans and rickshaws. Skywalks while adorning the
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 9
cityscape, efficiently disperse the pedestrians from congested areas to strategic locations,
such as bus stations, taxi stands, shopping areas, etc. and vice versa. Many eye catching
skywalks in the world have become a favourite tourist spot because of their elegant
design, ease of commuting and pleasant city view from a height.
1.1.4. Proposed Skywalks
Skywalks are proposed at Thampanoor, connecting the Trivandrum Central Railway
Station, KSRTC Central Bus Station, Chala Market, East Fort and the Government
Secretariat Complex. This will help passengers to shift from different mode of travel
easily. Chala, being the main market center of Thiruvananthapuram, a major attraction
point needs to be properly connected with the Light Rail Transit (LRT) system through
sky walks. An artistic view of the proposed sky walk is shown below.
East Fort is another major CBD area of Thiruvananthapuram City, which attracts lot of visitors/
pilgrims, due to the presence of the world famous historic temple, Sree Padmanabha Swamy
Temple and large number of historic marvels, which were part of the Palace Complexes of the
former Travancore Kingdom. Figure 1.1 shows the indicative proposed sky walk connecting
Thampanoor LRT station, Railway Station, KSRTC Bus Station, Chala and East Fort.
Fig 1.1: Artistic view of proposed Sky walk
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 10
1.1.5. Background of the Skywalk Project
Thiruvananthapuram, the Capital of Kerala, is a bustling City with a population of about 1.00
million. It has witnessed rapid growth in the past two decades, riding piggy back on the growth
of the IT / ITES Industry and Tourism Sector. The upcoming Container Transshipment
Terminal in Vizhinjam is expected to add impetus for the further growth of the City.
Even with the rapid urbanization of the suburbs of the city, the Central Business District (CBD)
of Thiruvananthapuram continues to be concentrated within a two kilometre radius of the
Trivandrum Central Railway Station in Thampanoor. With the main Railway Station, Mofussil
Bus Station and City Bus Terminal located in the same neighbourhood, thousands of commuters
move daily in this locality. Due to the convergence of all train services and bus services to
Thampanoor and the concentration of the city bus services in East Fort, over 30,000 Passengers
pass through the Railway Station daily and the Mofussil Bus Station receives over 20,000
Passengers. A very large share of these passengers is daily commuters, who move towards East
Fort area and the Government Secretariat. This floating population leads to heavy pedestrian
movement through this area during day time. With the proposed Light Metro Rail also being
routed through this region, the pedestrian movement is expected to grow exponentially in the
coming years.
The road network in the area has not grown, matching the growth in vehicular and pedestrian
movement. Hence, the narrow footpaths in the area are not able to cope with the pedestrian
movement connecting the Railway Station and Central Bus Station with the Government
Secretariat on one side and the City Terminal and Chala Market on the other side. Another
challenge is in facilitating safe road crossing for the pedestrians in the midst of the ever-
increasing vehicular traffic along the narrow roads of this region. A study of the accidents of this
region reveals that pedestrians form significant percentage of the victims in road accidents due
to the callous attitude of the drivers. Therefore, the only practical solution would be to create a
skywalk, connecting all the major landmarks of this region, facilitating safe road crossings and
segregating pedestrian traffic from the vehicular traffic.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 11
1.1.6. An overview of the Skywalk Project
The Skywalk Project is expected to emerge as a significant landmark of Thiruvananthapuram
City, connecting the centrally located Trivandrum Central Railway Station and KSRTC Central
Bus Station in Thampanoor with the City Bus Station at East Fort and the whole sale market at
Chala about one and a half kilometres towards south and the Government Secretariat at Statue
about two kilometres towards north.
Numerous pedestrian traffic studies in the past have revealed that a fairly high percentage of the
daily commuters move in the directions mentioned above. Hence it is essential to create a
passage to facilitate the smooth ingress and egress of daily commuters in the Railway Station
and Bus Station. Given the constraints of space availability in existing footpaths and the very
limited scope for procuring more land widening these existing pathways, the only possible
solution is to build elevated skywalk, which can pass over the existing road and canal network of
the region with a minimum clearance of 5.50 metres above the road level, as mandated by the
norms of the Indian Roads Congress. Considering that the skywalk must traverse at an elevation
of 5.50 metres to 6.00 metres above the existing roads, it is essential that elevators, escalators
and Walkalators are incorporated to allow the pedestrians, including differently enabled people,
to enter and exit the skywalk at the points of origin and destination of pedestrians along the
skywalk route.
During peak hours, the Skywalk may have to carry a two-way pedestrian traffic of up to 5,000
people per hour. Hence, to facilitate smooth movement of pedestrians along the skywalk, the
width of the skywalk may have to be fixed as 4.50 metres to 6.00 metres depending on the site
conditions and the pedestrian traffic.
The proposed Skywalk Network will have to traverse along the existing narrow road network,
through land belonging to State Government, through the land belonging to Indian Railways,
along the Canal network in the area and may also need right of way through privately owned
land, but used as a public place – like places of worship, movie theatres, etc. The Skywalk may
also have to cross numerous roads and by-lanes along its route.
Given these challenges, it will be prudent to construct the Skywalk as an easily scalable and
modular steel structure. This will facilitate fast construction.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 12
1.1.7. Summary of Design Aspects and Key Concerns
In this section, the following aspects which are to be considered by the Applicant while
preparing and presenting the concept as part of their Technical proposal is reiterated:
1.1.7.1 Key Concerns to be addressed, while conceptualizing the Skywalk:
Many sections of the Skywalk pass through heritage zones and close to the more
than 1000-year-old Sree Padmanabha Swami Temple. Sufficient care should be
taken to ensure that the Skywalk is aesthetically pleasing and smoothly
merges with the heritage environment of the region.
A Light Metro Rail Network is under active consideration for implementation in
the City. The Light Metro Route will pass along the M G Road towards south and
turn 90-degrees at Over bridge junction towards Thampanoor and shall pass
along the Central Railway Station and Central Bus Station. Sufficient care should
be taken to ensure that the Skywalk complements the Light Metro
System and other projects proposed in the project area.
The Project Area has monumental, beautiful and expressive facades of both the
Sree Padmanabha Swamy temple and the Central railway station building
bearing testimony to that. At the same time, Skywalk as a concept is rooted in
modernity, a contemporary response to the problems generated over the years,
the aspirations of a rapidly modernizing metropolis demand manifestation in its
new urban landmarks. Hence the design and architecture have to focus
on the aesthetics, while not compromising on the utility and user
friendliness of the project.
Integration with various projects planned in the area
Light Metro Rail Network along the M G Road towards south & turn 90-
degrees at Over bridge junction towards Thampanoor and shall pass along
the Central Railway Station and Central Bus Station.
Flyover planned on both sides of the Light Metro Route and awaiting GoK
approval - the skywalk may have to be routed underneath the flyover at this
stretch
Thampanoor is envisioned as a Light Metro Station junction
Heritage Zones: Sree Padmanabha Swamy Temple Master plan - concept
stage
Foot Over Bridges (FOBs) at various locations
Connectivity to major shops and office complexes
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 13
The route of the skywalk provided in the document is only indicative. The
Applicant has to evaluate different alignment options and present the
architecturally feasible alignment which should also include cross section view
and basic Architectural concepts of the major junction the proposed skywalk is
traversing through
1.1.7.2 Design Aspects to be considered, while conceptualizing the Skywalk:
Different design alternatives need to be evaluated and ideal option to be
recommended and presented, viz.,
Different models of Architecture
Open versus closed
AC versus Non AC
Modern versus Traditional
Escalator/Elevator versus Staircase/Ramp
Material of Construction
Egress and Ingress points
Varying width taking into account site conditions
Modular design for ease of provision of varying width and expansion
Provision of travelators in identified stretches based on the pedestrian
traffic
Interior design - with commercial spaces and walkway/jogging track
Monetizing options - Space for shops, kiosks, commercials/advertisement
Provide Perspective & 3 D views, walk through videos of the conceptual
design and brochures, technical specifications for the proposed technology;
1.1.8. Indicative Route of the Skywalk
For planning the skywalk route, the major landmarks in the Central Business District (CBD)
area, that originate pedestrians, will have to be considered. These locations are listed below:
1. Trivandrum Central Railway Station, Thampanoor
2. Thiruvananthapuram Mofussil Bus Station, Thampanoor
3. Government Secretariat
4. Government Secretariat – Annex I
5. Government Secretariat – Annex II
6. Putharikandam Maidanam
7. Gandhi Park, East Fort
8. Sree Padmanabha Swamy Temple
9. Chala Market
10. Upcoming Stations along Light Metro Rail, between Govt. Secretariat and Thampanoor.
Considering these points of ingress and egress for the proposed Skywalk System, it is
assessed that there will be two segments (Arms) of the skywalk System.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 14
1.1.8.1 Northern Arm of the Skywalk Network
The northern arm is starting from the Central Railway Station and moving towards the north
covering the Government Secretariat, the two Annex Buildings and the proposed Light Metro
Stations. The total length of the northern arm of Skywalk Network may be about 3 to 4
kilometres.
1.1.8.2 Southern Arm of the Skywalk Network
The southern arm is starting from the Central Railway Station and moving towards the south
covering the Putharikandam Maidanam, City Bus Stand, entry point to Chala Market and entry
point to Sree Padmanabha Swamy Temple. The total length of the southern arm of Skywalk
Network may be about 1.7 kilometres. Therefore, the total length of the Skywalk is likely to be
about 3.6 kilometres as shown in Figure 1.0, below:
Fig 1.0 Indicative route of proposed Skywalk (also A-4 size attached as Annexure 1)
Stretch 1: (1900 m): Central Railway Station - KSRTC Bus Stand to Govt. Secretariat
Stretch 2: (1500 m): Central Railway Station to East Fort Area
Stretch 3: (200 m): East Fort Area – Entrance to Chala Market
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 15
1.1.9 Skywalk System – Monetizing Opportunities
A properly conceived and designed Skywalk could be positioned such that it could become a
destination by itself. It could be branded with attractive advertisements inside and outside,
fetching substantial sums as recurring revenue. Considering that it could be patronized by
thousands of tourists every day, large number of food courts, curio shops and other commercial
establishments could be planned along the 3.6 kilometre route. All these could fetch revenues
for the Agency constructing and operating it.
1.1.10 Skywalk Network – The Way Forward
The proposed route of the Skywalk Network has many challenges involving the passage along
National Highways, City Roads, Canals and other lands, as well as crossing them. The terrain is
not even and involves the Skywalk network traversing undulating terrain, with a level difference
of over 30 metres. There are numerous electrical and telecom lines criss-crossing the area,
which may have to be relocated. Limited land acquisition may be required and that will depend
on the route that is finalized. More-over, an iconic steel structure will have to be designed and
constructed, which is expected to become a destination by it.
