tender no. ce.t. 96/2017 mumbai port trust global tender...

104
T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 1 Tender No. CE.T. 96/2017 Global Tender MUMBAI PORT TRUST REQUEST FOR PROPOSAL FOR Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai October 2017 Chief Engineer, Civil Engineering Department, Mumbai Port Trust 3rd floor, Port Bhavan, Shoorji Vallabhdas Marg, Mumbai 400 001. Tel. No. 022 66564031, Fax No. 022 22616804 E mail: [email protected] -

Upload: others

Post on 11-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 1

Tender No. CE.T. 96/2017

Global Tender

MUMBAI PORT TRUST

REQUEST FOR PROPOSAL FOR

Appointment of Consultant for Preparation

of Detail Project Report for Marina at MbPT, Mumbai

October 2017

Chief Engineer,

Civil Engineering Department, Mumbai Port Trust

3rd floor, Port Bhavan, Shoorji Vallabhdas Marg,

Mumbai 400 001. Tel. No. 022 66564031, Fax No. 022 22616804

E mail: [email protected]

-

Page 2: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

2

MUMBAI PORT TRUST Tender No.CE.T. 96/2017

REQUEST FOR PROPOSAL

FOR

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT,

Mumbai

TECHNICAL PROPOSAL (FIRST COVER)

Chief Engineer, Civil Engineering Department, Mumbai Port Trust 3rd floor, Port Bhavan, Shoorji Vallabhdas Marg,

Mumbai 400 001. Tel. No. 022 66564031, Fax No. 022 22616804

E mail: [email protected]

Page 3: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 3

DISCLAIMER

The information contained in this Request for Proposals document (“RFP”) or subsequently provided to bidders, whether verbally or in documentary or any other form by or on behalf of Mumbai Port Trust (MbPT) or any of its employees or advisers, is provided to bidders on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.

This RFP is not an agreement and is neither an offer nor invitation by MbPT to the prospective bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by MbPT in relation to the Consultancy. Such assumptions, assessments and statements do not purport to contain all the information that each bidder may require. This RFP may not be appropriate for all persons, and it is not possible for MbPT, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in this RFP, 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 and information contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. MbPT accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

MbPT, its employees and advisers 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 RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this Selection Process.

MbPT also accepts no liability of any nature whether resulting from negligence or otherwise, howsoever caused, arising from reliance of any bidder upon the statements contained in this RFP.

MbPT may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP.

The issue of this RFP does not imply that MbPT is bound to select a bidder or to appoint the selected bidder, as the case may be, for the Consultancy and MbPT reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.

The bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by MbPT or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder and MbPT 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 Proposal, regardless of the conduct or outcome of the

Selection Process.

Page 4: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

4

DATA SHEET

Sr. No.

ITEMS DETAILS

1 Name of the project Tender No.CE T - 96/2017 – RFP for Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

2 Area proposed for Marina. 14 ha. (approx.)

3 Bid Processing fee (Cost of Tender Document)

Rs. 5,250/- (including 5% GST)

4 Bid Security Rs. 1,00,000/-

5 Evaluation method QCBS

6 Period of Consultancy 12 months

SHEDULE OF SELETION PROCESS

Sr.

No.

Activity Schedule

i) Download of Bid Documents From 23.10.2017 to 23.11.2017

ii) Last date of receiving queries 01.11.2017

iii) Pre-bid meeting Date & time On 07.11.2017 at 1500 hrs.(IST).

iv) Probable date of reply to pre-bid queries

(on website only)

10.11.2017

iv) Last date of submission of bids

(Proposal Due Date)

i) Online submission on

www.eprocure.gov.in

and

ii) Submission of tender fee, bid

security in hard copy as

indicated in tender.

Till 1500 hrs. (IST) on 23.11.2017.

v) Opening of bid At 1500 hrs. (IST) on 24.11.2017

Page 5: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

5

Tender No. CE T - 96/2017

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

CONTENTS

Para Particulars

Abbreviations

1 Section 1: Introduction

2 Section 2 : INSTRUCTIONS TO BIDDERS

3 Section 3: Evaluation Of The Bids And Selection Of Consultants

4 Section 4: GENERAL CONDITIONS OF CONTRACT

5 Section 5: Appendices

Appendix - I Terms Of Reference (TOR)

Appendix – II Consultant’s Key Personnels

Appendix III Form Of Bank Guarantee For Performance Security

Appendix-IV Form Of Agreement

Appendix - V Format in Case of Joint Venture Agreement (Memorandum Of Understanding)

Appendix – VI Integrity Pact Agreement

Appendix-VII Location plan

6 Section 6 : Forms for Technical And Financial Proposals

Form-1 Checklist of Documents submitted

Form-2 Form for Application

Form-3 Bidder’s Profile

Form-4 Major works during last Ten years which best illustrates Qualifications for the Assignment under Offer.

