tamilnadu industrial development …tidco.com/tn defence corrdior-strategic consultant-rfp...
TRANSCRIPT
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 1
TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD
(TIDCO)
SELECTION OF STRATEGIC & ADVISORY CONSULTANT
INTERNATIONAL COMPETITIVE BIDDING FOR SELECTION OF STRAGEGIC AND
ADVISORY CONSULTANT FOR PROVIDING STRATEGIC AND ADVISORY SERVICES
FOR THE DEVELOPMENT OF DEFENCE INDUSTRIAL CORRIDOR
REQUEST FOR PROPOSAL
(Technical & Financial)
Chairperson and Managing Director
Tamil Nadu Industrial Development Corp. Ltd,
19-A, Rukmini Lakshmipathi Salai
Egmore, Chennai –600 008
Phone: 044-28554479; Fax: 044-2855 3729
E-mail: [email protected]; Website: www.tidco.com
January 2020
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 2
NOTICE OF INVITATION
Section – I
TAMIL NADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO)
TENDER NOTICE NO. TIDCO/DIC/2019–20
TIDCO invites request For Proposal (RFP) for Appointment of Strategic & Advisory
Consultant to provide consultancy services for the DEVELOPMENT OF DEFENCE
INDUSTRIAL CORRIDOR
RFP Document can be purchased from TIDCO on or before 10.02.2020 upto 5.00 P.M. by
paying Rs.10,000/- by Cash / DD including Taxes in favour of Tamil Nadu Industrial
Development Corporation Ltd or downloaded from the website for which the cost of tender
document in the form of DD to be enclosed while submitting the tender. The Last Date for
Submission of Tender is before 3.00 P.M. on 11.02.2020. Refer tender document for pre-
qualification criteria and other condition.
Chairperson and Managing Director
Tamilnadu Industrial Development Corporation Ltd.
19-A, Rukmini Lakshmipathi Salai
Egmore, Chennai – 600 008
Ph: 044 – 2855 4479
Fax: 044 – 2855 3729
E-mail: [email protected]; Website: www.tidco.com
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 3
Disclaimer
The information contained in this Request for Proposal (“RFP”) document or subsequently provided to
Bidders, whether verbally or in documentary form by or on behalf of the Tamil Nadu Industrial
Development Corporation Ltd (TIDCO) or any of their employees or advisors (collectively referred to
as “TIDCO Representatives”), is provided to the Bidders on the terms and conditions set out in this
RFP document and any other terms and conditions subject to which such information is provided.
This RFP document is not an agreement and is not an offer or invitation by TIDCO Representatives to
any other party. The purpose of this RFP document is to provide interested parties with information to
assist the formulation of their Proposal.
This RFP document does not purport to contain all the information each Bidder may require. Certain
Bidders may have a better knowledge of the proposed assignment and project than others. Each Bidder
should conduct its own due diligence, investigations and analysis and should check the accuracy,
reliability and completeness of the information in this RFP document and obtain independent advice
from appropriate sources. TIDCO Representatives make no representation or warranty and shall incur
no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of
the RFP document and concerned with any matter deemed to form part of the RFP Document, the
award of the assignment, the information and any other information supplied by or on behalf of
TIDCO or otherwise arising in any way from the selection process.
The prospective Bidder will be responsible for all obligations to its staff, their payments, complying
with the labour laws, minimum wages Act and any other Act relevant for the working of the Bidder’s
staff. Under no circumstances, TIDCO will be responsible for any non-compliance with statutory
requirements of the bidder’s staff.
TIDCO may in their absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document from time-to-time, after intimating the
same to the Bidders. TIDCO reserve the right to accept or reject any or all proposals without giving
any reasons. The bidding process shall be governed by the laws of India and courts at the State of
Tamil Nadu will have jurisdiction over the matter concerning and arising out of RFP document.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 4
INTERNATIONAL COMPETITIVE BIDDING
Selection of Strategic & Advisory Consultant
CONTENTS
Section Details Page Nos.
1 Letter of Invitation and Salient information on the Proposal 5 – 6
2 Information about the Assignment 7 – 15
3 Instructions to Bidders 16 – 24
4 Eligibility Criteria 25
5 Evaluation Criteria 26 – 29
6 Terms of Reference 30 – 32
7 Technical and Financial Proposal – Standard Forms 33
A. Technical Proposal Submission form 34
B. Format for Power of Attorney for authorized signatory 35
C. Format for submission of information towards eligibility
criteria
37
D. Format to demonstrate technical eligibility 39
E. Format for providing the experience of the consultant for
technical evaluation
40
F. Format for submission of information for evaluation of the
criteria of investment mobilisation & marketing
41
G. Description of the methodology and work plan for
performing the assignment
42
H. Team composition and task assignments 43
I. Format of Curriculum Vitae of proposed professional staff 44
J. Format for Earnest Money Deposit 46
K. Format for Financial Bid 47
Financial Tender 48– 49
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 5
SECTION – I
LETTER OF INVITATION AND SALIENT INFORMATION ON THE PROPOSAL
1A
LETTER OF INVITATION
Government of Tamil Nadu has mandated TIDCO as Nodal Agency for implementing Defence
Industrial Corridor project with the objective of promoting Aerospace & Defence Industrial units in
the State.
In this context, TIDCO intends to invite Request for Proposal (RFP) from interested consultants for
providing Strategic and advisory Consultancy Services for implementing Defence Industrial Corridor
project (“hereby termed as Assignment”).
The RFP includes the following documents:
SECTION – I : Letter of Invitation and Salient Features of the Proposal
SECTION - II : Information about the Assignment
SECTION - III : Instructions to Consultants
SECTION - IV : Eligibility Criteria
SECTION - V : Evaluation Criteria
SECTION - VI : Terms of Reference
SECTION - VII : Technical and Financial Proposal – Standard Forms
The detailed scope of services is provided in the Terms of Reference. Consultants are requested to
submit the duly completed proposals in response to the RFP on or before 11.02.2020.
Yours faithfully,
For Tamil Nadu Industrial Development Corporation Ltd
Chairperson and Managing Director
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 6
1B
SALIENT INFORMATION AND IMPORTANT DATES
The key features and timelines of the proposal are listed below
1 RFP No. TIDCO/DIC/2019–20
2 Mode of bid submission Physical submission in two parts placed in Two Separate
covers
Part 1: Technical Bid – in separate cover
Part 2: Financial Bid – in separate cover
3 Date of issue of RFP 14.01.2020
4 Last date for receipt of queries 28.01.2020
The queries should be sent by email to the following
email address: [email protected], the queries should be
sent in Microsoft Word or MS Excel Format only
5 Time & Date of Pre-Bid meeting 11 AM on 29.01.2020at the office of TIDCO, Chennai
600008
6 Last date for purchase of RFP 10.02.2020
7 Last date for submission of
proposals 11.02.2020 at 1500 hrs.
8 Bid processing Fee / issue of
tender document The bidder will be required to pay the non–refundable
processing fee of Rs. 10,000/- either in the form of DD
along with Tender Documents at the time of
submission of proposals or Cash at the time of
submission of proposals.
9 Earnest Money Deposit (EMD) Rs.1.00 Lakhs (Rupees One Lakhs Only) to be paid by
Demand Draft payable at Chennai in favour of Tamil
Nadu Industrial Development Corporation Ltd,
Chennai.
10 Demand Draft DD should be drawn in favour of Tamil Nadu
Industrial Development Corporation Ltd, Chennai from
any one of the Nationalized / Scheduled Bank, payable
at Chennai, India.
11 Place of submission of a bid Chairperson and Managing Director
Tamilnadu Industrial Development Corp.Ltd,
19-A, Rukmini Lakshmipathi Salai
Egmore, Chennai – 600 008
Ph: 044 – 28554479Fax: 044 – 2855 3729
E-mail: [email protected]; Website: www.tidco.com
12 Date and time of opening of
Part 1: Techno-Commercial Bid 11.02.2020 at 15:30 hrs.
13 Announcement of Technically
Qualified Bidders and opening of
the Financial Bids
To be communicated later
14 Validity of bids 180 days from the last date of submission of bids
15 Nodal person form
TIDCO for this RFP
B. Elangovan Sr. GM, TIDCO
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 7
SECTION – II
INFORMATION ABOUT THE ASSIGNMENT
2.0 BACKGROUND:
2.1 Information about TIDCO:
2.1.1 Tamil Nadu Industrial Development Corporation Limited (TIDCO), a premier industrial
development agency of the Government of Tamil Nadu, established in 1965, leverages
industrial growth in the state by promoting medium and large industrial and infrastructure
projects involving large investments and huge employment potential in association with
Private Promoters.
TIDCO has promoted several joint ventures for manufacturing products such as iron and
steel products, wrist watches, auto parts/components, textiles, fertilizers, Petroleum and
Petrochemicals, Pharmaceuticals, floriculture, processed food products and leather products.