The execution of such complex project requires excellent engineering design capabilities, project
management capabilities, liaising capabilities with multiple stake-holders and capacity to
manage multiple Vendors and Contractors.
Considering such challenges, it is proposed to select a competent Project Management
Consultant (PMC), who will conceive and design a unique Skywalk system, incorporating all
possible monetizing opportunities. The PMC will also have to carry out a bid process for
selection of the Turn-key Contractor to execute the Project in a time bound manner, adhering to
quality standards.
This Expression of Interest (EoI) is being published to select a suitably experienced and
competent PMC Agency through a two-cover system for the Design and execution of the
Skywalk System.
1.1.11 Selection of Project Management Consultant (PMC)
The Selected Bidder, who is either a company incorporated under the Companies Act,
1956/2013 or an international entity registered under relevant registration of the respective
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 16
Country of Origin, with an Indian Partner shall be the “Project Management Consultant” –
or PMC. The PMC shall be responsible for conceptualizing, designing, engineering the Skywalk
System and shall also be responsible for the bid process management for procurement and
contracts, construction supervision, commissioning assistance, and preparation of guidelines for
operation and maintenance of the Project under and in accordance with the provisions of the
agreement to be signed between the Authority and the PMC (the “Agreement”) to be entered
into between the Selected Bidder and GoK in the form provided by GoK at the RFP stage.
1.1.12 Scope of PMC in a nutshell
The scope of work will broadly include detailed study of the site conditions, conceptualization of
a cost-effective Skywalk System with alternatives, design & engineering, bid process
management for selection of Vendors and Contractors, construction supervision, third party bill
processing, commissioning assistance, preparation of guidelines for operation and maintenance
of skywalks as set forth in Appendix – I: Scope of Work and in conformity with the
Appendix – X: Design Parameters and as per section 1.1.7
1.1.13 The assessment of actual costs for the Project will have to be made by the Bidders, based
on their experience.
1.1.14 The statements and explanations contained in this EOI are intended to provide a better
understanding to the Bidders about the subject matter of this EOI and should not be
construed or interpreted as limiting in any way or manner the scope of services and
obligations of the PMC with respect to this Project. GoK retains the right to amend, alter,
change, supplement or clarify the scope of work, the quantum of work to be awarded
pursuant to the RFP (next stage) or the terms thereof or herein contained. Consequently,
any omissions, conflicts or contradictions in this EOI are to be noted, interpreted and
applied appropriately to give effect to this intent, and no claims on that account shall be
entertained by GoK.
1.1.15 DSYA shall receive Technical Proposals pursuant to this EOI in accordance with the
terms set forth in this EOI and other documents to be provided by DSYA pursuant to this
EOI, as modified, altered, amended and clarified from time to time by DSYA, and all
Technical Proposals shall be prepared and submitted in accordance with such terms on
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 17
or before the date specified in Clause 1.3 for submission of Technical Proposals (the
“Technical Proposal Due Date”).
1.2 Brief Description of Bidding Process
1.2.1 SEW, DSYA, GoK has adopted a two-stage process (collectively referred to as the
"Bidding Process") for selection of the Bidder for award of the Project. The first stage
(the "Expression of Interest (EOI) Stage") of the process involves pre-qualification
of interested parties/Consortia in accordance with the provisions of the EOI.
1.2.2 At the end of the EOI stage, Applicants who are eligible under the Eligibility Criteria
under Clause 3 would be shortlisted for participation in this second stage of the Bidding
Process, the “Request for Proposals (RFP) Stage”. The Draft Agreement (DA) will
be shared with the shortlisted Bidders at the RFP Stage. The Bidder selected after the
RFP Stage as per the provisions of the RFP Document will be the “Selected Bidder” or
“the PMC”.
1.2.3 The GoK reserves the right to decide not to float an open RfP and resort to limited RfP,
in which only the short listed applicants at the EoI stage can participate, only if at least 5
applicants score at least 70% and are short listed in the evaluation process. In the event
that a minimum number of eligible applicants are not short listed, the GoK reserves
the right to float an open RfP.
1.2.4 In the RFP Stage, the aforesaid short-listed bidders (the "Bidders”), will be called upon
to submit their financial offers and their detailed Technical Offers (the “Response to
RFP”) in accordance with the terms specified in the RFP document.
1.2.5 The Technical Proposal to be submitted in response to the EOI shall be valid for a period
of not less than 90 days from the date specified in Clause 1.3 for submission of bids (the
“Technical Proposal Due Date”).
1.2.6 The aforesaid documents and any addendum issued subsequent to this EOI Document,
but before the Technical Proposal Due Date, will be deemed to form part of the EOI.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 18
1.2.7 During the EOI stage, Bidders are invited to examine the Project in greater detail, and to
carry out, at their cost, such studies as may be required for submitting their respective
Technical Proposals.
1.2.8 The Selected Bidder/PMC shall also be required to examine various options for revenue
generation like collection of advertising revenue and rent from the users of the
commercial space.
1.2.9 Further and the other details to be followed at the Technical Proposal stage and the
terms thereof are spelt out in this EoI.
1.2.10 Any queries or request for additional information concerning this EOI shall be submitted
in writing or my fax or e-mail to the officer designated in Clause 2.9.5. The
envelopes/communication shall clearly bear the following identification/title:
"Queries/Request for Additional Information: EOI for Skywalk Project".
1.3 Schedule of Bidding Process
DSYA shall endeavour to adhere to the following schedule: S. No. Event Description Date
1 .
Date of publishing of EOI December 20, 2017
2
Last date for receiving queries Jan 9, 2018
3
Pre-Technical Proposal meeting Jan 16, 2018 at 15:00 hours
4
Technical Proposal Due Date Jan 31, 2018 up to 15:00 hours
5
Opening of Technical Proposals Jan31, 2018 at 15:30 hours
6
Technical Presentation Feb 7, 2018
7
Validity of Technical Proposals 90 days of Technical Proposal Due Date
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 19
2. INSTRUCTIONS TO BIDDERS
A. GENERAL
2.1 General Terms of Bidding
2.1.1 No Bidder shall submit more than one Technical Proposal for the Project. A
Bidder bidding individually or as a member of a Consortium shall not be entitled
to submit another bid either individually or as a member of any Consortium, as
the case may be.
2.1.2 The response to the EOI should be furnished in the formats given in the
Appendices.
2.1.3 The Technical Proposal would be accompanied with the Bid Processing Fee of
Rs. 10,000/- (Ten Thousand Rupees only). This could be submitted along
with the Technical Proposal in the form of a Demand Draft drawn in favour of
Directorate of Sports & Youth Affairs, payable at Thiruvananthapuram, prior to
Technical Proposal Due Date.
2.1.4 The Bidder should submit a Power of Attorney as per the format at Appendix –
IV: Power of Attorney for signing of Technical Proposal authorizing the signatory
of the Technical Proposal to commit the Bidder.
2.1.5 In case the Bidder is a Consortium, the Members thereof should furnish a
Statement of Legal Capacity as per format in Appendix – V: Statement of Legal
Capacity Power of Attorney in favour of the Lead Member in the format at
Appendix – VI: Power of Attorney for Lead Member of Consortium and a Joint
Bidding Agreement as per format in Appendix – VII: Joint Bidding Agreement.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 20
2.1.6 Any condition or qualification or any other stipulation contained in the Technical
Proposal shall render the Technical Proposal liable to rejection as a non-
responsive Technical Proposal.
2.1.7 The Technical Proposal and all communications in relation to or concerning the
EOI and the Technical Proposal shall be in English language.
2.1.8 The documents including this EOI and all attached documents, provided by
DSYA are and shall remain or shall become the property of DSYA and are
transmitted to the Bidders solely for the purpose of preparation and the
submission of a Technical Proposal in accordance herewith. Bidders are to treat
all information as strictly confidential and shall not use it for any purpose other
than for preparation and submission of their Technical Proposal. The provisions
of this Clause 2.1.8 shall also apply mutatis mutandis to Technical Proposals and
all other documents submitted by the Bidders, and DSYA will not return to the
Bidders any Technical Proposal, document or any information provided along
therewith.
2.1.9 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that
affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall
be disqualified. Without limiting the generality of the above, a Bidder shall be
deemed to have a Conflict of Interest affecting the Bidding Process, if:
i. the Bidder, its Member or Associate (or any constituent thereof) and
any other Bidder, its Member or any Associate thereof (or any
constituent thereof) have common controlling shareholders or other
ownership interest; provided that this disqualification shall not apply in
cases where the direct or indirect shareholding of a Bidder, its Member
or an Associate thereof (or any shareholder thereof having a
shareholding of more than 5% (five percent) of the paid up and
subscribed share capital of such Bidder, Member or Associate, as the
case may be) in the other Bidder, its Member or Associate, is less than
5% (five per cent) of the subscribed and paid up equity share capital
thereof; provided further that this disqualification shall not apply to any
ownership by a bank, insurance company, pension fund or a public
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 21
financial institution referred to in section 4A of the Companies Act 1956
or relevant Section in Companies Act 2013. For the purposes of this
Clause 2.1.9, indirect shareholding held through one or more
intermediate persons shall be computed as follows: (aa) where any
intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary
in any other person (the “Subject Person”) shall be taken into account
for computing the shareholding of such controlling person in the
Subject Person; and (bb) subject always to sub-clause (aa) above, where
a person does not exercise control over an intermediary, which has
shareholding in the Subject Person, the computation of indirect
shareholding of such person in the Subject Person shall be undertaken
on a proportionate basis; provided, however, that no such shareholding
shall be reckoned under this sub-clause (bb) if the shareholding of such
person in the intermediary is less than 26% of the subscribed and paid
up equity shareholding of such intermediary; or
ii. a constituent of such Bidder is also a constituent of another Bidder; or
iii. such Bidder, its Member or any Associate thereof receives or has
received any direct or indirect subsidy, grant, concessional loan or
subordinated debt from any other Bidder, its Member or Associate, or
has provided any such subsidy, grant, concessional loan or subordinated
debt to any other Bidder, its Member or any Associate thereof; or
iv. such Bidder has the same legal representative for purposes of this
Technical Proposal as any other Bidder; or
v. such Bidder, or any Associate thereof, has a relationship with another
Bidder, or any Associate thereof, directly or through common third
party/parties, that puts either or both of them in a position to have
access to each others’ information about, or to influence the Technical
Proposal of either or each other; or
vi. such Bidder or any Associate thereof has participated as a consultant to
DSYA in the preparation of any documents, design or technical
specifications of the Project.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 22
Explanation:
In case a Bidder is a Consortium, then the term Bidder as used in this Clause
2.1.9, shall include each Member of such Consortium. For purposes of this EOI,
Associate means, in relation to the Bidder/Consortium Member, a person who
controls, is controlled by, or is under the common control with such
Bidder/Consortium Member (the “Associate”). As used in this definition, the
expression “control” means, with respect to a person which is a company or
corporation, the ownership, directly or indirectly, of more than 50% (fifty per
cent) of the voting shares of such person, and with respect to a person which is
not a company or corporation, the power to direct the management and policies
of such person by operation of law.