Form-5 Details of Key Personnel

Form-6 CVs of the Key Personnel

Form-7 Details of the Proposed Manning Schedule

Form-8 Form for average Turn Over

Form-9 Undertaking for Not Barred or Blacklisted

Form-10 Undertaking for obtaining Permission to work in India

Form-11 Affidavit of Correct Information

Form-12 Details of sub consultants

Form-13 Power of attorney

To be submitted in Financial Proposal (Format Separately provided in Financial Bid)

Form -14A Letter for Financial Proposal

Form – 14B Format for Financial Proposal

Page 6: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

6

Tender No. CE T - 96/2017

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

ABBREVIATIONS

Sr. No. Item Full Form 1 RFP Request For Proposal 2 MbPT Mumbai Port Trust 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex 5 QCBS Quality cum Cost Based

Selection 6 INR Indian Rupees 7 USD United States Dollar 8 PDD Proposal Due Date 9 PPP Public Private Participation

10 DPR Detailed Project Report 11 MBA Master of Business

Administration 12 CA Chartered Accountant 13 ha Hectare 14 JV Joint Venture 15 Km Kilometer 16 CV Curriculum Vitae 17 IST Indian Standard Time 18 GCC General Conditions of

Contract 19 LOA Letter of Award

Page 7: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

7

MUMBAI PORT TRUST

CIVIL ENGINEERING DEPARTMENT

Tender No.E.96/2017

Section 1

INTRODUCTION

Page 8: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

8

Section 1 INTRODUCTION

1.1. Background:

Mumbai Port is located on the West Coast of India. Most of its landed estate

lies in South Mumbai on the Eastern waterfront. South Mumbai is one of the

most premium locations in the country and thus the economic value of Mumbai

Port's land parcel is expected to be significant. MbPT is in the process of

revamping its activities with an introduction of Tourism, public and office spaces

by way of the Master planning of about 500 Ha. This will open up the Eastern

Waterfront to the residents of Mumbai and suburbs.

Need for Marina:

There is an acute need for a Marina in Mumbai. This has become a real

problem as many yachts visit or base themselves in the city, and the fleet

currently anchors off the Gateway to India monument, requiring owners to step

on board via a small slipway, or, in the case of larger yachts, hire tenders to

ferry them around. Mumbai has the most number of Privately owned pleasure

Boats and is a ready market for Marina. Due to unavailability of a designated

Marina at Mumbai, at any given time around 200 small leisure Boats can be

seen anchored near the Gate Way of India.

Considering the urgent need for a marina facility, Mumbai Port Trust proposes

to develop a marina with all the necessary infrastructure, complemented with a

tourism/ retail / hotel hub / club, etc on the Eastern waterfront within the

princess dock.

1.2. Project:

MbPT has therefore identified approx. 14 ha. of land for the development of

Marina with supporting / ancillary facilities within its land created by filling

Princess Dock. The Marina is likely to spread over on approx. 14 ha. (140,000

sq.m) of land, and water area of marina shall be approx. 5 ha. (50,000 sq.m).

However, the consultant shall arrive the proportion of land according to the

need of the Design and the financial feasibility. The developments shall be

governed by the Development Control Regulations of Mumbai (MCGM).

Obtaining all the Environment clearance, CRZ clearance etc. shall also be part

of the project.

1.3. It is with these broad objectives that Mumbai Port Trust wishes to secure the

services of an eminent Technical consultant towards ‘Preparation of Detailed

Project Report for Marina at MbPT, Mumbai’. The consultant team shall include

professionals with requisite knowledge of Marine Engineering, Environment,

Infrastructure design, finance and other aspects of marina construction like

Page 9: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

9

water draught requirement, construction of jetties, yacht / boat movements and

parking, along with Architecture, Urban Design and Urban Planning, and

Implementation consultant having knowledge of Water Front Development,

Engineering, and Business / Marketing capabilities.

1.4. Scope of Work : The scope of work is detailed in Section 5, Appendix I

1.5 Objectives:

The proposed project should meet the following objectives:

a) To provide the much needed Marina for city of Mumbai

b) To create a landmark / Iconic Marina along with its Supporting/ ancillary

activities

c) To provide for best in class infrastructure for the Marina

d) To have sustainable development,

e) To work out the Technical Feasibility and Financial Viability

f) To work out the implementation / operation & maintenance strategy,

g) To identify the phasing of development,

1.6 Request for Proposal:

Mumbai Port Trust wishes to invite Digitally signed bids from eligible National/

International consulting firms for Tender No.CE.T.96/2017 RFP for

“Appointment of Consultant for Preparation of Detail Project Report for

Marina at MbPT, Mumbai”.

MbPT intends to select the Consultant through an open global competitive

bidding process in accordance with the procedure set out herein in two stages.

The Consultancy proposal is to be submitted in two-cover system. The first

cover shall contain "Technical proposal" and second cover the "Financial

proposal". The Evaluation process shall be “Quality Cum Cost Based Selection”

with 70% weightage to Technical and 30% weightage to the financial

component.

………………….