It has also ventured into setting up of IT/ITES Parks, Bio Parks, and Special Investment
Regions.
Some of the important Joint ventures of TIDCO are TITAN Industries, Mahindra World City, Tamil
Nadu Petro products, TIDEL Park, Ascends IT Park, TICEL Bio Park, Tamil Nadu Road
Development Company, IT Expressway, Chennai Trade Centre and L & T Shipbuilding
Limited
SIPCOT-State Industries Promotion Corporation of Tamil Nadu Ltd
2.2 State Industries Promotion Corporation of Tamil Nadu Ltd (SIPCOT) was established in the
year 1971 to develop industrial growth in Tamil Nadu. SIPCOT facilitates the formation of
industrial complexes by providing infrastructure facilities for industries to set up their units.
SIPCOT has so far developed 20 Industrial Complexes in 12 districts and Six Sector Specific
Special Economic Zones (SEZs) across Tamil Nadu. SIPCOT also acts as a Nodal Agency of
Government of Tamil Nadu in the sanction/disbursement of Structured Package of
Assistance to large industrial units.
SIPCOT has set up an Aerospace & Defence Park at Vadagal village near Oragadam, to
guide and provide support to the aerospace and defence sector manufacturing industries in
Tamilnadu. This is with the aim of enhancing their competence & competitiveness in line
with global standards.
2.3 TIDCO – THE NODAL AGENCY:
TIDCO has been nominated as the Nodal Agency by the Industries Department vide
Government letter (Ms.) No.186 dated 4.11.2019 for promotion of Defence Industrial
Corridor project in the State to effectively coordinate various activities of the project.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 8
2.4 INITIATIVES OF THE STATE GOVERNMENT:
The Government of Tamil Nadu is focusing on implementing Aerospace & Defence Park
development programs, i.e. supporting the existing aerospace units technically and attracting
more Aerospace and Defence companies towards creating an integrated ecosystem for
Aerospace Industry development covering design, engineering, manufacturing, servicing and
maintenance of aircraft for civil and defence sector in Tamil Nadu. A separate policy for the
development of the aerospace industry in the State has been released with a vision to achieve
more than 30 % share of the Indian Aerospace industry output. As a part of the well thought
out plan to make the state move up the value chain, in the area of Aerospace and Defence
manufacturing by creating a strong ecosystem, Government has embarked on developing the
following aerospace projects for specific purposes in multiple locations in Tamil Nadu which
will be integrated in logical way in course of time:
✓ Aerospace components Manufacturing Park is being developed in
Sriperumbudur (Chennai) in an area of around 260 acres. It is expected that at
least 50 aerospace components manufacturing companies will have
manufacturing facilities in this park.
✓ Setting-up an Advanced Computing & Design Engineering Centre for
Aerospace & Defence Industries.
✓ Developing an MRO complex in around 50 acres adjoining the existing Chennai
Airport for Maintaining, Repairing and Overhauling of Aircraft.
✓ Creating an integrated Aerospace & Defence Park to a suitable location.
✓ Implementing Defence Industrial Corridor Project
2.5 GLOBAL AEROSPACE INDUSTRY GROWTH
The global Aerospace & Defence market has crossed USD one trillion and has been growing
at a CAGR of about 4% over the last five years. These figures include sales of all items
including aircraft and parts, missiles, airport equipment, MROs and all other services related
to civil aviation including training, engineering, and software development, etc. Growth is
primarily attributed to the strong performance of commercial aerospace driven by a surge in
passenger travel demand, increasing per capita income and positive global GDP outlook. The
USA and European countries are the dominant players in the Aerospace sector however over
the year’s share of other countries have increased from 8% to almost 18% now in the world
total production. Moreover, the resurgence of global security threats and growth in defence
budgets in many countries are all likely to promote global defence sub-sector revenue growth
over the next few years.
2.6 INDIAN AEROSPACE INDUSTRY GROWTH
The Indian aerospace industry is one of the fastest-growing aerospace markets in the world
with an expanding consumer base comprising airlines, businesses and High Net worth
Individuals (HNIs). The Indian aerospace industry has registered a CAGR of about 10%,
higher than the global average of about 4%. Indian market represents about 9% of the Asia-
Pacific market. The rapid growth of this industry has attracted major global aerospace
companies to India. All segments in the aerospace industry, including civil and military
aviation and space, are showing a significant level of growth.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 9
2.7 AEROSPACE INDUSTRY SUPPLY CHAIN
Globally, the aerospace industry is functioning in a structured, systematic and organized
manner and is interlinked through proper supply and value chain proposition. The aerospace
value chain is characterized by a long project life cycle spanning R&D, engineering design,
manufacturing, assembly and aftermarket (spare parts and services). The manufacturing and
assembly function is a critical component of the value chain and has high entry barriers in
terms of both cost and technology. In the past, OEMs followed a vertically integrated
manufacturing approach with participation at each level of the design, development and
manufacturing process.
As on date, more than 80% of the aerospace systems/sub-assemblies and components are
procured through outsourcing from different parts of the world. Very few leading large
aerospace system integrators (such as Boeing, Airbus, Embraer, Bombardier, Lockheed
Martin, etc.,) constitute around 15% of the entire industry.
This industry structure has emerged into a tier-based system of suppliers participating at each
stage, as indicated below:
Tier – 1 vendors maintain responsibility for providing equipment and systems to
the primes. This includes design, assembly, services and the assumption of
technical and financial risk.
Tier – 2 vendors manufacture and develop the required parts according to the
specifications provided by OEMs and Tier-1 vendors. Tier-2 vendors’ product
portfolios may also include the provision of aftermarket components and services.
Tier – 3 vendors are responsible for the supply of basic products and components
to vendors that are higher up the hierarchical order.
The aftermarket industry involves the maintenance and upgrading required for an aeroplane
after it leaves the factory. Manufacturers of aftermarket components are either OEMs or
Third-party vendors supplying reverse engineered PMA (Parts Manufacturer Approval)
parts.
2.8 AEROSPACEINDUSTRY- TAMIL NADU SCENARIO
The State has major strengths in Auto, IT, Electronics and Hi-tech areas and presence of
reputed educational institutions like IIT, Anna University and various Engineering Colleges
which all are necessary precursors for development of the successful aerospace industry.
Chennai has emerged as the largest electronic hardware manufacturing and exporting hub in
India. The electronic hardware industry has an important linkage to the Aerospace sector
especially avionic products and equipment which constitute almost 15% of the Aircraft cost.
Further Tamil Nadu is an important IT hub. Information Technology (IT) plays an eminent
part in the Aerospace Industry. The state accounts for almost 22% share of the high-level
software/IT exports from the country. The state has a significant share of the Auto industry
sector in the country accounting for around 30% share of the Automobile and Auto
component industry of the country.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 10
The State has attracted huge investments over the last two years and the majority of these
investments are from electronics and automotive market, hence it can be easily upgraded to
the aerospace component manufacturing market. The strong manufacturing capabilities in
automobile and electronics sector, highly skilled human resource pool are the major driving
factors for the State to emerge as the aerospace manufacturing hub.
There are 60+ aerospace component suppliers already operating in Tamil Nadu. Some of
them are graduating to major Tier II/III suppliers to Global aerospace OEMs and
organizations. Apart from manufacturing, Tamil Nadu has around 60 educational institutes
including IIT and MIT offering Aeronautical engineering courses, pilot training institutes
and colleges providing AME courses.
2.9 DEFENCE INDUSTRIAL CORRIDOR:
Government of India in the Budget 2018-19 has announced that a Defence Industrial
Corridor will be developed in Tamil Nadu. Department of Defence Production, Ministry of
Defence (MoD) has already conducted interactive meetings with the industrial units in
Hosur, Salem, Coimbatore, Trichy, and Chennai. State Government Officials participated in
all the meetings and provided all support to MoD to formulate the implementation plan.
In Tamil Nadu, numerous Industrial Units in the form of the cluster are operating in Chennai,
Trichy, Coimbatore, Salem and Hosur catering to Defence PSUs and Services. State
Government will provide all support and facilitation to the MoD for establishing the Defence
Corridor to attract more investments and generate employment in the State. The corridor
aims to bolster interaction between all industry players in order to create long-term synergy
and eventually develop the area into a defence production powerhouse. This project was
formally launched by Hon’ble Union Defence Minister on 20th January 2019 at Trichy.
For successful implementation of projects, the State Govt. is extending all support to the
Central Govt. The efforts of both Central and State Governments will facilitate growth of
defence manufacturing industries in the State. In order to promote the Aerospace & Defence
industry, the following steps are being taken by the State Govt.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 11
(i) Setting up of an Aerospace & Defence Park in Sriperumbudur
(ii) Advanced Computing & Design Engineering Centre (ACDEC) is being set up
in Chennai Aerospace Park, Sriperumbudur.