2.1.10 A Bidder shall be liable for disqualification if any legal, financial or technical
adviser of DSYA in relation to the Project is engaged by the Bidder, its Members
or any Associate thereof, as the case may be, in any manner for matters related to
or incidental to such Project during the Bidding Process or subsequently in the
RFP Stage. In the event any such adviser is engaged by the Selected Bidder or the
Consultant, as the case may be, after issue of the LOA or execution of the
Consultant Agreement for matters related or incidental to the Project, then
notwithstanding anything to the contrary contained herein or in the LOA or the
Consultant Agreement and without prejudice to any other right or remedy of
DSYA, which DSYA may have there under or otherwise, the LOA or the
Consultant Agreement, as the case may be, shall be liable to be terminated
without DSYA being liable in any manner whatsoever to the Selected Bidder or
Consultant for the same. For the avoidance of doubt, this disqualification shall
not apply where adviser was engaged by the Bidder, its Member or Associate in
the past but its assignment expired or was terminated 6 (six) months prior to the
date of issue of the EOI for the Project. Nor will this disqualification apply where
such adviser is engaged after a period of 3 (three) years from the date of
commercial operation of the Project.
2.1.11 Permission for forming Consortium
The Applicant may be a single Agency or a consortium of two Agencies. The
primary objective of forming a consortium is to enable Applicants from outside
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 23
Kerala to associate with local partners for fast mobilization of local resources and
for ensuring smooth liaison with all stakeholders. In case of a consortium, the
Consortium Leader should be clearly spelt out in the Proposal and the minimum
turnover criterion mentioned in the prequalification criteria is to be satisfied by
the Lead Member of the Consortium.
2.1.12 The Bidder may be a single entity or a “Consortium” of entities. A
Consortium can have maximum of three (3) members – including one Lead
Member and one Associate Member.
In case the Bidder is a Consortium, it must fulfill the following criteria:
a) The Technical Proposal should contain the information required for each
member of the Consortium;
b) The Technical Proposal should include a broad description of the roles and
responsibilities of each of the members of the Consortium;
c) Each Consortium must nominate a lead member of the Consortium (“Lead
Member”) and must submit the Power of Attorney by all members of the
Consortium in favour of the Lead Member as per format in Appendix – VI:
Power of Attorney for Lead Member of Consortium;
d) An individual Applicant cannot at the same time be a member of a
Consortium applying for this Assignment. Further, a member of a particular
Consortium cannot be member of any other Consortium applying for this
Assignment;
e) Members of the Consortium shall enter into a memorandum of
understanding (MoU) specific to this Assignment which shall be submitted
with the RFP. The MoU shall, inter alia clearly outline the proposed roles and
responsibilities of each member at each stage. The MoU should be as per
format in Appendix – VII:
f) The members of the Consortium shall be jointly and severally liable for the
execution of the Assignment in accordance with the terms of the Consultant
Agreement however DSYA will interact with lead member who shall own all
liability and responsibility on behalf of consortium;
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 24
g) The Lead Member in the Consortium alone or in collaboration with the other
members of consortium must meet the terms and conditions for eligibility
criteria.
h) The Consortium as a whole must be a sound entity both technically and
financially;
2.1.13 The EOI can be accessed from the website of DSYA, www.sportskerala.org. The EoI
Process is entirely manual and does not involve any electronic submission in the e-
tender portal of Government of Kerala.
2.2 Cost of Bidding
2.2.1 The Bidders shall be responsible for all of the costs associated with the preparation of
their Technical Proposals and their participation in the Bidding Process. DSYA will not
be responsible or in any way liable for such costs, regardless of the conduct or outcome
of the Bidding Process.
2.3 Site Visit and Verification of Information
2.3.1 Bidders are encouraged to submit their respective Technical Proposals after visiting the
Project site and ascertaining for themselves the site conditions, traffic, location,
surroundings, climate, availability of power, water and other utilities for construction,
access to site, handling and storage of materials, weather data, applicable laws and
regulations, and any other matter considered relevant by them.
2.3.2 It shall be deemed that by submitting a Technical Proposal, the Bidder has:
a) made a complete and careful examination of the EOI;
b) received all relevant information requested from DSYA;
c) accepted the risk of inadequacy, error or mistake in the information provided in the
EOI or furnished by or on behalf of DSYA relating to any of the matters referred to in
Clause 2.3.1 above;
d) satisfied itself about all matters, things and information including matters referred to
in Clause 2.3.1 hereinabove necessary and required for submitting an informed
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 25
Technical Proposal, execution of the Project in accordance with the EOI and
performance of all of its obligations there under;
e) acknowledged and agreed that inadequacy, lack of completeness or incorrectness of
information provided in the EOI or ignorance of any of the matters referred to in
Clause 2.3.1 hereinabove shall not be a basis for any claim for compensation,
damages, extension of time for performance of its obligations, loss of profits etc. from
DSYA, or a ground for termination of the Consultant Agreement by the Consultant;
f) acknowledged that it does not have a Conflict of Interest; and
g) agreed to be bound by the undertakings provided by it under and in terms hereof.
2.3.3 DSYA shall not be liable for any omission, mistake or error in respect of any of the
above or on account of any matter or thing arising out of or concerning or relating to
EOI or the Bidding Process, including any error or mistake therein or in any
information or data given by DSYA.
2.4 Verification and Disqualification
2.4.1 DSYA reserves the right to verify all statements, information and documents submitted
by the Bidder in response to the EOI and the Bidder shall, when so required by DSYA,
make available all such information, evidence and documents as may be necessary for
such verification. Any such verification or lack of such verification, by DSYA shall not
relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights
of DSYA there under.
2.4.2 DSYA reserves the right to reject any Technical Proposal if: at any time, a material
misrepresentation is made or uncovered, or the Bidder does not provide, within the
time specified by DSYA, the supplemental information sought by DSYA for evaluation
of the Technical Proposal.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 26
2.4.3 Such misrepresentation/improper response shall lead to the disqualification of the
Bidder. If the Bidder is a Consortium, then the entire Consortium and each Member
may be disqualified /rejected.
2.4.4 In case it is found during the evaluation or at any time before signing of the Agreement
or after its execution and during the period of subsistence thereof, including the Work
thereby granted by DSYA, that one or more of the pre-qualification conditions have not
been met by the Bidder, or the Bidder has made material misrepresentation or has
given any materially incorrect or false information, the Bidder shall be disqualified
forthwith if not yet appointed as the PMC either by issue of the LOA or entering into of
the Agreement, and if the Selected Bidder has already been issued the LOA or has
entered into the Agreement, as the case may be, the same shall, notwithstanding
anything to the contrary contained therein or in this EOI, be liable to be terminated, by
a communication in writing by DSYA to the Selected Bidder or the PMC, as the case
may be, without DSYA being liable in any manner whatsoever to the Selected Bidder or
PMC.
B. DOCUMENTS
2.5 Contents of the EOI
2.5.1 This EOI comprises the Disclaimer set forth hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with Clause 2.9.
Invitation for Technical Proposals
Section 1: Introduction
Section 2: Instructions to Bidders
Section 3: Eligibility of Technical Proposals
Section 4: Fraud and Corrupt Practices
Section 5: Pre-Technical Proposal Conference
Section 6: Miscellaneous
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 27
Appendices
Appendix – I: Scope of Work
Appendix – II: Letter comprising the Technical Proposal
Appendix – III: Details of Bidder
Appendix – IV: Power of Attorney for signing of Technical Proposal
Appendix – V: Statement of Legal Capacity
Appendix – VI: Power of Attorney for Lead Member of Consortium
Appendix – VII: Joint Bidding Agreement
Appendix –VIII: Format for past experience
Appendix – IX: Format for Financial Capability of the Bidder
Appendix – X: Design Parameters
Appendix –XI: Project Concept
Appendix – XII: Format for submission of queries
2.6 Clarifications
2.6.1 Bidders requiring any clarification with regard to this EOI document may notify DSYA
by writing at the mailing address or by e-mail in accordance with Clause 2.9.5. They
should send in their queries on or before the date of Pre- Technical Proposal meeting
mentioned in the Schedule of Bidding Process specified in Clause 1.3. DSYA shall
endeavour to respond to the queries within the period specified therein, but no later than
10 (ten) days prior to the Technical Proposal Due Date. The responses to all queries will
be uploaded in the website of DSYA, www.sportskerala.org; as Corrigenda, without
identifying the source of queries. The clarification should be sought by Bidders as per
format in Appendix – XII: Format for submission of queries.
Names and contact numbers for clarifications on EoI:
Preetha Sreekumar, Management Consultant, SEW, DSYA: +91 94 977 14730;
R. Biju, Executive Engineer, SEW, DSYA: +91 94 470 45235
2.6.2 DSYA shall endeavour to respond to the questions raised or clarifications sought by the
Bidders. However, DSYA reserves the right not to respond to any question or provide any
clarification, in its sole discretion, and nothing in this Clause shall be taken or read as
compelling or requiring DSYA to respond to any question or to provide any clarification.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 28
2.6.3 DSYA may also on its own motion, if deemed necessary, issue interpretations and
clarifications to all Bidders. All clarifications and interpretations issued by DSYA shall be
deemed to be part of the EOI. Verbal clarifications and information given by DSYA or its
employees or representatives shall not in any way or manner be binding on DSYA.
2.7 Amendment of EOI
2.7.1 At any time prior to the Technical Proposal Due Date, DSYA may, for any reason,
whether at its own initiative or in response to clarifications requested by a Bidder,
modify the EOI by the issuance of Corrigenda.
2.7.2 Any Corrigendum issued hereunder will be issued on the website of DSYA. The Bidders
are advised to regularly check the website in case of any Corrigendum being issued.
2.7.3 In order to afford the Bidders a reasonable time for taking a Corrigendum into account,
or for any other reason, DSYA may, in its sole discretion, extend the Technical Proposal
Due Date.
C. PREPARATION AND SUBMISSION OF BIDS
2.8 Format and Signing of Technical Proposal
2.8.1 The Bidder shall provide all the information sought under this EOI. DSYA will evaluate
only those Technical Proposals that are received in the required formats and complete in
all respects.