Page 10: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

10

MUMBAI PORT TRUST CIVIL ENGINEERING DEPARTMENT

Tender No.E.96/2017

Section 2

INSTRUCTIONS TO BIDDERS

Page 11: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

11

Section 2

INSTRUCTIONS TO BIDDERS 2.1. Due diligence by bidders

Bidders are encouraged to inform themselves fully about the assignment and

the local conditions before submitting the Proposal by paying a visit to MbPT

and the Project site, sending written queries to MbPT, and attending a Pre-Bid

Meeting on the date and time specified in this document

2.2. Sale/Download of RFP Document

The interested Bidders shall download the Bid documents from the Mumbai

Port Trust web site http://www.mumbaiport.gov.in and www.eprocure.gov.in.

The bidder has to submit his offer online at the e-procurement

website https://eprocure.gov.in using valid Digital Signature

Certificates. However, the cost of bid / tender fee is Rs. 5250/-

nonrefundable (including 5 % GST) along with Bid Security / Earnest Money

Deposit (EMD) of Rs.1,00,000/- (Rupees One Lakh) only is to be submitted by

Demand Draft/Pay Order in a sealed cover marked with the Tender No. and

name of the bidder in physical form. The sealed cover is to be submitted on or

before the last date and time of proposal submission indicated in Data Sheet or

Schedule of tendering at the box provided at the Imprest Office of the Civil

Engineering Department, Mumbai Port Trust, Port Bhavan, 3rd Floor, Shoorji

Vallabhdas Marg, Ballard Estate, Fort, Mumbai 400001. The Demand

Draft/Pay Order is to be drawn in the name of “The Board of Trustees of the

Port of Mumbai”

The downloading of document shall be carried out strictly as provided on

website. No editing, addition/deletion of matter shall be permitted. If such

action is observed at any stage, such proposals are liable for outright rejection.

No bids will be considered if it is not submitted online at the e-procurement

website, https:\\eprocure.gov.in and cost of bids and Earnest Money is not

submitted as mentioned in Tender Notice.

The PO/DD for cost of the bid and EMD in the sealed cover as described above

if not received till Due Date and Time even though posted in time or online bids

submitted after due date and time will be considered as Late Bid and will not be

accepted.

Page 12: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

12

2.3. Validity of Proposal :

The proposal shall be valid for a period of 120 days from the date of opening of

Financial Proposal.

2.4. Brief Description of The Selection Process :

MbPT has adopted a two stage selection process (collectively the “Selection

Process”) for evaluating the Proposals comprising Technical and Financial bids

to be submitted in two separate sealed envelopes. In the first stage, a technical

evaluation will be carried out as specified in Section 3. Based on the technical

evaluation, a list of short-listed bidders shall be prepared as specified in Clause

3.2.3 The bidders who are selected as per clause 3.2.3 shall only be called for

the presentation of their concept design before an Evaluation Committee

appointed by MbPT. The evaluation committee shall allocate marks for

Approach and Methodology Proposed, Concept design and presentation

according to the Evaluation Criteria as specified in Clause 3.2.3.

In the next stage, a financial evaluation will be carried out as specified in

Clause 3.3. QCBS procedure shall be adopted with weightage to Technical

Evaluation and Financial bid quoted as per the Formula mentioned in clause

3.4. Proposals will finally be ranked according to their combined technical and

financial scores as specified in Clause 3.4. The first ranked bidder shall

normally awarded the work and the second and third ranked Bidder will be kept

in reserve.

2.5. Currency conversion rate and payment:

For the purposes of technical evaluation of bidders, Rs. 65/- (Rupees sixty five)

per US$ shall be considered as the applicable currency conversion rate. In

case of any other currency, the same shall first be converted to US$ as on the

date 60 (sixty) days prior to the Proposal Due Date (PDD), and the amount so

derived in US$ shall be converted into INR at the aforesaid rate. The

conversion rate of such currencies shall be the daily representative exchange

rates published by the International Monetary Fund for the relevant date.

All payments to the Consultant shall be made in INR in accordance with the

provisions of this RFP. The Consultant may convert INR into any foreign

currency as per Applicable Laws and the exchange risk, if any, shall be borne

by the Consultant.

2.6. Schedule of Selection Process :

MbPT would endeavor to adhere to the schedule provided in tender document:

2.6.1. Pre-Proposal visit to the Site and inspection of data:

Page 13: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

13

Prospective bidders may visit the Site and review the available data at any time

prior to Proposal Due Date. To obtain first-hand information on the assignment

and on the local conditions, consultants are advised to pay a visit to the project

site before submitting a proposal. Visit to site will be with valid Dock Entry

Permit to be issued by concerned department of the MbPT upon written

request from the Consultants giving particulars of visiting personnel.

MbPT may arrange a site visit for a group of bidders, if they desire so.

2.6.2. Pre-Bid Meeting:

The tentative venue of the Pre-Bid Meeting shall be as follows and the date of

the pre-bid meeting is indicated in the ‘schedule of selection process’

Mumbai Port Trust Offices,

Port Bhavan, Shoorji Vallabhdas Marg,

Ballard Estate,

Mumbai - 400 001,

2.6.3. Communications:

All communications including the submission of Proposal should be addressed

to:

The Chief Engineer,

Civil Engineering Department

Mumbai Port Trust

3rd floor, Port Bhavan,

Shoorji Vallabhdas Marg,

Ballard Estate,

Mumbai 400 001.