(iii) Consultant is being engaged to suggest ideas / advices for attracting industries
engaged in defence manufacturing sector to set up their production units in
ACDEC.
Within a span of 5 years , investment upto Rs.10,000 Crores will be brought in for the
development of defence manufacturing industries and provide employment opportunities to
10,000 persons.
LAND BANKS
SIPCOT INDUSTRIAL COMPLEX
Bargur Industrial Complex
(Near Krishnagiri) 430 acres Readily available
Hosur 600 acres Under acquisition
Cheyyar Industrial Complex 580 acres Readily available
Chennai Aerospace & Defence Park 600 acres Readily available
Manaparai , TRICHY 700 acres Readily available
Dharmapuri 1000 acres Under acquisition
Coimbatore 450 acres Under acquisition
Gangaikondan 425 acres Readily available
2.10 AEROSPACE AND DEFENCE INDUSTRIAL POLICY:
The Government has formulated an exclusive Aerospace and Defence Industrial Policy
which envisages several incentives, subsidies and other benefits for the Aerospace and
Defence Industries. This Policy was released on 23rd
January 2019 during the Global
Investors Meet.
POLICY OBJECTIVES
To create an end-to-end ecosystem for A&D sector
To attract an estimated investment of around 5 Bn USD in 5 years and 10 Bn USD in 10
years in A&D sector
To generate direct & indirect employment opportunities to around one lakh persons in
10 years
To create a global workforce for high-end manufacturing by establishing Centre of
Excellence, R&D and skill development institutions and
To attract global OEMs and Tier-1 suppliers and Indian majors as anchor units in the
State
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 12
INCENTIVES & CONCESSIONS
Anchor Unit Subsidy
Anchor Unit Subsidy of Rs.10 Crore for the first 10 tier 1 / OEMs each and / or their
supplier with a minimum investment of Rs.50 crore each and direct employment of 50
persons
Subsidy for Skill Development
100% of the cost of the “on job” technical training will be reimbursed (subject, to max.
of Rs.10000/month/ trainee for 50 trainees per unit per year).
Subsidy for Certification Process
50% of the cost of Certification from Indian and International bodies will be reimbursed
to the Industry, subject to a ceiling of Rs 25 lakhs per unit.
Subsidy for land Allotment
20% Concession will be given on the land cost for A&D units.
Capital Subsidy for MSME units
Back ended Subsidy @10% will be given to the MSME industry investment upto Rs.10
crore
Capital Subsidy for Development of Aerospace and Defense Park
Back ended Subsidy @10% will be given to the developers of A&D parks.
MRO
Attractive Tax refund for MRO activities in Tamil Nadu.
2.11 (i) AEROSPACE & DEFENCE PARK, SRIPERMBUDUR
The State Government through SIPCOT & TIDCO has developed an exclusive Aerospace &
Defence Industrial Park in Vallam Vadagal in Sriperumbudur Taluk in an area of 260 acres
and would be expanded to 600 acres in the future. The park is situated within a 1,800 acre
Industrial Park promoted by SIPCOT. The Park is ideally located within a larger industrial
eco-system, and is surrounded by 5 Industrial Parks of SIPCOT and has close to 2,000
industrial units located within a 15 KM radius of the site. Aerospace Park is expected to
attract an investment of Rs. 5,000 crore in this sector. As of now, out of 260 acres, the
allotable land in Aerospace & Defence Park, Sripermbudur (A&D Park) is 170 acres. Out of
this, 60 acres are already leased out by SIPCOT and balance 110 acres are available for
marketing.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 13
INFRASTRUCTURE FACILITIES DEVELOPED/PROPOSED AT AEROSPACE PARK
Infrastructure Facilities
Developed plots Developed land will be allocated ( at a price) to the
Aerospace industrial units for setting up manufacturing
/operations
Power 230/11 KVA Sub- Station – 1 No.
110KV/33/11KV Sub-Station – 2 Nos.
Water Domestic water supply will be provided
Pipeline will be drawn up to the plot
Data and Communication Network connectivity for LAN & Telephone services
available up to the plot.
Sewage and Drainage Well planned sewerage and drainage system.
Rain/ Storm Water Harvesting is being implemented to
maintain the natural balance of the groundwater and
improve the quality of the existing groundwater through
dilution.
Connection will be made available at the plot boundary.
Roads Scientifically planned and internationally recognized road
network in and around the Aerospace Park.
Internal roads.
(ii) ADVANCED COMPUTING AND DESIGN ENGINEERING CENTRE (ACDEC)
The project proposal is in the process to create a built-in space and facilities for LEED
Platinum rated Advanced Computing and Design Engineering Centre (ACDEC), Avionics
Complex, Centre of Excellence (R&D facility), Warehousing, Skill Development Centre,
etc., for Aerospace industries with a built-up area of around 1 million sq. ft. in around 12
acres of land in the Sriperumbudur Aerospace & Defence Park. The Phase-I is to have a
built-up area of around 5 lakh sq. ft. The Centre will cater to companies who work on the
design of all types of aircraft and engines, designing components and sub-systems using new
materials, and technologies used for launch vehicles and space explorations. Creating these
systems with the objective of ensuring end-to-end infrastructure & support system for
MSME & Large Scale industrial units will result in cost-effective operations.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 14
The tentative plan of the built-in space for various facilities is as below
Project Components Built in space for the Facilities
Advanced Computing And Design Engineering
Centre (ACDEC)
Super Computers
High Secure Data Centre
Computer Hardware & Machines
Specific Software for Aerospace
Components/System Designs
Simulation System
Virtual Reality Design Centre.
3D Priority facility
Prototyping facility
Avionics Manufacturing Avionics Manufacturing Units
Centre of Excellence Aerospace & Defence Centre of
Excellence
Aerospace & Defence Research Lab
Ware Housing Common warehousing facilities
Skill Development Space for Aerospace & Defence skill
training institutions
Parking facilities
2.12 PROJECT SITE LOCATION - ACDEC
This project will be created in around 12 acres of land within the Aerospace & Defence Park
being developed in Sriperumbudur in around 260 acres of land. The project location is in the
Vallam village in the Sriperumbudur Taluk, Kancheepuram District, Tamilnadu. The
geographical location is between Latitude 120 55’ 2” N to 120 52’ 23” N and Longitude 790
55’ 3” E to 790 53’ 54” E. The location is largely a plain terrain in its topographical
characteristics.
Proposed site for
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 15
2.13 LOCATIONAL ADVANTAGE
The proposed site is located adjacent to the 6 lane highway between Nokia and Oragadam
junction and well connected to Chennai and other major cities through the road network.
The site has good connectivity in terms of road, air & sea as given below:
i. 5 KM from Sriperumbudur – Singaperumalkoil, State Highway (SH57)
ii. 5 KM from Vandalur, Wallajabad Highway
iii. 7 KM away from the proposed Green Field Airport
iv. 8 KM from Chennai – Bangalore National Highway (NH4)
v. 37 KM from Chennai Airport
vi. 45 KM from Chennai Central Railway Station
vii. 47 KM from Chennai Port
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 16
SECTION – III
INSTRUCTIONS TO BIDDERS
3.1 GENERAL
3.1.1 TIDCO will select a consultant in accordance with the method of selection indicated in this
RFP. The Detailed description of the objectives, scope of services, Deliverables and other
requirements relating to this Consultancy are specified in this RFP. In case an applicant firm
possesses the requisite experience and capabilities required for undertaking the Consultancy,
it may participate in the Selection Process individually only (the "Sole Firm") in response to
this invitation. The term Consultants means the Sole Firm/Single Bidder only and
Consortium shall not be allowed. The manner in which the Proposal is required to be
submitted, evaluated and accepted is explained in this RFP.
3.1.2 The Consultants should submit a Power of Attorney as per the format specified in Section
7B, authorizing the signatory of the Bid to commit the Bidder.
3.1.3 The bidder may either be a sole proprietorship firm/ a partnership firm/ a limited liability
partnership/ a company incorporated under the Companies Act 1956 or a body corporate
incorporated under the applicable laws of its origin.
3.2 LEGAL STATUS OF THE BIDDER:
3.2.1 If the application is made by a proprietary firm, it shall be signed by the proprietor above on
his full typewritten name and name of his firm with its current address.
3.2.2 If the application is made by a firm in partnership, it shall be signed by all the partners of the
firms above on their full typewritten names and current addresses, or alternatively by a
partner holding power of attorney for the firm in which case a certified copy of the power of
attorney shall accompany the application. A certified copy of the partnership deed, full
names and current addresses of all the partners of the firm shall also accompany the
application.
3.2.3 If the application is made by a limited company or a corporation, it shall be signed by a duly
authorized person holding Board Resolution or power of attorney for signing the application
in which case a certified copy of the power of attorney shall accompany the application.
Such a limited company or corporation may be required to furnish satisfactory evidence of
its existence for at least ten years before the qualification application is filed.