2.8.2 The Technical Proposal and its copy shall be in indelible ink and signed by the
authorized signatory of the Bidder who shall also initial each page, in blue ink. In case of
printed and published documents, the cover letter in Appendix – II: Letter comprising
the Technical Proposal shall be signed and other pages shall be initialed. All the
alterations, omissions, additions or any other amendments made to the Technical
Proposal shall be initialed by the person(s) signing the Technical Proposal. The Technical
Proposal shall also be submitted in a soft copy in PDF in a CD Format, along with the
hard copy submissions.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 29
2.9 Sealing and Marking of the Proposal
2.9.1 The Bidder shall submit the response to the EOI in the format specified in the
Appendices, and seal it in an envelope and mark the envelope as “Technical Proposal”.
2.9.2 The documents accompanying the Technical Proposal shall include:
a) Letter accompanying Technical Proposal as per format in Appendix – II: Letter
comprising the Technical Proposal;
b) Details of Bidder as per Appendix - III: Details of Bidder;
c) Power of Attorney for signing of Technical Proposal in the format at Appendix -
IV: Power of Attorney for signing of Technical Proposal;
d) If applicable, Statement of Legal Capacity as per Appendix – V: Statement of Legal
Capacity;
e) If applicable, Appendix – VI: Power of Attorney for Lead Member of Consortium;
f) If applicable, Appendix – VII: Joint Bidding Agreement;
g) Details of past experience as per Appendix –VIII: Format for past experience;
h) Financial Details as per Appendix – IX: Format for Financial Capability of the
Bidder;
i) Design Parameters as per Appendix – X: Design Parameters; and
j) Details of Project Concept as per Appendix –XI: Project Concept.
2.9.3 The original copies of the documents, as specified in Clause 2.9.2 above, shall be bound
together in hard cover and the pages shall be numbered serially. Each page thereof shall
be initialed in blue ink by the authorized signatory of the Bidder. This copy of the
documents shall be placed in a separate envelope and marked “Original - Technical
Proposal”. The Bidder shall also prepare a true copy of the entire Technical Proposal
including the documents specified in Clause 2.9.2 above and place in a separate envelope
marked “Copy – Technical Proposal”.
2.9.4 The two envelopes specified in Clause 2.9.3 shall be placed in an outer envelope, which
shall be sealed and marked “Do not open before 15:30 hours on January 31, 2018”. Each
of the three envelopes shall clearly bear the following identification: “Technical Proposal
for Skywalk Project” and shall clearly indicate the name and address of the Bidder. In
addition, the Technical Proposal Due Date should be indicated on the right hand top
corner of each of the envelopes.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 30
2.9.5 Each of the envelopes shall be addressed to: ATTN. OF:
ADDRESS: Chief Engineer, Sports Engineering Wing,
Directorate of Sports & Youth Affairs (DSYA),
Chandrasekharan Nair Stadium, Palayam,
Thiruvananthapuram – 695 033.
PHONE NO. +91 471 2302287
E-MAIL ADDRESS [email protected]
2.9.6 If the envelopes are not sealed and marked as instructed above, SEW, DSYA assumes no
responsibility for the misplacement or premature opening of the contents of the
Technical Proposal submitted and consequent losses, if any, suffered by the Bidder.
2.9.7 Technical Proposals submitted by fax, telex, telegram or e-mail shall not be entertained
and shall be rejected.
2.10 Technical Proposal Due Date
2.10.1 Technical Proposals should be submitted before 15:00 hours IST on the Technical
Proposal Due Date at the address provided in Clause 2.9.5 in the manner and form as
detailed in this EOI. A receipt thereof should be obtained from the person specified at
Clause 2.9.5.
2.10.2 SEW, DSYA may, in its sole discretion, extend the Technical Proposal Due Date by
issuing an Addendum in accordance with Clause 2.7 uniformly for all Bidders.
2.11 Late Technical Proposals
Technical Proposals received by SEW, DSYA after the specified time on the Technical
Proposal Due Date shall not be eligible for consideration and shall be summarily
rejected.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 31
2.12 Contents of the Technical Proposal
2.12.1 The Technical Proposal shall be furnished in the formats as per Appendices.
2.12.2 The opening of Technical Proposals and acceptance thereof shall be substantially in
accordance with this EOI.
2.13 Modifications/Substitution/Withdrawal of Technical Proposals
2.13.1 The Bidder may modify, substitute or withdraw its Technical Proposal after submission,
provided that written notice of the modification, substitution or withdrawal is received
by SEW, DSYA prior to the Technical Proposal Due Date. No Technical Proposal shall be
modified, substituted or withdrawn by the Bidder on or after the Technical Proposal Due
Date.
2.13.2 The modification, substitution or withdrawal notice shall be prepared, sealed, marked,
and delivered in accordance with Clause 2.9, with the envelopes being additionally
marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as appropriate.
2.13.3 Any alteration/modification in the Technical Proposal or additional information
supplied subsequent to the Technical Proposal Due Date, unless the same has been
expressly sought for by DSYA, shall be disregarded.
2.14 Rejection of Technical Proposals
2.14.1 Notwithstanding anything contained in this EOI, SEW, DSYA reserves the right to reject
any Technical Proposal and to annul the Bidding Process and reject all Technical
Proposals at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons there for. In the event that
SEW; DSYA rejects or annuls all the Technical Proposals, it may, in its discretion, invite
all Bidders to submit fresh Technical Proposals hereunder.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 32
2.14.2 SEW; DSYA reserves the right not to proceed with the Bidding Process at any time,
without notice or liability, and to reject any Technical Proposal without assigning any
reasons.
2.15 Validity of Technical Proposals
The Technical Proposals shall be valid for a period of not less than 90 (ninety) days from
the Technical Proposal Due Date. The validity of Technical Proposals may be extended
by mutual consent of the respective Bidders and SEW, DSYA.
2.16 Confidentiality
Information relating to the examination, clarification, evaluation and recommendation
for the Bidders shall not be disclosed to any person who is not officially concerned with
the process or is not a retained professional advisor advising SEW, DSYA in relation to,
or matters arising out of, or concerning the Bidding Process. SEW, DSYA will treat all
EOI for Skywalks for information, submitted as part of the Technical Proposal, in
confidence and will require all those who have access to such material to treat the same
in confidence. SEW, DSYA may not divulge any such information unless it is directed to
do so by any statutory entity that has the power under law to require its disclosure or is
to enforce or assert any right or privilege of the statutory entity and/or SEW, DSYA or as
may be required by law or in connection with any legal process.
2.17 Correspondence with the Bidder
Save and except as provided in this EOI, DSYA shall not entertain any correspondence
with any Bidder in relation to acceptance or rejection of any Technical Proposal.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 33
3. ELIGIBILITY OF TECHNICAL PROPOSALS
3.1 Opening and Evaluation of Technical Proposals
3.1.1 SEW; DSYA shall open the Technical Proposals at 15:30 hours on the Technical Proposal
Due Date, at the place specified in Clause 2.9.5 and in the presence of the Bidders who
choose to attend.
3.1.2 DSYA will subsequently examine and evaluate the Technical Proposals in accordance
with the provisions set out in this Section 3.
3.1.3 To facilitate evaluation of Technical Proposals, SEW, DSYA may, at its sole discretion,
seek clarifications in writing from any Bidder regarding its Technical Proposal.
3.2 Tests of Responsiveness
3.2.1 Prior to evaluation of Technical Proposals, SEW; DSYA shall determine whether each
Technical Proposal is responsive to the requirements of this EOI. A Technical Proposal
shall be considered responsive only if:
a) it is received as per the format at Appendices;
b) it is received by the Technical Proposal Due Date including any extension thereof
pursuant to Clause 2.10.2;
c) it is signed, sealed, bound together in hard cover and marked as stipulated in
Clauses 2.8 and 2.9;
d) it is accompanied by the Bid Processing Fee as specified in Clause 2.1.3;
e) it is accompanied by the Power(s) of Attorney and Memorandum of Association
as specified in Clauses 2.1.4 and 2.1.5, as the case may be;
f) it contains all the information (complete in all respects) as requested in this EOI;
g) it does not contain any condition or qualification; and
h) it is not non-responsive in terms hereof.
3.2.2. DSYA reserves the right to reject any Technical Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by
DSYA in respect of such Technical Proposal.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 34
3.3 Eligibility Criteria
3.3.1 Pre-Qualification Criteria
The Applicant should be a Private / Public Limited Company, registered under the
Company’s Act 1956 / 2013
OR
An international entity registered under relevant registration of the respective Country
of Origin, with an Indian Partner
The Applicant/s (individually or as a Consortium) should have been in the business of
architectural / engineering consultancy services and project management services from
conceptualization to commissioning of infrastructure projects for the past 5 years and
should have own full-fledged team and civil engineering department.
Should have a fully functional Office in India, for delivering the requisite services under
this EoI should not have been black-listed or currently be in the process of being black-
listed by any Government Departments, Undertakings and Agencies in India.
A Consortium can have maximum of two (2) members – including one Lead Member
and one Associate Member
3.3.2 Financial Eligibility Criteria
The Bidder (for a single entity) must have a positive net worth in previous financial year.
In case of a Consortium, cumulative net worth of those Consortium members must be
positive.
The Bidder (for a single entity) must have a minimum turnover of INR 15 Crore during
each of last 3 financial years from receipt of professional fee / engineering consultancy
fee for PMC Services from similar construction activities. In case of a Consortium,
cumulative turnover of those Consortium members must be over INR 15 Crore during
each of the last 3 financial years.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 35
It should be noted that
Bidder company turnover would be considered for only 100 % subsidiary/division/sub-
division/branch/business unit. In case the Bidder or the Consortium members are
subsidiary companies, the parent company’s financials shall be considered.
The financial turnover will be taken as given under the head “Income” in audited Profit
and Loss Account and excluding non-recurring income, income from other sources and
stock. It is clarified that Financial Turnover means relevant revenue as recorded in the
Income Side of Profit and Loss Account. It does not mean Profit.
Foreign currency Turnover will be converted into Indian Rupees based on RBI reference
rate applicable 15 days before proposal due date without assigning any weightage factor.
The Applicant should submit self-attested copy of Auditor’s report along with Balance
Sheet and Profit and Loss statement along with Schedules for the relevant financial year
in which the minimum criterion is met (to be read along with the above clause in
Financial Criteria).
Provisional audit reports or certified statements shall not be accepted.
Closing stocks in whatsoever manner should not form part of turnover.
Net Worth = (Paid up equity + Reserves) – (Revaluation Reserves + Miscellaneous
Expenditure not written off and accrued liabilities)
3.3.3 Technical Eligibility Criteria
The Bidder must have completed PMC services for at least one similar Infrastructure
Project in the past 7 financial years of value over INR 100 Crore. The scope of the Bidder
should have covered the entire spectrum of Engineering Consultancy Services from
concept to commissioning of such Infrastructure Project. Similar Infrastructure Project
is defined as having all the following characteristics:
State-of-the-art Skywalk Systems, Integrated FOBs, Walkalators / Travelators
OR
The Bidder must have satisfactorily completed PMC services at least three Core
Infrastructure Projects in the past 10 financial years of value over INR 50 Crore each.