Tel. No. 022 66564031

Fax No. 022 22616804

E mail : [email protected]

2.6.4. Web site address :

The Official Website of MbPT is : http:// www.mumbaiport.gov.in

The online bid is to be submitted on http://eprocure.gov.in

2.7. General Instructions:

Page 14: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

14

Detailed description of the objectives, scope of services, Deliverables and

other requirements relating to this Consultancy are specified in this RFP. In

case any bidder possesses the requisite experience and capabilities

required for undertaking the Consultancy, it may participate in the Selection

Process either individually (the “Sole Firm”) or as lead member of a

consortium of firms (the “Lead Member”) in response to this invitation. The

term bidder means the Sole Firm or the Lead Member, as the case may be.

The manner in which the Proposal is required to be submitted, evaluated

and accepted is explained in this RFP.

Bidders are advised that the selection of Consultant shall be on the basis of

an evaluation by the MbPT through the Selection Process specified in this

RFP.

Bidders shall be deemed to have understood and agreed that no

explanation or justification for any aspect of the Selection Process will be

given and that MbPT’s decisions are without any right of appeal whatsoever.

The bidder shall submit its Proposal in the form and manner specified in

this Clause 2.21 of the RFP. The Technical proposal shall be submitted in

the forms at Section -6, Forms 1 to 13, along with Key Submissions &

Approach & Methodology & Concept Design as specified in clause 2.20.10

and the Financial Proposal shall be submitted in the forms 14A & 14B at

Section - 6 as specified in clause 2.20.11. Upon selection, the bidder shall

be required to enter into an agreement with MbPT in the form specified

at Appendix-IV

2.8 Key personnel:

The Consultant’s team shall consist of the “Key Personnel” who shall discharge

their respective responsibilities as specified Appendix II of Section 6 of the

tender:

Apart from the above key personnel, the bidder should have personnel having

in expertise in landscape, tourism & hospitality industry, cost estimate,

procurement, Finance and Legal etc. as per requirement of assignment based

on scope of work.

2.9 Conditions of Eligibility of Bidders:

Bidders must read carefully the minimum conditions of eligibility (the

“Conditions of Eligibility”) provided herein. Proposals of only those Bidders

who satisfy the Conditions of Eligibility will be considered for evaluation.

The consultant shall have proven track record in designing of a

comprehensive plan for a Marina and a Tourism hub and must satisfy the

Page 15: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

15

minimum eligibility criteria stated below for being eligible for further

evaluation and selection process.

2.10 Eligibility Criteria:

To Eligibility Criteria and evaluation of bid for selection of consultant is detailed

in section 3 of tender.

2.11 Conflict of Interest

The bidder shall not have a conflict of interest that may affect the Selection

Process for the award of Consultancy assignment (the “Conflict of Interest”).

Any bidder found to have a Conflict of Interest shall be disqualified. In the event

of disqualification, MbPT shall forfeit and appropriate the Bid Security as

mutually agreed genuine pre-estimated compensation and damages payable to

MbPT for, inter alia, the time, cost and effort of MbPT including consideration of

such bidder’s Proposal, without prejudice to any other right or remedy that may

be available to MbPT hereunder or otherwise.

The bidder requires that the Consultant provides professional, objective, and

impartial advice and at all times hold MbPT’s interest paramount, avoid

conflicts with other assignments or its own interests, and act without any

consideration for future work. The Consultant shall not accept or engage in any

assignment that would be in conflict with its prior or current obligations to other

clients, or that may place it in a position of not being able to carry out the

assignment in the best interests of MbPT.

2.12 Number of Proposals:

No bidder or its Associate shall submit more than one bid for the Consultancy.

A bidder applying individually or as an Associate or shall not be entitled to

submit another application either individually or as a member of any

consortium, as the case may be.

2.13 Cost of Proposal:

The bidders shall be responsible for all of the costs associated with the

preparation of their Proposals and their participation in the Selection Process

including subsequent negotiation, visits to MbPT, Project site etc. MbPT will not

be responsible or in any way liable for such costs, regardless of the conduct or

outcome of the Selection Process.

2.14 Site visit and verification of information:

Page 16: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

16

Bidders are encouraged to submit their respective Proposals after visiting the

Project site and ascertaining for themselves the site conditions, traffic, location,

surroundings, climate, access to the site, availability of drawings and other data

with MbPT, applicable laws and regulations or any other matter considered

relevant by them.

2.15 Acknowledgement by bidder:

It shall be deemed that by submitting the Proposal, the bidder has:

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

(b) received all relevant information requested from MbPT;

(c) acknowledged and accepted the risk of inadequacy, error or mistake in the

information provided in the RFP or furnished by or on behalf of MbPT or

relating to any of the matters referred to in this document;

(d) satisfied itself about all matters, things and information, including matters

referred to in this document, necessary and required for submitting an

informed

Application and performance of all of its obligations thereunder;

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

(f) agreed to be bound by the undertaking provided by it under and in terms

hereof.