3.2.4 Any entity which has been barred by the Central Government, any State Government, a
statutory authority or a public sector undertaking, as the case may be, from participating in
any project, and the bar subsists as on the date of the Proposal Due Date, would not be
eligible to submit a Proposal either by itself or through its Associate.
3.2.5 The Consultants should have, during the last 3 (three) years, neither failed to perform on any
agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award against the Consultant or its Associate, nor been
expelled from any project or agreement nor have had any agreement terminated for breach
by such Consultant.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 17
3.2.6 The consultants are invited to submit a Technical Proposal and a Financial Proposal, as
specified in this RFP (the Proposal) for consulting services required for the assignment. The
Proposal will be the basis for contract negotiations and ultimately for a signed contract with
the selected Consultant.
3.2.7 The Assignment shall be implemented in accordance with the phasing indicated in the Terms
of Reference. When the Assignment includes several phases, the performance of the
consultant under each phase must be to TIDCO's satisfaction before work begins on the next
phase.
3.2.8 The Consultants must familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first-hand information on the Assignment and
on the local conditions, consultants are encouraged to pay a visit to TIDCO before
submitting a Proposal and to attend a pre-proposal conference. Attending the pre-proposal
conference is optional. The Consultant's representative should contact the officials named in
section 1B to arrange for their visitor to obtain additional information on the pre-proposal
conference. Consultants should ensure that these officials are advised of the visit inadequate
time to allow them to make appropriate arrangements.
3.2.9 TIDCO will provide the inputs specified in the Data Sheet, assist the firm in obtaining
licenses and permits needed to carry out the services and make available relevant project data
and reports.
3.2.10 Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the sites & or Client, are not reimbursable as a direct cost of the
Assignment; and (ii) TIDCO is not bound to accept any of the Proposals submitted.
3.3 FINAL DECISION-MAKING AUTHORITY:
3.3.1 TIDCO reserves the right to accept or reject any of the applications/tender(s) without
assigning any reasons thereof. TIDCO also reserves the right to increase or decrease he scope
of work as deemed necessary by it and its decision is final and binding.
3.4 CLARIFICATION AND AMENDMENT TO RFP DOCUMENTS
3.4.1 Consultants may request a clarification of any item of the RFP document up to the number of
days indicated in section 1B before the Proposal submission date. Any request for
clarification must be sent in writing by paper mail or electronic mail to TIDCO's address
indicated in section 1B. TIDCO will respond by electronic mail and/or upload the response
to such requests including an explanation of the query but without identifying the source of
inquiry.
3.4.2 At any time before the submission of Proposals, TIDCO may, for any reason, whether at its
own initiative or in response to a clarification requested by an invited firm, modify the RFP
documents by amendment. Any amendment shall be issued in writing through addenda.
Addenda shall be sent by electronic mail or uploaded on TIDCO website. TIDCO may at its
discretion extend the deadline for the submission of Proposals.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 18
3.5 PREPARATION OF PROPOSAL
3.5.1 Consultants are requested to submit a Proposal written in the English language.
3.6 TECHNICAL PROPOSAL
3.6.1 In preparing the Technical Proposal, consultants are expected to examine the documents
comprising this RFP in detail. Material deficiencies in providing the information requested
may result in rejection of a Proposal.
3.6.2 The Technical Proposal shall not include any financial information.
3.7 FINANCIAL PROPOSAL
3.7.1 In preparing the Financial Proposal, consultants are expected to take into account the
requirements and conditions of the RFP documents. The Financial Proposal should follow
Standard Forms (Section 7J). Financial Proposal shall include the costs associated with the
Assignment, including (a) remuneration for staff, and (b) reimbursable such as subsistence
(per diem, housing), transportation (national and local, for mobilization and demobilization),
services and equipment (vehicles, office equipment, furniture, and supplies), insurance,
printing of documents, surveys; if it is a major component of the assignment and all
applicable taxes
3.7.2 Consultants shall express the price of their services in Indian Rupees. The price shall be
quoted in figures as well as in words. If some discrepancies are found between the price
given in words and figures, the price quoted in words shall be considered for the purpose of
bid evaluation
3.7.3 The validity of this bid is 180 days. TIDCO will make its best efforts to complete
negotiations within this period.
3.8 SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS VALIDITY OF
TENDER
3.8.1 The tender will be valid for a period of 180 days from the last date of submission of tender.
EARNEST MONEY DEPOSIT
3.8.2 Earnest Money Deposit of Rs.1,00,000/- (Rupees One Lakhs Only) in the form of Demand
Draft drawn in favour of Tamil Nadu Industrial Development Corporation Ltd, Chennai
obtained from any Nationalized Bank shall be enclosed. The Earnest Money Deposit of the
unsuccessful tenderers will be refunded after finalization of a selection of the Consultant.
The Earnest Money Deposit of the successful tenderer will be refunded after the tenderer
produces Performance Guarantee.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 19
MODIFICATION AND WITHDRAWAL OF TENDERS
3.8.3 Tenderers may modify or withdraw their tenders by giving notice in writing before the
deadline prescribed for submission of tenders. No tender shall be allowed to be modified or
withdrawn after the deadline for submission of tenders. The modification or withdrawal
notice shall be prepared, sealed, marked and delivered with the outer and inner envelops
additionally marked “MODIFICATION’’ or “WITHDRAWAL” as applicable. Withdrawal
of a tender before its validity will result in the forfeiture of the Earnest Money Deposit.
Tenderers may offer discounts, or modify the prices of their tenders only by submitting
tender modifications in accordance with this clause or included in the original tender
submission before the deadline prescribed for submission of tender.
3.8.4 The original proposals (Technical Proposal and Financial Proposal) shall be prepared in
indelible ink. It shall be signed by the authorized signatory of the Bidder who shall also
initial each page of the Bid (including each Appendix and Annex) in blue ink. In the case of
printed and published documents, only the cover shall be initialled. It shall contain no inter-
lineation or overwriting, except as necessary to correct errors made by the firm itself. All the
alterations, omissions, additions or any other amendments made to the Bid shall be initialled
by the person(s) signing the Bid. The Bid shall contain page numbers and shall be bound
together in such a manner that does not allow replacement of any page.
3.8.5 The consultant should prepare and submit as many numbers of copies of proposals as
indicated in the section 1 B. Each Technical Proposal and Financial Proposal should be
marked "Original" or "Copy" as appropriate. If there are any discrepancies between the
original and the copies of the Proposal, the original governs.
3.8.6 The original and all copies of the Technical Proposal shall be placed in a sealed envelope
clearly marked "Technical Proposal," and the original and all copies of the Financial
Proposal in a sealed envelope clearly marked "Financial Proposal" and warning: "Do Not
Open with the Technical Proposal." Both envelopes shall be put into an outer envelope and
sealed. This outer envelope shall bear the submission address and other information indicated
in section 1B and clearly marked, "DO NOT OPEN, EXCEPT IN PRESENCE OF THE
EVALUATION COMMITTEE."
3.8.7 The completed Technical and Financial Proposal must be deposited in the Tender box kept at
the submission address on or before the time and date stated in section 1B. Any Proposal
received after the closing time for submission of proposals shall be returned unopened.
3.8.8 After the deadline for submission of proposals, the Technical Proposal shall be opened
immediately by the evaluation committee. The Financial Proposal shall remain sealed and
deposited with TIDCO until all submitted proposals are opened publicly.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 20
3.9 PROPOSAL FOR EVALUATION
3.9.1 The Technical Bid shall be considered responsive only if:
a) it is received as per formats prescribed herein.
b) the bid is accompanied by DD or Cash towards cost of RFP document
c) the bid is accompanied by EMD
d) it is received by the Bid Due Date including any extension thereof
e) it contains all the information and documents (complete in all respects) as requested in
this RFP;
3.9.2 As part of the proposal FOR evaluation of all responsive bids, the technical bids of only
those consultants who meet the eligibility criteria prescribed in Data Sheet would be further
evaluated in accordance with the technical evaluation criteria set out in this document.
3.9.3 The consultant would be selected based on the Quality and Cost Based Selection (QCBS)
method with 70% weightage to Technical Proposal and 30% weightage to Financial
Proposal.
3.10 TECHNICAL ELIGIBILITY AND EVALUATION CRITERIA
3.10.1 The evaluation committee appointed by TIDCO as a whole, and each of its members
individually evaluates the proposals on the basis of their responsiveness to the Terms of
Reference, applying the eligibility criteria, evaluation criteria, sub-criteria and point system
specified in the Data Sheet. Each responsive proposal will be assessed for eligibility based on
the technical and financial eligibility criteria mentioned in the RFP. The proposal shall be
rejected at this stage if it does not respond to important aspects of the Terms of Reference or
if it fails to meet the minimum eligibility criteria indicated in the Data Sheet.