Core Infrastructure Project is defined as follows:
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 36
Highways, power, telecom, ports, airports, railways, Light metro rail, industrial
parks/estates, logistic parks, pipelines, irrigation, water supply, sewerage and real estate
development
3.4 Evaluation Process
For the purpose of evaluation of the Bids received against this EOI, a Core Group of the
Technical Committee shall be constituted. The Core Group would subsequently examine
and evaluate the Bids received, as per the criteria set out in this EOI.
3.4.1 Eligibility Evaluation
a. The Applications, which are responsive, shall be considered for further evaluation. SEW;
DSYA shall evaluate each Application for its compliance to the Eligibility criteria
mentioned in this EOI Document.
b. Applications meeting all the Eligibility criteria shall be selected for technical evaluation.
c. Any Agency not meeting any of the Eligibility criteria shall not be considered for
Technical Evaluation.
3.4.2 Basis for Technical Evaluation
a. The Technical Package of the responsive Bids will be opened and verified against a check
list for completeness and conformity to the requirements of the Technical Proposal. If
the documents do not meet the requirements of the EOI, the bid will be considered as
non-responsive and will be summarily rejected.
b. Applications shall undergo Technical Evaluation as per the criteria mentioned in the
EOI.
c. Once the Applicants clear the Test of Responsiveness and Prequalification (PQ) Criteria
as prescribed in Section (3.3.1), the SEW, DSYA shall evaluate the EoI for short listing
based on the Applicant/s meeting the following criteria.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 37
Criteria Basis of Evaluation Max. Marks
Financial
Strength
Net worth up to Rs. 1 Crore: 3 Marks
Net worth from Rs. 1 Crore - Rs. 2 Crore: 4 Marks
Net worth from Rs. 2 Crore - Rs. 3 Crore: 5 Marks
5
Average Annual Turnover up to Rs. 15 Crore from Professional fee for
Engineering Consultancy & PMC Charges: 10 Marks
Average Annual Turnover up to Rs. 15 Crore – Rs. 20 Crore from Professional
fee for Engineering Consultancy & PMC Charges: 12 Marks
Average Annual Turnover up to Rs. 20 Crore – Rs. 25 Crore from Professional
fee for Engineering Consultancy & PMC Charges: 15 Marks
15
Technical
Strength
PMC services for specific assignments at least one state-of-the-art skywalk in
the past 10 financial years of value over INR 100 Crore @10 marks each to the
maximum of 3 OR/AND
PMC services for specific assignments at least one similar Infrastructure
Project in the past 10 financial years of value over INR 80 Crore @5 marks
each to the maximum of 6 OR/AND
PMC services at least three Core Infrastructure Projects in the past 10
financial years of value over INR 50 Crore each. @3 marks each to the
maximum of 10
30
Composition and Experience of Key Personnel in the rolls of the Applicant 20
Technical
Presentation
Design Concept Planning @ 5 marks
Functional Aspects of Design Concept @5 marks
Aesthetics of the Design Concept @ 5 marks
Commercial Potential of the Design Concept @ 5 marks
Safety Aspects of the Design Concept @ 5 marks
Overall understanding of the Project @5marks
30
Total Marks 100
d. To be shortlisted, the applicant must secure at least sixty percent marks in each
individual criteria listed above and at least seventy percent marks in aggregate.
e. Even though an applicant may satisfy the above requirements, he would be liable to
disqualification if he has:
i. Made misleading or false representation or deliberately suppressed the
information in the forms, statements and enclosures required in the
prequalification document.
ii. Record of poor performance such as abandoning work, not properly completing
the contract, or financial failures / weaknesses etc.
f. Short listing of the consultants shall be subject to thorough verification of their
credential and inspection of similar works carried out / in progress by them, through a
Technical Committee of experts to be constituted by SEW, DSYA.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 38
3.5 Contacts during Technical Proposal Evaluation
Technical Proposals shall be deemed to be under consideration immediately after they
are opened and until such time SEW, DSYA makes official intimation of award/rejection
to the Bidders. While the Technical Proposals are under consideration, Bidders and/or
their representatives or other interested parties are advised to refrain, save and except as
required under the EOI, from contacting by any means, SEW, DSYA and/or their
employees/representatives on matters related to the Technical Proposals under
consideration.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 39
4. FRAUD AND CORRUPT PRACTICES
4.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process, subsequent to the short listing
and during the RFP stage. Notwithstanding anything to the contrary contained herein,
SEW, DSYA may reject a Technical Proposal, reject a shortlisted Bidder, as the case may
be, without being liable in any manner whatsoever to the Bidder, if it determines that the
Bidder or Consultant, as the case may be, has, directly or indirectly or through an agent,
engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice in the Bidding Process.
4.2 Without prejudice to the rights of SEW, DSYA under Clause 4.1 hereinabove, or
otherwise if a Bidder or Consultant, as the case may be, is found by SEW, DSYA to have
directly or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice during
the Bidding Process, or after the short listing and RFP stage, such Bidder shall not be
eligible to participate in any tender or EOI issued by SEW, DSYA during a period of 2
(two) years from the date such Bidder, is found by SEW, DSYA to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practices, as the case may
be.
4.3 For the purposes of this Clause 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of any person
connected with the Bidding Process (for avoidance of doubt, offering of
employment to or employing or engaging in any manner whatsoever, directly or
indirectly, any official of SEW, DSYA who is or has been associated in any
manner, directly or indirectly, with the Bidding Process, before or after the
execution thereof, at any time prior to the expiry of one year from the date such
official resigns or retires from or otherwise ceases to be in the service of SEW,
DSYA, shall be deemed to constitute influencing the actions of a person
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 40
connected with the Bidding Process); or (ii) save and except as permitted under
the Clause 2.1.10 of this EOI, engaging in any manner whatsoever, whether
during the Bidding Process or after the short listing and the RFP stage, any
person in respect of any matter relating to the Project, who at any time has been
or is a legal, financial or technical adviser of SEW, DSYA in relation to any matter
concerning the Project;
b. “fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
Bidding Process;
c. “coercive practice” means impairing or harming, or threatening to impair or
harm, directly or indirectly, any person or property to influence any person’s
participation or action in the Bidding Process; (d) “undesirable practice”
means (i) establishing contact with any person connected with or employed or
engaged by SEW, DSYA with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having
a Conflict of Interest; and
d. “restrictive practice” means forming a cartel or arriving at any understanding
or arrangement among Bidders with the objective of restricting or manipulating a
full and fair competition in the Bidding Process.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 41
5. PRE-TECHNICAL PROPOSAL CONFERENCE
5.1 Pre-Technical Proposal conferences of the Bidders shall be convened at the designated
date, time and place. Only those persons who have purchased the EOI document shall be
allowed to participate in the Pre-Technical Proposal Conferences. A maximum of two
representatives of each Bidder shall be allowed to participate on production of authority
letter from the Bidder.
5.2 During the course of Pre-Technical Proposal conference(s), the Bidders will be free to
seek clarifications and make suggestions for consideration of SEW, DSYA. SEW, DSYA
shall endeavor to provide clarifications and such further information as it may, in its sole
discretion, consider appropriate for facilitating a fair, transparent and competitive
Bidding Process.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 42
6. MISCELLANEOUS 6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at Kerala shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/or in connection with the Bidding Process.
6.2 SEW, DSYA, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
a. suspend and/or cancel the Bidding Process and/ or amend and/or supplement
the Bidding Process or modify the dates or other terms and conditions relating
thereto;
b. consult with any Bidder in order to receive clarification or further information;
c. retain any information and/or evidence submitted to SEW, DSYA by, on behalf
of, and/ or in relation to any Bidder; and/or
d. independently verify, disqualify, reject and/or accept any and all submissions or
other information and/ or evidence submitted by or on behalf of any Bidder.
6.3 It shall be deemed that by submitting the Technical Proposal, the Bidder agrees and
releases SEW, DSYA, its employees, agents and advisers, irrevocably, unconditionally,
fully and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/or
performance of any obligations hereunder, pursuant hereto and/or in connection with
the Bidding Process and waives, to the fullest extent permitted by applicable laws, any
and all rights and/or claims it may have in this respect, whether actual or contingent,
whether present or in future.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 43
7. APPENDICES
7.1 Appendix – I: Scope of Work
7.1.1. Background
Sports Engineering Wing (SEW), Directorate of Sports and Youth Affairs (DSYA), Government
of Kerala (GoK) has been mandated by the Government of Kerala to create a network of
Skywalks in the core area / CBD of Thiruvananthapuram City with the vision of providing
pedestrian friendly facilities. In order to achieve this, SEW, DSYA has proposed to develop state-
of-the-art skywalks connecting the major landmarks of the city including Thiruvananthapuram
Central Railway Station, KSRTC Central Bus Station (both at Thampanoor), Government
Secretariat Complex, KSRTC City Bus Terminus at East Fort, Chala Market entry and entry to
Sree Padmanabha Swamy Temple. One of the basic objectives of this project shall be to
incorporate innovative implementation and revenue generating concepts, to ensure long term
sustainability.
With this background, SEW, DSYA intends to appoint a Project Management Consultant (PMC)
for the development of the Skywalk, including concept development, examination of
alternatives, Design, Detail Engineering and Drawings, Preparation of Detail Project Report,
Preparation of Tender documents, Bid Process Management for selection of Vendor/s and
Contractor/s for executing the project on Turnkey basis, Project Management services during
Construction and preparation of guidelines for operation and maintenance. The details of the
site and minimum specifications are provided in this section.
SEW, DSYA is publishing this EOI with the intent to understand and finalize the best option, its
technology, assess various conceptual plans of bidders for arriving at the design parameters and
understand the expectation of the bidder for making this Project viable. DSYA also seeks inputs
on the proposed alignment of Skywalks and if necessary suggest alternate alignment options.
The selected Bidder or PMC shall also examine the option of incorporating suitable number of
Walkalators/ Travellators in identified high volume priority stretches.
The proposed Walkalators / Travelators and Escalators shall be of state-of-the art technology
with proven design of International standards adhering to all the safety norms. The specification
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 44
shall define Design, supply, installation, testing and commissioning of heavy duty reversible
type Escalators and Walkalators / Travelators.
7.1.2 Project Area
The area for this project is centered on the Trivandrum Central Railway Station and KSRTC Bus
Stand, Thampanoor connecting East Fort and Government Secretariat. The area is primarily
commercial in nature with wholesale shops dealing with furniture, sanitary ware, ceramics,
electrical appliances etc. Due to the presence of Trivandrum Central Railway station and KSRTC
Bus Stand there are many hotels and lodges located within a 500m radius of the station
complex. In addition to commercial and lodging facilities, the area houses multiple government
and office buildings. There are many heritage structures in the East Fort area, including the
world famous Sree Padmanabha Swamy Temple.