The MbPT shall not be liable for any omission, mistake or error on the part of

the bidder in respect of any of the above or on account of any matter or thing

arising out of or concerning or relating to RFP or the Selection Process,

including any error or mistake therein or in any information or data given by the

MbPT.

2.16 Right to reject any or all Proposals :

Notwithstanding anything contained in this RFP, the MbPT reserves the right to

accept or reject any Proposal and to annul the Selection Process and reject all

Proposals, at any time without any liability or any obligation for such

acceptance, rejection or annulment, and without assigning any reasons thereof.

Without prejudice to the generality of Clause 2.16, MbPT reserves the right to

reject any Proposal if:

(a) at any time, a material misrepresentation is made or discovered, or

Page 17: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

17

(b) the bidder does not provide, within the time specified by MbPT, the

supplemental information sought by MbPT for evaluation of the Proposal.

Misrepresentation/ improper response by the bidder may lead to the

disqualification of the bidder. If the bidder is the Lead Member of a consortium,

then the entire consortium may be disqualified / rejected. If such disqualification

/ rejection occurs after the Proposals have been opened and the highest

ranking bidder gets disqualified / rejected, then MbPT reserves the right to

consider the next best bidder or take any other measure as may be deemed fit

in the sole discretion of MbPT, including annulment of the Selection Process.

2.17 Contents of the RFP

This RFP comprises the Disclaimer set forth hereinabove, all the contents of

the RFP Document and will additionally include any Addendum / Amendment /

Clarification issued.

2.18 Pre-Bid Meeting:

The Consulting firm or his authorized representative is advised to attend a Pre-

Bid meeting which will be convened at the office of the Chief Engineer,

Mumbai Port Trust on the date and time indicated in “Schedule of Selection

Process”

The purpose of the meeting will be to clarify issues on proposal and to answer

queries on any matter that may be raised at that stage. No queries received

after the Pre-Bid meeting will be entertained.

The bidders are requested to submit any query in writing so as to reach the

Chief Engineer not later than three (3) days before the date of Pre-Bid

meeting.

The questions raised by Bidders in writing and reply of Port thereof will be

furnished to all bidders who purchased the Proposal Documents. Any

modification of the Proposal Documents, which may become necessary as a

result of the Pre-Bid meeting, may be made by MbPT exclusively through the

issuance of an addendum. The same will be hoisted on MbPT’s website

http://www.mumbaiport.gov.in. or http://eprocure.gov.in.

MbPT reserves the right not to respond to any questions or provide any

clarifications, in its sole discretion, and nothing in this Clause 2.19 shall be

construed as obliging MbPT to respond to any question or to provide any

clarification.

2.19 Amendment of RFP:

Page 18: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

18

At any time before the due date for submission of proposals, the MbPT may, for

any reasons, whether at its own initiative or in response to a clarification

requested by the firms, modify the RFP documents by amendment. The

amendments will be uploaded in the Mumbai Port Website. The MbPT may at

its discretion extend the deadlines for the submission of proposals. It shall not

be obligatory for MbPT to inform the amendments in writing or through email to

all the firms

2.20 Bid Security

2.20.1 The bidder shall furnish as part of its Proposal, a bid security of Rs.100,000/-

(Rs. One lakh only) in the form of a Demand Draft/Banker’s cheque issued by

one of the Nationalised/ Scheduled Banks in India in favour of the “ Board of

Trustees of Port of Mumbai” payable at Mumbai.

2.20.2 It Shall be returnable not later than 90 (ninety) days from PDD except in case of

the three highest ranked bidders as required in Clause 3.4. In the event that the

first ranked bidder commences the assignment as required in Clause 3.6.7, the

second and third ranked bidder, who has been kept in reserve, shall be

returned its Bid Security forthwith, but in no case not later than 120 (one

hundred and twenty) days from the opening of Bid. The Selected Bidder’s Bid

Security shall be returned upon the bidder signing the Contract Agreement.

2.20.3 Any Bid not accompanied by the Bid Security shall be rejected by MbPT

as non-responsive.

2.20.4 MbPT shall not be liable to pay any interest on the Bid Security and the same

shall be interest free.

2.20.5 The bidder, by submitting its Application pursuant to this RFP, shall be deemed

to have acknowledged that without prejudice to MbPT’s any other right or

remedy hereunder or in law or otherwise, the Bid Security shall be forfeited and

appropriated by MbPT as the mutually agreed pre-estimated compensation and

damage payable to MbPT for, inter alia, the time, cost and effort of MbPT in

regard to the RFP including the consideration and evaluation of the Proposal

under the following conditions:

i) If a Bidder engages in any of the Prohibited Practices specified in Section 4

of this RFP;

ii) If a Bidder withdraws its Proposal during the period of its validity as

specified in this RFP and as extended by the bidder from time to time;

iii) In the case of the Selected bidder, if the bidder fails to reconfirm its

commitments as required vide Clause 3.6 of section 3;

iv) In the case of a Selected Bidder, if the bidder fails to sign the Agreement or

commence the assignment as specified in Clause 3.6 of section 3 or

Page 19: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

19

v) If the Bidder is found to have a Conflict of Interest as specified in Clause

2.11 section 2 and 4.16 section 4.