3.10.2 In the next stage, the Technical Proposal of all consultants who meet the eligibility criteria
will be evaluated on the basis of consultant's experience, proposed approach, methodology,
and Work Plan, and the experience of Key Personnel. The scoring criteria to be used for
evaluation are be provided in Section 5 (Evaluation Criteria)
3.10.3 TH, The consultant who secured highest score will be named as TH and given maximum 100
marks. The technical score of other bidder will be assigned linearly proportionate to the
higher score.
(ie. ST = T/TH x 100)
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 21
3.11 PUBLIC OPENING AND EVALUATION OF FINANCIAL PROPOSALS;
RANKING
3.11.1 In the second stage, the financial evaluation will be carried out. Each Financial Proposal will
be assigned a financial score (SF). The evaluation committee will determine whether the
Financial Proposals are complete, unqualified and unconditional. The cost indicated in the
Financial Proposal shall be deemed as final and reflects the total cost of services. The lowest
Financial Proposal (FL) will be given a financial score (SF) of 100 points. The Financial
Scores of other proposals will be computed as follows:
SF = 100 * FL/F
(F = amount indicated by the respective bidders in their Financial Proposal)
3.11.2 Proposals will finally be ranked according to their combined technical (ST) and financial
(SF) scores as follows:
S = ST * Tw ± SF * Fw
Where S is the combined score, and Tw and Fw are weightage assigned to the Technical and
Financial Proposal that shall be 0.70 and 0.30 respectively. (i.e, TW = 0.7, FW = 0.3)
3.11.3 TIDCO shall notify those consultants whose proposals did not meet the minimum qualifying
mark or were considered non-responsive to the RFP and Terms of Reference, indicating that
their Financial Proposals will be returned unopened after completing the selection process.
TIDCO shall simultaneously notify the qualified bidders, indicating the date and time set for
opening the Financial Proposals. The notification may be sent by registered letter, cable,
telex, facsimile, or electronic mail.
3.11.4 The Financial Proposals shall be opened publicly in the presence of the consultants'
representatives who choose to attend. The name of the consultant, the quality scores, and the
proposed prices shall be read aloud and recorded when the Financial Proposals are opened.
TIDCO shall prepare minutes of the public opening.
3.11.5 The evaluation committee will determine whether the Financial Proposals are complete, (i.e.,
if they have costed all items of the corresponding Technical Proposals, if not, TIDCO will
cost them and add their cost to the initial price), correct any computational errors.
3.11.6 The selected firm/consultancy shall be the first ranked bidder (having the highest combined
score). The second-ranked bidder shall be kept in reserve and may be invited for negotiations
in case the first ranked bidder withdraws, or fails to comply with the requirements specified
in RFP document.
3.12 NEGOTIATIONS
3.12.1 Negotiations will be held at the address indicated in section 1B. The aim is to reach
agreement on all points and sign a contract.
3.12.2 Negotiations will include a discussion of the Technical Proposal, the proposed methodology
(work plan), staffing and any suggestions made by the firm to improve the Terms of
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 22
Reference. TIDCO and Consultant will then work out final Terms of Reference, staffing, and
bar charts indicating activities, staff, periods in the field and in the home office, staff-months,
logistics, and reporting. The agreed work plan and final Terms of Reference will then be
incorporated in the "Description of Services" and form part of the contract. Special attention
will be paid to getting the most the Consultant can offer within the available budget and to
clearly defining the inputs required from TIDCO to ensure satisfactory implementation of the
Assignment.
3.12.3 Having selected the Consultant on the basis of, among other things, TIDCO will require
assurances that the experts as indicated in the proposal will be actually available. TIDCO
will not consider substitutions during contract negotiations unless both parties agree that
undue delay in the selection process makes such substitution unavoidable or that such
changes are critical to meet the objectives of the assignment. If this is not the case and if it is
established that key staff was offered in the proposal without confirming their availability,
the Consultant may be disqualified.
3.12.4 The negotiations will conclude with a review of the draft form of the contract. To complete
negotiations TIDCO and the Consultant will initial the agreed contract. If negotiations fail,
TIDCO may invite the bidder who has quoted the second highest ranked bidder for
negotiations. The process will be repeated till an agreed contract is concluded.
3.13 AWARD OF CONTRACT
3.13.1 The contract will be awarded following negotiations. After negotiations are completed,
TIDCO will promptly notify other consultants on the shortlist that they were unsuccessful
and return the Financial Proposals of those consultants who did not pass the technical
evaluation
3.13.2 A Letter of Award (the "LOA") will be issued, in duplicate, by TIDCO to the Successful
bidder and the Successful Applicant shall, within 7 (seven) days of the receipt of the LOA,
sign and return the duplicate copy of the LOA in acknowledgment thereof. In the event the
duplicate copy of the LOA duly signed by the Successful bidder is not received by the
stipulated date, TIDCO may, unless it consents to extension of time for submission thereof,
appropriate the Bid Security of such bidder as mutually agreed with genuine pre-estimated
loss and damage suffered by TIDCO on account of failure of the Successful bidder to
acknowledge the LOA.
3.13.3 Performance Security: Performance Security equivalent to 5 (five) percent of the total cost of
Financial Proposal shall be furnished from a Nationalized/ Scheduled Bank, before signing
of the contract, in the form of a Bank Guarantee. The Performance Security will be retained
by TIDCO until the completion of the assignment by the Consultant and will be released 180
(One Hundred Eighty) Days after the completion of the assignment.
3.13.4 Execution of a contract: After acknowledgment of the LOA and furnishing of Performance
Security as aforesaid by the Successful bidder, it shall execute the Agreement within 30
(thirty) days from the date of issue of LOA. The Successful bidder shall not be entitled to
seek any deviation in the Agreement
3.13.5 Commencement of Assignment: The Successful bidder/ Consultant is expected to commence
the Assignment on the date of Commencement of Services as prescribed in the General
Conditions of Contract. If the Successful Applicant fails to either sign the Agreement or
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 23
commence the assignment as specified herein, TIDCO reserves the rights to invite the
second-ranked bidder for contract signing. In such an event, the Bid Security/ Performance
Security, as the case may be, of the first ranked bidder shall be liable to be forfeited.
3.14 CONFIDENTIALITY
3.14.1 Information relating to the evaluation of proposals and recommendations concerning awards
shall not be disclosed to the consultants who submitted the proposals or to other persons not
officially concerned with the process until the winning Consultant has been notified that it
has been awarded the contract.
3.15 LEGAL JURISDICTION
3.15.1 The matter relating to any dispute or difference arising out of this RFP and the subsequent
contract awarded based on this RFP, if any, shall be subject to the competent court of law
within Chennai.
3.16 FORCE MAJEURE
3.16.1 If, at any time, during the pendency of the contract, the performance in whole or in part, by
either party is prevented or delayed by war, strike, riot, crime or due to any act of God such
as hurricane, flooding, earthquake, volcanic eruption beyond the control of both the parties
(hereinafter referred to as 'eventualities'), then provided notice of the happening of any such
eventuality is given by either party to the other within 15 days from the date of occurrence
thereof, neither party shall by reason of such eventuality be entitled to terminate this contract
nor shall either party have any claim for damages against the other in respect of such non-
performance or delay in performance and work under this contract shall be resumed as soon
as practicable after such eventuality has come to an end or ceased to exist and the decision of
TIDCO as to when the work has to be resumed shall be final and conclusive. The time of
completion shall then be extended by a period equal to the period during which the
eventuality was prevailing. In case of persisting delay of more than three months both the
parties may consult each other and arrive at an appropriate decision regarding continuation or
otherwise of the contract.
3.17 LIMITATION OF LIABILITIES
3.17.1 Notwithstanding anything contained in the contract, TIDCO agrees that the consultant shall
not be liable to TIDCO, for any losses, claims, damages, liabilities, cost of expenses
("Losses") of any nature whatsoever, for an aggregate amount in excess of the fee paid under
the contract for the services provided under the contract, except where such losses are finally
judicially determined to have arisen primarily from fraud or bad faith of the consultant. In no
event shall the consultant be liable for any consequential (including loss of profit and loss of
data), special, indirect, incidental, punitive or exemplary loss, damage or expense relating to
the services provided pursuant to this contract.