7.1.3 Proposed Skywalks
Skywalks are proposed to originate at Thampanoor connecting Trivandrum Central Railway
Station, KSRTC Central Bus Station, Government Secretariat Complex, Chala and East Fort.
This will help passengers to shift from different mode of travel easily and also reach their
ultimate destination within two kilometre distance in a short period of time. With the
Thiruvananthapuram Light Metro Rail Project also likely to become a reality within 5 years,
there is need to integrate this Skywalk Project with the Light Metro rail system. There are other
projects in the concept and various other stages of development proposed in these CBD areas.
Thampanoor is envisioned as a Light Rail Transit Station junction and this has to be considered
while planning the skywalk alignment to avoid conflict. Also Padmanabha Swamy Temple
Master plan is also in the concept stage and various agencies have proposed Foot Over Bridges
(FOBs) at various locations in the proposed skywalk stretches.
East Fort is another major CBD area of Thiruvananthapuram City, which attracts lot of visitors/
pilgrims, due to the presence of famous historic temple, Sree Padmanabha Swamy Temple and
Palace Complexes of the former Travancore Kingdom.
While conceiving the system, the selected Bidder / PMC should keep in mind the following key
requirements:
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 45
1. Development of a state-of-the- art, cost-effective design, which is aesthetically pleasing,
flawlessly merging with the nature, culture and heritage of the surrounding area and at
the same time structurally sound, within the framework of the specified requirement.
2. Structural design and engineering should factor in the site conditions and should
facilitate fast construction, with minimal disruption of traffic and people movement.
Being a high density area with high footfalls owing to the presence of the Central Railway
Station as well as KSRTC Bus Stand along with prominent commercial and wholesale spaces,
this area faces an acute issue of a subpar pedestrian experience. The area lacks proper
pedestrian facilities for the employees commuting to work and tourists wanting to visit the
various landmarks present. With the upcoming Light Metro Rail Stations, well-planned
measures to enhance pedestrianization and inter-modal transport need to be looked into. With
this in mind, DSYA has proposed to develop a skywalk that would primarily connect the
Trivandrum Central Railway Station to KSRTC Bus stand and to Secretariat to the Northern side
and East Fort and Chala Market to the Southern side, depending on the feasibility analysis
discussed below.
To assess the feasibility of the project and its sub-components, the Project area has been divided
into multiple stretches with each of these being discussed in relation to parameters like road
width, pedestrian behaviour, current parking facilities, landmarks present etc.
Stretch 1:
This stretch extends from the Trivandrum Central Railway Station to the KSRTC Bus stand and
extending to the Government Secretariat and is approximately about 1900 metres long. The
station and the surrounding area comprises of small kiosks serving refreshments as well as
hotels and restaurants catering mainly to businessmen as well as passengers in transit. It is
estimated that with the upcoming Light Metro Rail System, there would be high pedestrian
traffic flowing on this stretch, travelling to and fro from the Railway Station making the need for
a skywalk imminent.
Stretch 2:
Extending from the Trivandrum Central Station to the East Fort Area, this is approximately
about 1500 metres long stretch, characterized mainly by shops, transport agencies as well as
hotels. Most of the shops here have small footprints ranging from 100-200 sq. ft with the
exception of a few larger showrooms located near the Railway Station and in the stretch between
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 46
Station and East Fort. Footpaths, where present, are poorly managed allowing minimal
pedestrian activity.
Stretch 3:
This stretch extends from the East Fort area and culminates at entry to Chala Market. This
stretch is occupied almost entirely on both the sides of the road housing wholesale fruit and
flower vendors as well as miscellaneous wholesale and retail hardware shops. These areas are all
congested commercial spaces with high pedestrian footfall and poor facilitating infrastructure.
7.1.4 Key Concerns to be addressed, while conceptualizing the Skywalk:
Many sections of the Skywalk pass through heritage zones and close to the more than
1000-year-old Sree Padmanabha Swami Temple. Sufficient care should be taken to
ensure that the Skywalk is aesthetically pleasing and smoothly merges with
the heritage environment of the region.
A Light Metro Rail Network is under active consideration for implementation in the City.
The Light Metro Route will pass along the M G Road towards south and turn 90-degrees
at Over bridge junction towards Thampanoor and shall pass along the Central Railway
Station and Central Bus Station. Sufficient care should be taken to ensure that
the Skywalk complements the LRT (Light Metro) System.
7.1.5 Main Components of the Skywalk:
Following three main components will constitute the skywalk project:
Components of Skywalk (Essential Facilities)
Service Core: Staircase/ramp units, escalator/elevator at the ingress and egress points
with adequate power backup for the same
Skywalk of 4.50m to 6.00 clear width at a clear height of 5.5 m from the finished surface
level of the road; the width shall be frozen after traffic study by the selected Bidder /
PMC
Skywalk shall include safety features such as guardrails/ handrails along the length of
skywalk for safety of the users
Lightning and electrical safety as per specified guidelines followed in India
Fire safety equipment
Aesthetic Design, merging with the surroundings and in line with the heritage and
culture of the area
User friendly features
Green Design /Solar Panels
Disabled friendly design
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 47
Public Utilities (Essential Facilities)
Rubbish bins/dustbins at the vicinity
Drainage system
Commercial Component
Advertisement spaces
Advertisement panels for external display on skywalk and elevator shafts, if permissible
Kiosks, ATMs, Food Outlets
The project has been divided into three stretches as detailed in the beginning of this Clause 7.1.2
7.1.6 Terms of Reference (ToR)
The successful Bidder / PMC is required to undertake concept development, design, detail
engineering, preparation of Detail Project Report, Preparation of Tender Documents, Bid
Process Management, Selection of Contractor and Project Management during the Construction
and operation phase of development of the skywalks integrated with proposed Light Metro Rail
system in the project area.
7.1.7 Broad Scope of Work
The broad scope of work includes
• Preliminary Studies
• Concept development
• Finalize skywalk alignment, with minimal land acquisition, and identifying multiple
ingress/egress points
• Design & detail engineering
• Preparation of DPR and Feasibility Report
• Conduct Environmental Studies & facilitate statutory approvals
• Preparation of Tender Documents
• Bid Process Management for Contractor / Vendor selection
• PMC during the Construction & Commissioning
• PMC during operation phase (to be decided)
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 48
7.1.8 Detail Scope of Work:
a) Preliminary Studies
Conduct of Reconnaissance Survey & Topographical Survey
Road Inventory Surveys & Stakeholder Meetings
Traffic Studies & Pedestrian Studies
b) Finalize skywalk alignment, with minimal land acquisition, and identifying multiple
ingress/egress points integrating with the proposed Light Metro Rail System (to factor in
the route and station locations) and other developments planned in the Project Area
c) Concept development
Conceptualization of the Project, including finalization of the type of structures
and materials of construction
Preparation of Architectural Designs and Plans;
Preparation of General Arrangement Drawings (GAD) and getting approvals
from concerned authorities;
d) Economic benefits and possible Revenue streams
e) Design & detail engineering
Preparation of Detailed Designs and Drawings for Project Execution by third
party Contractor/s and all other related drawings concerned with execution of
the Project
Preparation of Structural Design and drawings
Furnish the details like Drive units, controllers, truss, Balustrade, handrail, step
tread, chains, automatic lubrication, landing plate and other important details,
which come as an integral part of the System.
f) Preparation of Bill of Quantity as per CPWD approved specifications and relevant IS
Code and specifications and Market rates, wherever required.
g) Preparation of DPR
h) Feasibility Study to establish technical and financial feasibility of the Project
i) Conduct Environmental Studies & facilitate statutory approvals
j) Bid Process Management for Contractor / Vendor selection (Developer in case of PPP)
Preparation of Bill of Quantity as per CPWD approved specifications and
relevant IS Code and specifications and Market rates, wherever required.
Preparation of Bid Documents
Inviting Tenders and Bid Evaluation
Selection of the Contractor to execute the project on a Turnkey basis.
Facilitating Execution of Contractor Agreement
k) SEW; DSYA is proposing to get the project funded under KIIFB. The selected Bidder /
PMC will be required to assist in obtaining approvals for the Project.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 49
l) The PMC has to structure the project in such a way so as to maximize the Revenue to the
GoK. Revenue shall be from innovative revenue streams in addition to rentals and
advertisement;
m) The entire design, specifications and drawings shall conform to good engineering
practices, green protocol and the most modern prevailing standards for safety and
security of the Users of the Skywalk System.
n) Project Management Consultancy during execution and commissioning, including trial
runs of the skywalks based on the approved design and components, including
supervision of the Contractor/s.
o) Post commissioning (during operations phase) Project Management Consultancy during
the first 2 years of operation, if required
7.1.9 Justification for Feasibility Study
The feasibility study should provide all the information required to make a decision to
support or reject a proposal to develop a skywalk project. This decision will have long-term
ramifications for the community and, therefore, it is important that the study is comprehensive
and objective.
The feasibility study is a means to an end. That end is the involvement of the community in
determining how and when collectively owned funds are going to be spent to provide
opportunities for value added pedestrian experiences.
Through undertaking a feasibility study the chances of developing an unsuccessful facility are
minimized, and the potential for efficiency is increased.
A good feasibility study is the client’s best insurance against a poor investment!
7.1.10 Suggested Studies:
• To conduct necessary traffic surveys such as
pedestrian volume count,
traffic volume count,
pedestrian delay at junctions & other places
pedestrian opinion survey.
• To Conduct Road Inventory Survey
• Collate Past Accident Record
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 50
• Review Case studies: To learn about the major issues faced by the existing skywalk
projects and appreciate the best of practices on skywalks in different cities of the world.
• To carryout Economic evaluation for developing skywalk facility at the identified Project
Area
• If found technically feasible, to identify innovative revenue streams and to evolve best
financial model to make the skywalk system on self financing mode.
• By understanding the different case studies and the present condition of the study area
to develop tentative Guidelines for development of Skywalk
7.1.11 Feasibility Study Process
THE PROCESS IN BRIEF
It is important to acknowledge the two stages in the Feasibility Study Process. The first stage,
Concept Planning, develops the concept of the facility, while the second stage, Feasibility Study,
tests the practicability of the concept.
Ideally, the two stages should be undertaken separately by independent parties to ensure
impartial judgement and transparent processes.