2.21 PREPARATION AND SUBMISSION OF PROPOSAL:

2.21.1 Language

The Proposal with all accompanying documents (the “Documents”) and all

communications in relation to or concerning the Selection Process shall be in

English language and strictly on the forms provided in this RFP. No supporting

document or printed literature shall be submitted with the Proposal unless

specifically asked for and in case any of these Documents (including the

documents required for establishing the eligibility) is in another language, it

must be accompanied by an accurate translation of the relevant passages.

2.21.2 Format and signing of Proposal

The Bidder shall provide all the information sought under this RFP. MbPT

would evaluate only those Proposals that are received in the specified forms

and complete in all respects. All the forms must be signed at appropriate places

by

i) the proprietor in case of proprietary firm.

ii) the partner holding the power of attorney in case of a firm in partnership (a

certified copy of the power attorney shall accompany the proposal).

iii) By duly authorized person holding the power of attorney is case of a Limited

company/JV/Consortium or corporation (a certified copy of the power

attorney shall accompany the proposal).

Bidders should note the Proposal Due Date, as specified in “Schedule of Bid

Selection”. Except as specifically provided in this RFP, no supplementary

material will be entertained by MbPT, and that evaluation will be carried out

only on the basis of Documents received by the closing time of Proposal Due

Date as specified in “Schedule of Bid Selection”. Bidders will ordinarily not be

asked to provide additional material information or documents subsequent to

the date of submission, and unsolicited material if submitted will be summarily

rejected. For the avoidance of doubt, MbPT reserves the right to seek

clarifications under and in accordance with the provisions of Clause 2.21.6.

2.21.3 Technical Proposal

Bidders shall submit the technical proposal online in the formats at Form

1 to 13 in section 6.

The bidder shall download the above formats, fill in the desired

information in hard copy, signing the same by prescribed signatories as

called for therein; scan all the duly filled in formats and upload the same

Page 20: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

20

on website under first / technical cover along with scanned copies of

following documents.

i) the bid Security instrument (scan copy of instrument)

ii) Tender Fee / Bid Processing Fee instrument (scan copy of instrument)

iii) all forms are submitted in the prescribed formats and signed by the

prescribed signatories; along-with its supporting documents

Checklist of submissions of documents in Form 1

Letter of Proposal in the prescribed format Form 2 – “Form of

Application”

Bidder’s Profile in format Form 3

Experience credentials of the bidder in form No. 4 along-with its

supporting documents.

Details of key personnel in Form 5

CV of Key Personal Proposed in Form No. 6 with self-certification

and undertaking about their availability for the assignment with

countersign of bidder.

Details of Manning of Proposed Key Personnel in Form 7

Average Turnover of the bidder in Form 8 duly certified by Chartered

Accountant. (In case of consortium, Form 8 shall be filled for all the

consortium members and shall be certified by Chartered Accountant)

Undertaking for not barred or blacklisted in the prescribed Form 9

Undertaking for obtaining Permission to work in India in prescribed

Form 10 (applicable for foreign consultant)

Affidavit of correct information in the prescribed Form 11 on Rs. 100/-

Stamp Paper

Details of sub consultant’s in the Form – 12 with supporting

documents

Power of Attorney, if applicable, is executed as per Applicable Laws;

iv) Joint Venture agreement among consortium members as per Appendix

– V

v) Integrity Pack Agreement on Rs. 100/- stamp paper as per Appendix - VI

NOTE : - BIDDERS MUST NOT INDICATE DIRECTLY OR INDIRECTLY

THEIR FINANCIAL PROPOSAL ANY WHERE IN TECHNICAL PROPOSAL.

ANY SUCH DISCLOSURE SHALL RESULT IN SUMMARILY REJECTION

OF WHOLE OF THE PROPOSAL OF THE CONCERNED BIDDERS

2.21.4 While submitting the Technical Proposal, the bidder shall ensure the following

a) For the experience claimed by the bidder under Form 4. The bidder must

submit a Reference letter or Completion certificate of services duly

Page 21: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

21

signed by the client of concerned project, describing the role of the

consultant, area, extent, cost of the project, duration of the project,

quality of services and status of the project, to establish its eligibility

for each of the above technical criteria. In the absence of any such

Reference letter/certificate, any other authorized document which will

prove the completion with justification may be accepted by the MbPT.

The bidder may submit the actual photographs of the project,

brochures etc

b) Key Personnel shall be proposed only if they meet the Conditions of

Eligibility laid down in Appendix II, Section 6 of RFP; no alternative proposal

for any Key Personnel is to be made and only one CV for each position has

to be furnished. The recently signed CVs of key personnel with date in blue

ink and countersigned by the Bidder is essential. Unsigned CVs by

prescribed signatories shall be rejected; the CVs shall contain an

undertaking from the respective Key Personnel about his/her availability for

the duration specified in the RFP)

c) A certificate from Chartered Accountant for establishing Average Annual

Turn Over in the prescribed format Form – 8. In case of consortium Form 8

is required for all consortium members.

d) A bidder may, if it considers necessary, propose suitable Sub-Consultants

in specific areas of expertise. Credentials of such Sub-Consultants should

be submitted in Form- 12. A Sub-Consultant, however, shall not be a

substitute for any Key Personnel.

e) Any other vital information bidder wish to bring out for attaining the

objectives of the assignment.