3.18 TIME SCHEDULE
3.18.1 As indicated in the Project completion schedule and milestone for each activity as detailed in
this document.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 24
3.19 PAYMENT
3.19.1 Terms of payment will be as per the schedule indicated in Terms of Reference.
3.20 CONDITIONS OF TERMINATION OF THE CONTRACT
3.20.1 TIDCO shall have the right to terminate this contract in part or in full under any of the
following circumstances:
i. Time is the essence of the contract and therefore, the contract is liable to be terminated
if the consultant fails to deliver the job within the stipulated date and time.
ii. If the consultant has been found to have made any false or fraudulent declaration or
statement to get the contract or he is found to be indulging in unethical or unfair
practices.
iii. In the event of non-performance / or unsatisfactory performance by the consultant.
iv. If the consultant becomes bankrupt or otherwise insolvent.
v. When both parties mutually agree to terminate the contract.
vi. Any special circumstances, which must be recorded to justify the cancellation or
termination of the contract.
vii. In any unlikely event of termination from the consultant, the matter shall be discussed
with TIDCO and shall have to be mutually agreed.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 25
SECTION – IV
MINIMUM ELIGIBILITY CRITERIA (Pre-Qualification)
The minimum eligibility criteria for any bidder to participate in the tender process is described as
below:
S.No. Minimum Eligibility Criteria Requirement
1 a) Technical Capacity –
Experience in providing consultancy services and
preparation of Strategic Report, Business Plan, DPR
and Advisory Services Report for implementation of
industrial park or Industrial Clusters of engineering
industries, globally in the last 10 years
b) Experience in providing consultancy services and
preparation of strategic report, DPR and advisory
services report for implementation of Aerospace &
Defence Industrial Parks/clusters/Corridor, globally in
the last 10 years
Number of projects: 2
Number of projects: 1
2 Financial Capacity: Average Annual turnover in the last
three financial years from consultancy business alone
Globally.
Average Annual Turnover
for
consecutive 3 years:
INR 100 Crores
(Note: Please furnish the information as per Format 7C & 7D)
For the purpose of consultancy value of the completed assignments, the amount shall be
stated in INR. For conversion of US $ to Rupees, the rate of conversion shall be RBI
reference rate as on the date of issue of Advertisement for this RFP. In the case of any other
currency, the same shall first be converted to US $ as on the date of issue of Advertisement
for this RFP, and the amount so derived in US $ shall be converted into Rupees at the
aforesaid date. The conversion rate of such currencies shall be the average of buying and
selling rates prevailing in Mumbai on the relevant data.
Note:
1. A certificate stating turnover for the 3 consecutive years from a statutory auditor / chartered
accountant can be provided to prove financial capacity.
2. For project experience, projects which are completed or in progress will be considered.
3. The Consultant shall submit certificates for projects from the agency/client to prove technical
capacity, which provide details of project description, project timelines, and current status of
implementation, approximate project value and role of consultant.
4. Joint Venture, Consortium or similar associations shall not be eligible for bidding under this
RFP.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 26
SECTION – V
EVALUATION CRITERIA
(A)Evaluation of Technical Proposal (ST):
5.1 Post the pre-qualification stage, the technical proposal will be evaluated on the basis
of bidder’s experience, their understanding of the scope of services, proposed
methodology, and work plan, and the experience of Key and Sub-Key personnel.
The Bidder with the highest marks will be given a technical score (T H) of 100 points.
The technical scores of other bidders will be computed as follows:
ST = 100 x T/ TH
(T = Technical marks scored by respective bidders as per the Technical Evaluation
criteria)
5.2 Methodology for assigning scores for Technical parameters evaluation
No Evaluation Criteria Sub-Criteria Marks
1. Technical Capacity
–Globally –
General Industries
a. Experience in providing consultancy services
and preparation of Strategic Report, Business
Plan, DPR and Advisory Services Report for
implementation of industrial park or Industrial
Clusters of engineering industries, globally in the
last 10 years
Three marks will be assigned for each
projects (Max. 15 marks will be assigned
for 5 projects and above)
Additional 2.5 marks each will be given
for undertaking two of the above
mentioned assignment for Aerospace &
Defence Industrial Parks/ clusters/
Corridor
20
2.
Financial Capacity
Average Annual turnover in the last three consecutive
years from consultancy business
5 marks for at least Rs100 cr turnover
Additional 2 mark will be assigned for every
additional Rs. 50 cr turnover
10
3. Investment
Mobilization &
Marketing
Organised the investment drive and mobilization for
central and state government
10 State/Central Government Investment
Promotion Projects – 5 marks
11 to 20 State/Central Government Investment
Promotion Projects – 10 marks
More than 20 State/Central Government
Investment Promotion Projects – 15 marks
maximum
15
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 27
4 Approach and
Methodology
Quality of the approach and methodology submitted as
part of the technical bid including understanding of the
context objective, proposed methodology and proposed
work plan( not more than one page each)
Understanding of context/objective - 5 marks
Proposed methodology – 10 marks
Presentation of technical proposal submitted– 10
marks
25
5 competence of key
staff for the
assignment
(7 Member team)
General qualification and adequacy for the Assignment:
*
1. Project Director / Team or Group Leader (7
Marks Max):
MBA or equivalent Masters; Minimum 12 years of
experience At a minimum and with progressively
increasing roles of leading project teams in complex
assignments, in India and abroad. Should be a
permanent employee of the bidder. Should have led a
minimum of 5 long-term assignments (duration of 6
months or more) in a leadership capacity with
accountability and responsibility for overall performance
including quality, budget, schedule client, and
stakeholder management. Should have led a minimum
of 2 projects in preparation of DPR/Strategic/Advisory
reports with at least one in the A&D sector.
2. Defence Sector Expert (5 Marks Max): MBA/
B.Tech.. Minimum 10 years of experience in the defence
sector. Should have worked on a minimum of 4 projects
in India related to defence manufacturing
3. Industrial Ecosystem Development Expert (5 Marks
Max.): MBA or equivalent masters. 10 years of
experience. Should have worked on a minimum of 4
projects in India related to Industrial ecosystem and
MSME development and prior experience of vendor
development programs
4. Finance Expert (5 Marks Max): MBA or equivalent
Masters; 8 years of experience at a minimum, with at
least 3 projects related to financial modelling/ financial
planning/investment planning for infrastructure assets.
Sound experience and understanding of cash flow,
revenue assurances, and other financial matters.
5. Procurement Expert (4 Marks Max): MBA or
equivalent Masters; 8 years of experience at a minimum,
with at least 3 projects related to procurement of works,
goods and services for government projects. Sound
experience and understanding of GFR/ state procurement
guidelines are essential.
6. On-ground team (4 marks Max); Two member team,
each with MBA or equivalent Masters; 3 years of
30
7
5
5
5
4
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 28
* No marks will be awarded, if minimum requirement criteria is not met with.
Note:
1. A certificate stating turnover for the 3 consecutive years from a statutory auditor / chartered
accountant can be provided to prove financial capacity.
2. The consultant shall submit certificates for projects from the agency/client to prove technical
capacity for 1, 2 and 4, which provide details of project description, project timelines, and
current status of implementation, approximate project value and role of consultant. In case
the project of confidential and/or the client name/client certificate cannot be provided, then a
self-certification by MD of the firm / chartered account can be provided.
3. If the project value is confidential, it is sufficient for the Bidder to indicate that the project
value is above the cut-off indicated.
4. The approach and methodology shall be in slide format, with a maximum of 10 slides
providing details on the understanding of context/objective, proposed methodology, the
composition of team and tasks assigned and proposed work plan.
5. The Consultant will be expected to deploy at least one of the team member in TIDCO office
to work full-time. The Experts listed by the Consultant shall be required to provide their
expert inputs/review progress of the on-ground team and may do so from a location of their
choice.
(B) Evaluation of financial proposal (SF) will be as follows:
The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total
cost of services. Omissions, if any, in costing any item shall not entitle the Consultant to be
compensated and the liability to fulfill its obligations as per the scope of work within the
total quoted price, shall be that of the Consultant.
professional experience, with at least 1 project each in
preparation of DPR/Strategic/Advisory reports (2 marks
per team member)
For the above, general points of reference:
For project experience, projects which are
completed or in progress will be considered.
The experience shall be dully endorsed by the
respective personnel and the authorized
signatory of the bidder. However, the
personnel/bidder will be solely responsible for
any fake information / CV, which may result in
debarment.
2. The CV should be signed by the respective staff
member and counter-signed by the authorized
representative of the firm. The digital signature
of staff is also acceptable.
4
Total Marks 100
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 29
Financial Proposals quoting the lowest fee FL shall be given a financial score (SF) of 100
points. The financial scores (SF) of other proposals higher than the lowest quote (FM) will
be computed as follows:
SF = 100 x FL/F
F = amount quoted in the Financial Proposal of the bidder
FL = Lowest quote among all Financial Proposals received from technically qualified bidders
(C) Combined Evaluation:
Proposals of the post qualified Bidders during the process of evaluation will finally be
ranked according to their combined score of the technical proposal (ST) and financial
proposal (SF) scores.