Each feasibility study will, and should, vary in process and content. The diagram below
illustrates the core elements of the feasibility study process in a sequential progression.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 51
7.1.12 Planning and Design Challenges Anticipated
Pedestrian related:
Magnitude of pedestrian traffic crossing the road intersections
Magnitude of pedestrian traffic involved in road traffic accidents
Degree of conflicts between vehicular and pedestrian traffic
Approximate number of jaywalkers
Delay and frustration experienced by the pedestrians in crossing the roads
Site condition related:
Height and age of the buildings abutting the development
Terrain of the underlying roads - Undulating terrain - level difference > 30 m
Complexity of skywalk crossing beneath the Light Metro line and proposed fly-over at
Thampanoor between Central Station & KSRTC Terminus
Width of Median, Electrical & telecom lines and other utilities criss-crossing
Abutting Land use - Land acquisition depending on final route
Direct access to the activity generating areas
Integration of Skywalk with proposed LRT Stations & other FOB Projects
7.1.13 Design Guidelines – based on learning from other Cities
Skywalks to be as per Specified guidelines followed in India
Aesthetic & barrier free design, merging with the surroundings
User friendly - Disabled friendly
Entry and exit points - Escalators from the street level to skywalk, stairs for coming
down; to encourage patronage
To examine feasibility of air-conditioned Skywalk with travelators at identified stretches;
especially uphill stretches;
Adequate lighting & CC TV Surveillance for safety & security
Adequate resting places and seating must be provided
Signage indicating the location of various activity zones as per standards. Where
appropriate, particularly near pedestrian attractors, way-finding/information maps to be
provided.
Monetization initiatives:
Space for kiosks to be provided on the skywalk
Advertisement space inside & outside, without spoiling the aesthetics of the
skywalk
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 52
7.1.14 Case Studies - Conclusions from the Indian Literature Studies:
• Lack of maintenance, damaged parts on skywalk either flooring or of roofing, dark
stretches and encroachment leads to insecurity and safety issues and may create law and
order problems especially for women at night.
• Whether a facility is working in peak hour, it must fulfill the purpose for which it is
meant to i.e.; useful for crossing and walking all day and even in late night hour.
• Proper facility should be provided at places for commuters giving them flexibility to get
over and climb off the facility without extra efforts in case of physically challenged it is
mandatory.
• It must connect variety of places or activities rather connecting a single activity zone to
make full use of it even in odd hours.
• Proper monitoring by the local authorities and the police needs to be maintained in
order to avoid encroachment of areas under the skywalk structure
Bandra Skywalk Studies
Skywalks are underutilized and not attracting projected pedestrian traffic because they
do not make important intermodal connections
are not the shortest and fast path to most destinations around the station
require additional climbing and hence not user friendly
are not accessible to those who are differently abled (have reduced physical ability)
do not have activities like food joints and shops that attract people
7.1.15 Learning/Inclusions that can be adopted from international case studies:
• A skywalk must be designed in a proper way that it would not spoil the existing urban
design of that area.
• A Skywalk network must be developed by keeping in mind the different variety of land
uses and activities.
• Such facility can be developed to connect buildings on upper floors to make it more
feasible and more efficient by providing a concourse level/ area for pedestrian
circulation.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 53
7.2 Appendix – II: Letter comprising the Technical Proposal
(Refer Clauses 2.1.2 and 2.1.9)
Dated:
To
The Chief Engineer,
Sports Engineering Wing,
Directorate of Sports & Youth Affairs,
Chandrasekharan Nair Stadium,
Palayam, Thiruvananthapuram – 695 033
Kerala
Dear Sir,
With reference to your EOI document dated *****, I/we, having examined the EOI and
understood the contents, hereby submit my/our Technical Proposal for the aforesaid Project.
1. The Technical Proposal is unconditional and unqualified.
2. I/We acknowledge that DSYA will be relying on the information provided in the
Technical Proposal and the documents accompanying the Technical Proposal for
selection of the Consultant for the aforesaid Project, and we certify that all information
provided therein is true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying the Technical Proposal are
true copies of their respective originals.
3. This statement is made for the express purpose of our short listing for selection as
Project Management Consultant for the Concept Development, Design, Detailed
Engineering, Preparation of Detail Project Report, Preparation of Feasibility Report,
Preparation of Tender Documents, Bid Process Management, Selection of Contractor for
executing the project on a Turnkey basis, Project Management Consultancy during
Construction and Operation of the aforesaid Project.
4. I/We shall make available to SEW, DSYA any additional information it may find
necessary or require to supplement or authenticate the Technical Proposal.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 54
5. I/We acknowledge the right of SEW, DSYA to reject our Technical Proposal without
assigning any reason or otherwise and hereby waive, to the fullest extent permitted by
applicable law, our right to challenge the same on any account whatsoever.
6. I/We certify that in the last three years, we/any of the Consortium Members or our/their
Associates have neither failed to perform on any contract, as evidenced by imposition of
a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration
award, 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. If the Bidder
is not a Consortium, the provisions applicable to Consortium may be omitted.
7. I/We declare that:
a. I/We have examined and have no reservations to the EOI, including any
Addendum issued by SEW, DSYA; and
b. I/We do not have any conflict of interest in accordance with Clauses 2.1.9 and
2.1.10 of the EOI document; and
c. I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice, as defined in Clause 4.3 of the EOI document, in respect of
any tender or request for proposal issued by or any agreement entered into with
SEW, DSYA or any other public sector enterprise or any government, Central or
State; and
d. I/We hereby certify that we have taken steps to ensure that in conformity with
the provisions of Section 4 of the EOI, no person acting for us or on our behalf
has engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice; and
8. I/We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Technical Proposal that you may receive nor to invite the
Bidders to Technical Proposal for the Project, without incurring any liability to the
Bidders, in accordance with Clause 2.14 of the EOI document.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 55
9. I/We believe that we/our Consortium/ proposed Consortium satisfy (ies) the Technical
and Financial Eligibility criteria and meet(s) the requirements as specified in the EOI
document.
10. I/We declare that we/any Member of the Consortium, or our/its Associates are not a
Member of a/any other Consortium submitting a Technical Proposal for the Project.
11. I/We certify that in regard to matters other than security and integrity of the country,
we/any Member of the Consortium or any of our/their Associates have not been
convicted by a Court of Law or indicted or adverse orders passed by a regulatory
authority which could cast a doubt on our ability to undertake the Project or which
relates to a grave offence that outrages the moral sense of the community.
12. I/We further certify that in regard to matters relating to security and integrity of the
country, we/any Member of the Consortium or any of our/their Associates have not been
charge-sheeted by any agency of the Government or convicted by a Court of Law.
13. I/We further certify that no investigation by a regulatory authority is pending either
against us or against our Associates or against our CEO or any of our
directors/managers/employees.
14. I/We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification in terms of the
guidelines referred to above, we shall intimate DSYA of the same immediately.
15. The Statement of Legal Capacity as per format provided in Appendix-V of the EOI
document, and duly signed, is enclosed. The power of attorney for signing of application
and the power of attorney for Lead Member of consortium, as per format provided at
Appendix II and III respectively of the EOI, are also enclosed.
16. I/We understand that the Selected Bidder shall be an existing Company incorporated
under the Indian Companies Act, 1956/2013.
17. I/We hereby irrevocably waive any right or remedy which we may have at any stage at
law or howsoever otherwise arising to challenge or question any decision taken by SEW,
DSYA in connection with the selection of the Bidder, or in connection with the Bidding
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 56
Process itself, in respect of the above mentioned Project and the terms and
implementation thereof.
18. I/We have studied all the EOI carefully and also surveyed the project corridors and the
traffic. We understand that except to the extent as expressly set forth in the Consultant
Agreement, we shall have no claim, right or title arising out of any documents or
information provided to us by SEW, DSYA or in respect of any matter arising out of or
relating to the Bidding Process including the award of the PMC assignment.
19. I/We agree and understand that the Technical Proposal is subject to the provisions of the
EOI. In no case, I/we shall have any claim or right of whatsoever nature if the PMC
assignment is not awarded to me/us or our Technical Proposal is not opened or rejected.
20. I/We agree and undertake to abide by all the terms and conditions of the EOI document.
21. {We, the Consortium Members agree and undertake to be jointly and severally liable for
all the obligations of the PMC under the PMC Agreement till its completion.}
22. I/We shall keep this offer valid for 90 (ninety) days from the Technical Proposal Due
Date specified in the EOI.
In witness thereof, I/we submit this Technical Proposal under and in accordance with the terms
of the EOI document.
Yours faithfully,
(Signature, name and designation of the Authorized signatory)
Date:
Place:
Name and Seal of Bidder/Lead Member
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to it, or
modified as necessary to reflect Bidder-specific particulars
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 57
7.2 Appendix – III: Details of Bidder
1.
a. Name:
b. Country of incorporation:
c. Address of the corporate headquarters and its branch office(s), if any, in India:
d. Date of incorporation and/ or commencement of business:
2. Brief description of the Company including details of its main lines of business and
proposed role and responsibilities in this Project:
3. Details of individual (s) who will serve as the point of contact/communication for the
SEW, DSYA:
a. Name:
b. Designation:
c. Company:
d. Address:
e. Telephone Number:
f. E-Mail Address:
g. Fax Number:
4. Particulars of the Authorized Signatory of the Applicant:
a. Name:
b. Designation:
c. Address:
d. Phone Number:
e. Fax Number:
5. In case of a Consortium:
a. The information above (1-4) should be provided for all the Members of the
Consortium.
b. A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.2.6(g) should be
attached to the Application.
c. Information regarding the role of each Member should be provided as per table
below:
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 58
Sl. No. Name of
Member
Role*
{Refer Clause
2.2.6(d)}$
1.
2.
* The role of each Member, as may be determined by the Applicant, should be indicated in accordance with instruction 4 at Annex-IV. d. The following information shall also be provided for each Member of the Consortium:
Name of Applicant/ member of Consortium:
No. Criteria Yes No
1. Has the Applicant/constituent of the Consortium been barred by the Central/
State Government, or any entity controlled by it, from participating in any
tender?
2. If the answer to 1 is yes, does the bar subsist as on the date of Application?
3. Has the Applicant/ constituent of the Consortium paid liquidated damages of
more than 5% of the contract value in a contract due to delay or has been
penalized due to any other reason in relation to execution of a contract, in the
last three years?
6. A statement by the Applicant and each of the Members of its Consortium (where
applicable) or any of their Associates disclosing material non-performance or contractual
non-compliance in past projects, contractual disputes and litigation/ arbitration in the
recent past is given below (Attach extra sheets, if necessary):
$ All provisions contained in curly parenthesis shall be suitably modified by the Applicant to reflect the particulars relating to such Applicant.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 59
7.3 Appendix – IV: Power of Attorney for signing of Technical Proposal
[To be executed on non-judicial stamp paper of the appropriate value in accordance with
relevant Stamp Act. The stamp paper is to be in the name of the company who is issuing the
power of attorney.]