2.21.5 Financial Proposal

Bidders shall download form no 14A and 14B provided in Section 6 of the

tender and take print out. Fill in requisite information in the same and sign at

appropriate place by prescribed signatories (Authorised signatories). Scan the

copy of both forms and upload in the Financial Bid.

a) the total cost of the Consultancy fee shall be written both figures and words,

in Indian Rupees

b) In the event of any difference between figures and words, the amount

indicated in words shall prevail.

2.21.6 While submitting the Financial Proposal, the bidder shall ensure the following

i) All the costs associated with the assignment shall be included in the

Financial Proposal. These shall normally cover remuneration for all the

Page 22: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

22

Personnel (Expatriate and Resident, in the field, office etc.),

accommodation, air fare, equipment, printing of documents, specified

surveys, geo- technical investigations, if required, overheads, expenditure

for presentation during the contract period, sundries etc. The total amount

indicated in the Financial Proposal shall be without any condition attached

or subject to any assumption, and shall be final and binding. In case any

assumption or condition is indicated in the Financial Proposal, it shall be

considered non- responsive and liable to be rejected.

ii) The Financial Proposal shall take into account all expenses to be borne by

the consultant. It shall be excluding GST.

iii) GST as applicable will be paid by MbPT along with the invoice. However,

the bidder is required to submit the receipt regarding payment of GST to the

respective authority along with the next interim bill, failing which their next

bills will not be considered for processing.

iv) Costs (including break down of costs, if any) shall be expressed in INR.

v) Income Tax and any other statutory taxes to be deducted at source, if any,

will be deducted by the Employer in accordance with the Income Tax Act

and any other acts in force and in accordance with instructions issued by

the Authorities on this behalf, from time to time.

vi) The rates quoted shall be firm throughout the period of performance of the

assignment upto discharge of all obligations under the Agreement.

2.21.7 Submission of Proposal :

a) The bidders are requested to submit the proposal online at eprocure.gov.in

in the form and manner described at the website.

b) The bidders are requested to upload their Technical bid and financial bid in

two separate files as provided in the online system.

c) The bidder shall submit all the information called for under clause no.2.21.3

under Technical bid and similarly all the information called under clause

no.2.21.5 under Financial bid.

d) Only the financial instruments i.e. Pay Order/Demand Draft for cost of

Tender Fees and Earnest Money Deposit is to be submitted in physical

form in a sealed cover and deposit the sealed cover in the box

provided in Imprest Office of Civil Engineering Department, Port

Bhavan, 3rd Floor, S.V.Marg, Fort, Mumbai 400001 upto the time and

due date as indicated in Schedule of Selection Process.

e) The sealed cover containing the financial instruments whether sent by

post or by hand delivery must reach the Imprest Clerk of the Civil

Engineering Department, Mumbai Port Trust on or before the due date

Page 23: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

23

and time. Offers received late will not be considered even though

posted before the due date and time.

f) Proposals submitted by facsimile transmission, telex or e-mail will not be

acceptable. It will the sole responsibility of the bidder that the proposal

should reach the address before the due date and time. No consideration

for any delay due to postal or courier delay shall be entertained.

2.21.8 Taxes and Duties

The Consultant’s offer shall be exclusive of GST. Income Tax and any other

statutory taxes to be deducted at source, if any, will be deducted by the

Employer in accordance with the Income Tax Act and any other acts in force

and in accordance with instructions issued by the Authorities on this behalf,

from time to time.

GST for Services provided, as applicable will be paid by MbPT while making

payment of Invoice raised. However, the consultant is required to submit proof

of payment of the same to the authorities along with next interim bill due,

without which such bills will not be processed.

In case any new tax introduced by Indian Government by new legislation, the

same will be extra and will be reimbursed by MbPT on production of proof of

payment. However, before payment of such taxes the successful bidder shall

obtain prior approval of the employer

2.21.9 Proposal Due Date

The proposal / bid shall be submitted online on or before the due date

indicated in the ‘Schedule of Bid Selection Process’

The original instruments for bid processing fee and bid security shall be

submitted on the due date as mentioned in clause no. 2.21.7 (d).

MbPT at its sole discreation, may extend the Proposal Due Date by issuing an

Addendum, if any

2.21.10 Late Proposal

Any Proposal received by MbPT after Proposal Due Date and time shall not be

accepted and shall be returned unopened to the Bidder.

2.21.11 MbPT reserves the right to verify all statements, information and

documents, submitted by the Bidder in response to the RFP. Any such

verification or the lack of such verification by MbPT to undertake such

Page 24: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

24

verification shall not relieve the Bidder of its obligations or liabilities

hereunder nor will it affect any rights of MbPT thereunder.