The weightage given to the technical and financial proposals are 70% and 30% respectively;
ie Tw = 0.70, and Fw = 0.30
Combined total score (S) = (ST x Tw) + (SF x Fw)
The Selected Bidder shall be the Bidder having the highest combined score. the second
highest Bidder shall be kept in reserve and may be invited for negotiations in case the first –
ranked Bidder withdraws, or fails to comply with the requirements, as the case may be.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 30
SECTION – VI
TERMS OF REFERENCE
I SCOPE OF WORK
The assignment essentially involves study of the DPR prepared on the Defence Industrial
Corridor of the Tamil Nadu (TN) by the consultant of the Department of Defence Production and
identify specific action point, approach, strategies, project elements, and program to be adopted for
implementation of the Tamil Nadu Defence Corridor including the following:
i. Listing, Categorizing, profiling, and assessment of the aerospace and defence industries in the
State including OEM’s, DPSU’s, Tier 1 / 2/ 3/ 4 suppliers with respect to their capacity and
growth, prospects and plans.
ii. Identify the Strength, Weakness, Opportunities and Threats (SWOT) for the growth of A&D
sector in each node of the Defence Corridor and suggest specific action plans and intervensions
required for capacity building to enable the industries to scale up to the Global Supply Chain
position.
iii. Identify the key nodes for development of A&D clusters and identify the gaps that are to be
addressed within the corridor and prioritize them and identify the products and such subsystems
that can be produced from each clusters and regions.
iv. Identify key stakeholders in the nodes including large players, MSME units, Industry
Associations, OEMs/Industry Units, Financial service providers, academia and research
institutes, Government institutes, etc. related to the A&D and suggest their roles and
responsibilities in building up the eco-system, suggest the action plan for strengthening the
linkages between academic / R&D institutions and the industries.
v. Suggest appropriate interventions required for the enablement and development of A&D
clusters including:
Hard interventions (common facility centers, training centers etc.)
Soft interventions for access to market, finance, capacity building etc.
State/ central policy incentives for promoting the A&D industry in the region
vi. Estimate the investment for undertaking the interventions, and suggest / institutional structure
and financial models for the implementation and sustainable operations of such initiatives etc.
vii. Provide a detailed short term, medium and long-term strategy plan for development of the
defence corridor and promotion of the A&D sector in the state and prepare detailed
implementation plan on growth of Medium, Small and Micro Scale Enterprises (MSME) sector.
viii. Identify and list out potential investors (and in addition relevant trade associations in key target
countries)
ix. Listing of various components/sub-systems/systems/outsourced by DPSUs / Defence Forces /
OFBs / OEMs from MSME’s and larger vendors. Also suggest the process forward to integrate
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 31
the existing MSMEs in Tamil Nadu in to the Supply Chain network of DPSUs and Defence
Forces with detailed procedural aspects.
x. Undertake separate profiling of MSME units to identify vendors for the anchor units and a gap
analysis would be undertaken for the MSMEs based on the requirements of the anchor units.
xi. Conduct workshops on technology up-gradation, business opportunities for MSMEs in the
Aerospace Defence Corridor and procurement procedures and policies of DPSUs and other
OEMs. At least 6 minimum workshops will be conducted each year.
xii. Assist selected vendors in marketing of products to anchor units as well as through marketing
initiatives like publishing of advertisements online, participation in exhibitions etc. At least 4
vendor meet/ events will be conducted each year.
xiii. Identify need for Technical Infrastructure such as Centre of Excellences, R&D and Skill
Development Center, Common Facility Centers, Technology Hubs / Indigenization Center, to
be set up in the Defence Corridor. Preparation of Detailed Project Report (DPRs) for each of
these initiatives. The segments that can be considered for such technical infrastructure are
UAVs, Technical Textiles, Avionics, Communication / Navigation systems, Metallic parts /
components, Fuel cells, Fighter Aircrafts/ helicopters manufacturing, Missiles, etc.
xiv. Subject to acceptance and approval of TIDCO on the DPRs on the specific technical
infrastructure outlined in clause xiii, the Consultant will take up the assignment of assisting
TIDCO for inviting tenders for procurement and execution of selected technical infrastructure
facilities, assistance in bid process management and selection of contractors, partners, etc. in
line with the prevailing Government norms.
Duration of Assignments (18 months)
II DELIVERABLES
Sl.No Description No. of Days
i) Preliminary Assessment Report 60
ii) Mapping Report and Directory of A&D industries and their
capability matrix in the State
60
iii) Report on Anchor Unit profiles and Vendor profiles for Vendor
Development Program
120
iv) Directory of list of products / sub-systems / platforms outsourced by
DPSUs / Defence Forces / OFBs
120
v) Detailed Project Reports for 2 Technical infrastructure projects 150
vi) Overall development plan and strategy report, including potential
investors profile 150
vii) Final Strategy Report – 30 days from the receipt of comments on
draft report from TIDCO. 180
viii) Detailed Project Reports for remaining 3 Technical infrastructure
projects 210
ix) Process for Selection of Consultants for project specific PMCs /
Contractors (bid process management) of the projects outlined in
deliverables (v) & (viii)
30 days from the
approval of DPRs
outlined in activity (v)
& (viii)
& On-going
x) Workshops for selected MSMEs for vendor development program
(activity (xi) as per the Scope of Work) Once every 2 months
post 180 days
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 32
III PAYMENT TERMS
i) Mobilisation Advance 10% payment will be released on the signing of the contract,
upon submission of performance security
ii) 2nd Instalment 10% payment will be released on submission of Preliminary
Assessment Report, Mapping Report and Directory of A&D
industry
iii) 3rd Instalment 10% payment will be released on submission of Report on
Anchor Unit Profiles and Vendor Profiles, Directory of list of
products / etc.
iv) 4th Instalment 10% payment on the submission of DPR for 2 Technical
infrastructure projects
v) 5th Instalment 20% payment will be released on submission of Draft Report on
overall Development Plan and Strategy and Final Strategy
Report
vi) 6th Instalment 10% payment on the submission of remaining three Detailed
Project Reports for remaining 3 Technical infrastructure
projects
vii) 7th Instalment 10% payment divided between 6 workshop and trainings for
selected MSMEs for vendor development program
viii) 8th Instalment 10% payment divided between 4 Events, exhibitions for
Marketing and Branding
ix) 9th & Final Instalment 10% on completion of the bidding process for procurement and
execution of DPRs
IV TEAM DEPLOYMENT
S. No. Position No. of Resources
1 Team Director 1
2 Defence Sector Expert 1
3 Industrial Ecosystem Development Expert 1
4 Infrastructure Finance Expert 1
5 Procurement Expert 1
6 On-ground Consultants 2
In addition, technical experts may be required for conduction of capacity building workshops and
events for the vendor development program.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 33
SECTION VII
TECHNICAL AND FINANCIAL PROPOSAL - STANDARD FORMS
7A. Technical Proposal submission form
7B. Format for Power of Attorney for authorized signatory
7C. Format for submission of information towards eligibility criteria
7D. Format for providing a summary of experience of the Bidder
7E. Format for providing experience of the consultant for technical evaluation
7F. Format for submission of information for evaluation of the criteria of investment
mobilisation & marketing
7G. Team composition and task assignments
7H. Format of Curriculum Vitae of proposed professional staff
7I. Description of the methodology and work plan for performing the assignment
7J. Format for Earnest Money Deposit
7K. Format for Financial Bid
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 34
7A. TECHNICAL PROPOSAL SUBMISSION FORM
[Location, Date]
From: (Name of Firm) TO: (Name and Address of TIDCO)
Sir/Madam,
Subject: TIDCO —Selection of Consultant for Strategic & Advisory Services for Defence Corridor.
Being duly authorized to represent and act on behalf of..................... (hereinafter referred to as "the Bidder"),
and having reviewed and fully understood all of the Proposal requirements and information provided and
collected, the undersigned hereby submits the Proposal on behalf of (Name of Bidder) for the captioned
Project in one (1) original and one (1) copy, with the details as per the requirements of the RFP, for your
evaluation. We confirm that our Proposal is valid for a period of 180 days from _______ (insert Proposal Due
Date).
We also hereby agree and undertake as under:
Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our Proposal we
hereby represent and confirm that our Proposal is unqualified and unconditional in all respects.
We hereby certify and confirm that in the preparation and submission of our Proposal, we have not acted in
concert or in collusion with any other Bidder or other person(s) and also not done any act, deed or thing which
is or could be regarded as anti-competitive.
We understand you are not bound to accept any Proposal you receive. We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 35
7B. FORMAT FOR POWER OF ATTORNEY FOR AUTHORIZED SIGNATORY'
We.................................................. (name of the firm 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
RFP and submission of our bid for the .................................... Project proposed or being developed by
the...................................... (the "Client") including but not limited to signing and submission of all
applications, bids and other documents and writings, participate in Pre-proposal and other conferences and
providing information/ responses to Client, representing us in all matters before Client, signing and execution
of all contracts and undertakings consequent to acceptance of our bid, and generally dealing with Client 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 the Agreement with Client.
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:
1.
(Notarized)
Accepted
1 To be submitted in original.
..................................
(Signature)
(Name, Title, and Address of the Attorney)
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 36
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 executant(s) and when it is so required, the
same should be under common seal affixed in accordance with the required procedure.