(Refer Clause2.1.4)
Know all men by these presents, We…………………………………………….. (name of the entity and
address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorize Mr./Ms (name), …………………… son/daughter/wife of ……………………………… and
presently residing at …………………., who is presently employed with us/the Lead Member of our
Consortium and holding the position of ……………………………. , as our true and lawful attorney
(hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,
deeds and things as are necessary or required in connection with or incidental to submission of
our application for pre-qualification and submission of our bid for the development of a Skywalk
System by SEW, DSYA, GoK, including but not limited to signing and submission of all
applications, bids and other documents and writings, participate in Pre-Applications and other
conferences and providing information/responses to the SEW, DSYA, representing us in all
matters before the SEW, DSYA, signing and execution of all contracts including the PMC
Agreement and undertakings consequent to acceptance of our bid, and generally dealing with
the DSYA in all matters in connection with or relating to or arising out of our bid for the said
Project and/or upon award thereof to us and/or till the entering into of the Consultant
Agreement with the DSYA.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney
in exercise of the powers hereby conferred shall and shall always be deemed to have been done
by us.
IN WITNESS WHEREOF WE,…………………………., THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY
OF …………. 2…..
For …………………………..
(Signature, name, designation and address)
Witnesses:
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 60
1.
(Notarized)
2.
Accepted
……………………………
(Signature)
(Name, Title and Address of the Attorney)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executants (s) and
when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
Wherever required, the Applicant should submit for verification the extract of the
charter documents and documents such as a board or shareholders’ resolution/ power
of attorney in favour of the person executing this Power of Attorney for the delegation
of power hereunder on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have to
be legalized by the Indian Embassy and notarized in the jurisdiction where the Power
of Attorney is being issued. However, the Power of Attorney provided by Applicants
from countries that have signed the Hague Legislation Convention 1961 are not
required to be legalized by the Indian Embassy if it carries a conforming Appostille
certificate.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 61
7.4 Appendix – V: Statement of Legal Capacity
(To be forwarded on the letterhead of the Applicant/ Lead Member of Consortium)
Ref. Date:
To
The Chief Engineer,
Sports Engineering Wing,
Directorate of Sports & Youth Affairs,
Chandrasekharan Nair Stadium,
Palayam, Thiruvananthapuram – 695 033
Kerala
Dear Sir,
We hereby confirm that we/our members in the Consortium (constitution of which has been
described in the application) satisfy the terms and conditions laid out in the EOI document.
We have agreed that …………………… (insert member’s name) will act as the Lead Member of our
consortium.*
We have agreed that ………………….. (insert individual’s name) will act as our representative/will
act as the representative of the consortium on its behalf* and has been duly authorized to submit
the EOI. Further, the authorized signatory is vested with requisite powers to furnish such letter
and authenticate the same.
Thanking you,
Yours faithfully,
(Signature, name and designation of the authorized signatory)
For and on behalf of……………………………..
*Please strike out whichever is not applicable.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 62
7.5 Appendix – VI: Power of Attorney for Lead Member of Consortium
(Refer Clause2.9.2)
Whereas the Chief Engineer, SEW, DSYA has invited applications from interested parties for the
Skywalks Project (the “Project”).
Whereas, …………………….., …………………….., ……………………..and …………………….. (collectively the
“Consortium”) being Members of the Consortium are interested in bidding for the Project in
accordance with the terms and conditions of the Expression of Interest (EOI), Request for
Proposal (RFP) and other connected documents in respect of the Project, and
Whereas, it is necessary for the Members of the Consortium to designate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Consortium,
all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the
Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We,……………………..having our registered office at ………………………..,M/s. ……………………..
having our registered office at ………………………..,M/s. ……………………..having our registered
office at ……………………..,and ……………………..having our registered office at
……………………..,(hereinafter collectively referred to as the “Principals”) do hereby irrevocably
designate, nominate, constitute, appoint and authorize M/s …………………….. having its
registered office at……………………..,being one of the Members of the Consortium, as the Lead
Member and true and lawful attorney of the Consortium (hereinafter referred to as the
“Attorney”). We hereby irrevocably authorize the Attorney (with power to sub-delegate) to
conduct all business for and on behalf of the Consortium and any one of us during the bidding
process and, in the event the Consortium is awarded the contract, during the execution of the
Assignment and in this regard, to do on our behalf and on behalf of the Consortium, all or any of
such acts, deeds or things as are necessary or required or incidental to the pre-qualification of
the Consortium and submission of its bid for the Project, including but not limited to signing
and submission of all applications, bids and other documents and writings, participate in
bidders and other conferences, respond to queries, submit information/ documents, sign and
execute contracts and undertakings consequent to acceptance of the bid of the Consortium and
generally to represent the Consortium in all its dealings with the DSYA, and/or any other
Government Agency or any person, in all matters in connection with or relating to or arising out
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 63
of the Consortium’s bid for the Assignment and/or upon award thereof till the Consultant
Agreement is entered into with the SEW, DSYA.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney
in exercise of the powers hereby conferred shall and shall always be deemed to have been done
by us/Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS …………………. DAY OF ……….
For ……………………..
(Signature)
……………………..
(Name & Title)
For ……………………..
(Signature)
……………………..
(Name & Title)
For ……………………..
(Signature)
……………………..
(Name & Title)
Witnesses:
1.
2.
………………………………………
(Executants)
(To be executed by all the Members of the Consortium)
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 64
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants (s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.
Also, wherever required, the Applicant should submit for verification the extract of the
charter documents and documents such as a board or shareholders’ resolution/power
of attorney in favour of the person executing this Power of Attorney for the delegation
of power hereunder on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have to
be legalized by the Indian Embassy and notarized in the jurisdiction where the Power
of Attorney is being issued. However, the Power of Attorney provided by Applicants
from countries that have signed the Hague Legislation Convention 1961 are not
required to be legalized by the Indian Embassy if it carries a conforming Appostille
certificate
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 65
7.6 Joint Bidding Agreement (shall be shared with the selected Bidder)
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 66
7.7 Appendix –VIII: Format for past experience
Guidelines
1. Member Code: NA= Not Applicable in case of a single entity Bidder, LM =Lead member,
AM= Associate Member
2. The Chartered Accountant issuing the certification for Experience of the Bidder must
hold a valid Certificate of Practice.
3. Any Bidder consisting of a Single Entity should fill in details as per the row titled Single
Entity Bidder and ignore the other rows mentioned below. In case of a Consortium, the
details need to be provided as per the lower rows and the row titled Single Entity Bidder
may be ignored.
7.7.1 Bid Response Sheet 1
S
No.
Name
of
project
Type:
Similar
or
Core
Project Date of Name
of
client
Location Cost
(INR
crore)
Award Commencement Completion
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 67
7.8.2 Bid Response Sheet 2
Name of Bidder Member Code
Category
1.
Name of contract
Country
2.
Name of employer/client
3.
Employer’s address, telephone and fax no.)
4
Role (strike out whichever is not applicable) PMC/Design & Engineering Consultant
5.
Value of the Total Contract (in specified currencies and INR)
6.
Value of the Bidder’s Contract (in specified currencies and INR)
7.
Certified Billings till date (in specified currencies and INR and exchange rate)
8.
Date of Award
9.
Date of Commencement of Project/Contract
10.
Date of Completion/ Commissioning
Note:
1. Information provided in this section is intended to serve as a backup for information
provided in accordance in Bid Response Sheet 1.
2. The Projects cited must comply with the work orders and client/performance certificate
3. A separate sheet should be filled for each of the Eligible Projects.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 68
7.9 Appendix – IX: Format for Financial Capability of the Bidder
Name of Bidder/ Lead Member of Consortium: ………………………………..
Annual Turnover (in INR)
% share in the
Consortium
2013-14 2014-15 2015-16 2016-17(if
audited)
Name of the Bidder/ Lead
Member of Consortium
Name of the Associate
Member
Average Turnover for 3
years
Net Worth
Name of Consortium
Member
Net worth as per last audited
statement (INR in crore)
[as on 31-March-2015/2016]
Name of Lead Member
Name of Associate Member
Further, we confirm the Net-worth of [Name of the other Consortium members] whose net
worth has not been considered above for meeting the Financial Capability is not negative as at
the end of the financial year ending 31-March-2016/2017.
Date:
________________________________
Signature of the Authorized Person
Name:
Designation:
[Name and rubber seal of the Applicant/ Lead Member]
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 69
7.10 Appendix – X: Design Parameters
7.10.1 Overall design guidelines – for reference of Bidders
The Overall Design Guidelines are indicative
Sheltered weather proof Skywalk incorporating state-of-the-art technology
Innovative & integrated design for Skywalks and as per Specified guidelines followed in
India
User friendly & Disabled Friendly Design: At all Entry and exit points provide
Escalators/Elevators for going from the street to skywalk level, elevators/staircase/ramp
for coming down as per design standards to encourage patronage
To examine feasibility of air-conditioned Skywalk with travelators at identified stretches;
especially uphill stretches;
Aesthetically pleasing design merging with the natural surroundings, heritage and
culture
Green Eco-Friendly design – Solar Panels on the roof to be examined
Adequate lighting must be provided as per relevant government guidelines
CC TV Surveillance for safety & security
Adequate resting places and seating must be provided
Signage indicating the location of various activity zones as per standards must be
provided as per standard. Where appropriate, particularly near pedestrian attractors,
way-finding/information maps must be provided.
To follow universal design principles incorporating barrier free design.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 70
7.11 Appendix –XI: Project Concept
The Project Concept should include the following (but may not be limited to):
1. Brief understanding of the Project;
2. Project layout and conceptual/schematic plan for all components - parking, commercial
development, skywalk;
3. The concept should factor in the heritage status of the East fort area Concept should
incorporate features for generating solar power from roof top of the Skywalk
4. The concept should incorporate features for Eco-friendly (generating solar power from
roof top of the Skywalk) & and should ensure adherence to green protocol.
5. The concept should incorporate features for safely and security and should be user
friendly and Disabled friendly
6. Method statement justifying the selection of the technology chosen for implementation
and prudence for capital and O&M cost;
7. Detailed method statement justifying the area allocation and role of commercial space
for viability of the Project; and
8. Any other point to explain the proposed plan and concept.
9. Provide Perspective & 3 D views, walk through videos of the conceptual design and
brochures, technical specifications for the proposed technology;
10. The Technical presentation shall cover proposed technology, conceptual plan of the
Project, inputs on the alignment, concept of integration and overall vision for the Project.
Directorate of Sports & Youth Affairs, Government of Kerala
A2-5026/17/DSYA P a g e | 71
7.12 Appendix – XII: Format for submission of queries
Name of Bidder:
Contact Details of Bidder:
S. No. Clause Reference Page Reference Details of Query