Wherever required, the Bidder 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 Bidder.
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 Bidders from countries that have signed The Hague Legislation
Convention 1961 is not required to be legalized by the Indian Embassy if it carries a conforming
Apostille certificate.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 37
7C. FORMAT FOR SUBMISSION OF INFORMATION TOWARDS ELIGIBILITY CRITERIA
(To be filled, signed and attached)
DETAILED INFORMATION ABOUT THE CONSULTANTS
Sl.
No. ITEMS DETAILS
i) Name of the Company ii) Legal Status iii) (a) Postal address of the Registered Office
(b) Telephone no.(s)
(c) Fax No.(s)
(d) Web site,
(e) Email
(a)
(b)
(c)
(d)
iv) (a) Name of the authorized representative
(b) Designation and postal address
(c) Telephone
(a)
(b)
(c)
v) Year of incorporation of the company under the
Companies Act
vi) Banker’s Name and Address vii) Registration Number (under companies Act) viii) Permanent Account Number (PAN) for Income ix) GST details x) Annual turn over the last three completed
financial years Financial Year Annual Turn
Over
(Rs. Crore) FY 2018 - 19
FY 2017 – 18
FY 2016 - 17
Signature, Name & Designation of the Authorized Signatory
The following documents shall be provided to demonstrate eligibility
Copy of registration certificate issued by the registrar of companies/firms
Copy of GST Certificate
Copy of audited Balance Sheet along with Profit and loss Account statement of the firm for the last
three financial years (Year 2016-17, Year 2017-18& Year 2018-19)
Auditor's certificate to verify the annual turnover for the last three financial years in the following
format
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 38
Certificate from the Auditor
This is to certify that (NAME OF THE CONSULTANTS) has received the payments shown
above against the respective years on account of fees from consultancy services.
Name of the audit firm:
Seal of the audit firm:
Date:
(Signature, name and designation of the authorized signatory)
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 39
7D. FORMAT TO DEMONSTRATE TECHNICAL ELIGIBILITY
(To be filled, signed and attached)
Relevant Services Carried Out in the Last Five Financial Years
Sl.
No.
Period
(From -
To)
Name of the
Assignment
Name of the
Client
Location,
Country
A brief
description of
the job
Date of
Completion of
Assignment
1
2
3
4
5
Signature of Authorized Representative of the bidder
Note:
Documents verifying the claim as per technical eligibility including the letter of successful completion from
employer shall be provided for all projects listed above. The certificates enclosed as proof should show the
project completion year/date clearly
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 40
7E. FORMAT FOR PROVIDING EXPERIENCE OF THE CONSULTANT FOR
TECHNICAL EVALUATION - (for evaluation of Criteria 5.2.1)
Relevant Services Carried Out in the Last Five Financial Years
(Using the format below, provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies within an
association, was legally contracted.)
Assignment Name: Country:
Location within Country: Professional Staff Provided by Your
Firm/entity (Profiles):
Name of Client: No. of Staff:
Address: No. of Staff-Months: Duration of Assignment:
Start Date (Month/Year): Completion Date
(Month/Year): Approx. Value of Services (In Rs/ US$):
Name of Associated Consultants, if any: No. of Months of Professional Staff, provided by
Associated Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
Note: Completion Certificates shall be submitted along with the reference.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 41
7F. FORMAT FOR SUBMISSION OF INFORMATION FOR EVALUATION OF THE
CRITERIA OF INVESTMENT MOBILISATION & MARKETING
Sl.No
ITEMS
DETAILS
1. Name of the event and location
2. Name of the sponsor state/central agencies
3. Description of the investment mobilisation drive/ Road shows
4. Approx. investment potential generated / outcome of the event
5. Duration of the event
6. Role & Responsibility of the Consultancy Company
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 42
7G. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT (WITH DETAILED WORK SCHEDULE)
(for evaluation of parameters 5.2.4)
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 43
7H. TEAM COMPOSITION AND TASK ASSIGNMENTS
1. Key Staff
S. No Name Proposed Position Summary of tasks to be performed in
the assignment
1.
2.
3.
4.
5.
6.
7.
2. Support Staff
S. No Name Proposed Position Summary of tasks to be performed in
the assignment
1.
2.
3.
4.
5.
6.
7.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 44
7I.FORMAT OF CURRICULUM VITAE (CV)
FOR PROPOSED PROFESSIONAL STAFF
(for evaluation of parameters 5.2.5)
Photo of the Expert
1. Name
2. Position
3. Date of Birth
4. Education
5. Employment
Record
From To Company Position Held
6. Total Years of
Experience
7. Years of
Experience Relevant
to the proposed role
7. Brief Profile
9. Languages
10. Work Undertaken that Best Illustrates Capability to Handle the Task Assigned
Name of Assignment of project:
Year: From: To:
Location:
Client:
Main project features:
Positions held:
Activities performed:
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 45
Name of Assignment of project:
Year: From: To:
Location:
Client:
Main project features:
Positions held:
Activities performed:
Certification
I, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications,
and my experience. I understand that any wilful misstatement described herein may lead to my
disqualification or dismissal, if engaged.
Additionally, I also certify that I shall be available for the entire duration of the contract.
Signature of staff member
Date:
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 46
7J. FORMAT FOR EARNEST MONEY DEPOSIT
(In the letterhead of the Bidder)
To
The Chairperson and Managing Director Tamil Nadu Industrial Development Corporation Ltd
No.19-A, Rukmini Lakshmipathy Salai
Chennai–600008
Dear Sir,
Sub: Proposal for Selection of Consultant for Strategic & Advisory Services for Defence Corridor.–
Earnest Money Deposit – Reg.
***
We herewith enclose Demand Draft for the value of Rs._____________/- (Rupees Only)
bearing number ******* dt ****** drawn from ******* Bank towards Earnest Money Deposit (EMD) for
Selection of Consultant for Strategic & Advisory Services for Defence Corridor.
We understand that
(i) The EMD of the successful bidder will be retained as retention money which will be released
after the completion of the assignment.
(ii) The EMD of the unsuccessful bidders will be returned after completion of the selection process.
(iii) The EMD shall be forfeited if we withdraw our bid during the period of bid Validity or if we
fail to take up the work after issue of Letter of Award, in the case of we become the successful
bidder.
(iv) TIDCO will not accept any proposal received without the EMD as prescribed.
Yours Sincerely
By the hand of Mr………………….. (name of authorized signatory)
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 47
7K. FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
From: (Name of Firm) TO: (Address of TIDCO)
Sir/Madam,
Subject: TIDCO — Selection of Consultant for Strategic & Advisory Services for Defence Corridor.
We, the undersigned offer to provide the consulting services for the above in accordance with your Request
for proposal dated 14.01.2020and our proposal (technical and financial proposal) dated __.02.2020. We have
attached sealed financial proposal. The quoted amount is inclusive of all applicable taxes and expenses
estimated after careful analysis of cost involved for the performance of the complete work considering all
parts of the Bidding Document.
We agree that we deploy at least two of the team member in TIDCO office on full time basis for during this
assignment
Our financial proposal is binding upon us up to expiring of validity period of the proposal, i.e. date
11.08.2020.
We understand that TIDCO is not bound to accept this proposal.
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 48
FINANCIAL TENDER
FINANCIAL PROPOSAL FOR SELECTION OF CONSULTANT FOR STRATEGIC &
ADVISORY SERVICES FOR THE DEVELOPMENT OF DEFENCE INSDUSTRIAL CORRIDOR
(Date and Reference)
To,
Dear Sir,
Subject:-Selection of Strategic & Advisory consultant for the Development of Tamil Nadu Defence Corridor
We, (Authorized Signatory(s) name) herewith enclose the Financial Proposal for above. We agree that this
offer shall remain valid for a period of 180(One Hundred Eighty Only) days from the due date or such
further period as may be mutually agreed upon.
Sl.No. Description
Fee to be quoted
(in Figures) (in Words)
1
Consolidated fee-quoted for
rendering consultancy services for
the deliverables mentioned in the
scope of work (excluding Taxes)
Please note:
(i) The consultant should indicate man month charges for each expert per month separately.
However, selection will be based on total consolidated fee only.
(ii) The fee quoted above is inclusive of all out of pocket expenses.
(iii) The fee payable shall be subjected to deduction of Tax at Source (TDS).
Yours faithfully,
(Signature, name and designation of the Authorized Signatory(s))
Note: The Financial Proposal is to be submitted strictly as per the formats given in the RFP.
SELECTION OF CONSULTANT FOR STRATEGIC & ADVISORY SERVICES FOR DEFENCE CORRIDOR
Page 49
We confirm that the rate quoted by us shall be deemed to be inclusive of all expenses and income tax
will be deducted from the quoted rate at source as per applicable law. GST will be paid extra over the
above-quoted rate.
Date: Authorised Signatory :
Name of the Signatory :
Designation :
Seal of the Company :