2.21.15 Modifications to submitted proposals:

Any alterations, modifications or change in the submitted proposals shall be

sent in writing, sealed, marked, and delivered in accordance with Clause 2.16,

with the envelopes being additionally marked “MODIFICATION”,

“SUBSTITUTION” or “WITHDRAWAL”, as appropriate and must reach Chief

Engineer, MbPT prior to the closing time on last date set for submission of

proposals. No notice of change, alterations or modification of the proposal shall

be accepted after closing time on last date.

2.22 INTEGRITY PACT

The bidder has to execute Integrity Pact Agreement with Mumbai Port Trust (as per Appendix VI). Shri P.K Gopinath, IPoS ( Retd.) has been nominated as Independent External Monitor for the implementation of Integrity Pact whose address is as under:

C-1/143, Bapanagar Behind Delhi High Court New Delhi- 110003 E mail: [email protected] Scanned Copy of Pre-Contract Integrity Pact (as per Appendix VI) is to be uploaded along with the bid.

Page 25: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

25

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on

the CPP Portal, using valid Digital Signature Certificates. The instructions

given below are meant to assist the bidders in registering on the CPP Portal,

prepare their bids in accordance with the requirements and submitting their

bids online on the CPP Portal.

More information useful for submitting online bids on the CPP Portal may be

obtained at: https://eprocure.gov.in/eprocure/app .

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the

Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app)

by clicking on the link "Online bidder Enrollment" on the CPP Portal which

is free of charge.

2) As part of the enrolment process, the bidders will be required to

choose a unique username and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile

numbers as part of the registration process. These would be used

for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid

Digital Signature Certificate (Class II or Class III Certificates with signing key

usage) issued by any Certifying Authority recognized by CCA India (e.g.

Sify/ nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that

the bidders are responsible to ensure that they do not lend their DSC's to

others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by

entering their user ID / password and the password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate

bidders to search active tenders by several parameters. These parameters

could include Tender ID, Organization Name, Location, Date, Value, etc.

There is also an option of advanced search for tenders, wherein the bidders

may combine a number of search parameters such as Organization Name,

Form of Contract, Location, Date, Other keywords etc. to search for a tender

published on the CPP Portal.

Page 26: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

26

2) Once the bidders have selected the tenders they are interested in; they

may download the required documents / tender schedules. These tenders can

be moved to the respective 'My Tenders' folder. This would enable the

CPP Portal to intimate the bidders through SMS/ e-mail in case there is any

corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each

tender, in case they want to obtain any clarification/ help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the

tender document before submitting their bids.

2) Please go through the tender advertisement and the tender document

carefully to understand the documents required to be submitted as part of the

bid. Please note the number of covers in which the bid documents have to be

submitted, the number of documents - including the names and content of

each of the document that need to be submitted. Any deviations from these

may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be

submitted as indicated in the tender document / schedule and generally,

they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may

be scanned with 100 dpi with black and white option which helps in reducing

size of the scanned document.

4) To avoid the time and effort required in uploading the same set of

standard documents which are required to be submitted as a part of every

bid, a provision of uploading such standard documents (e.g. PAN card copy,

annual reports, auditor certificates etc.) has been provided to the bidders.

Bidders can use "My Space" or ''Other Important Documents'' area available

to them to upload such documents. These documents may be directly

submitted from the "My Space" area while submitting a bid, and need not be

uploaded again and again. This will lead to a reduction in the time required

for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that

they can upload the bid in time i.e. on or before the bid submission time.

Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents

one by one as indicated in the tender document.

Page 27: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

27

3) Bidder has to select the payment option as "offline" to pay the tender

fee / EMD as applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the

tender document. The original should be submitted in the sealed cover as

specified in the tender document in person latest by the last date of bid

submission. The details of the DD/any other accepted instrument, physically

sent, should tally with the details available in the scanned copy and the

data entered during bid submission time. Otherwise the uploaded bid will be

rejected.

5) Bidders are requested to note that they should necessarily submit their

financial bids in the format provided and no other format is acceptable. If the

price bid has been given as a standard f inancial offer format with the tender

document, then the same is to be downloaded and to be filled by all the

bidders. The Scanned copy of financial bid, shall be uploaded in

financial bid at appropriate place. If the financial offer file is found to be

modified by the bidder, the bid will be rejected.

6) The server time (which is displayed on the bidders' dashboard) will be

considered as the standard time for referencing the deadlines for submission

of the bids by the bidders, opening of bids etc. The bidders should follow this

time during bid submission.

7) All the documents being submitted by the bidders would be encrypted

using PKI encryption techniques to ensure the secrecy of the data. The data

entered cannot be viewed by unauthorized persons until the time of bid

opening. The confidentiality of the bids is maintained using the secured Socket

Layer 128 bit encryption technology. Data storage encryption of sensitive fields

is done. Any bid document that is uploaded to the server is subjected to

symmetric encryption using a system generated symmetric key. Further this

key is subjected to asymmetric encryption using buyers/bid openers public

keys. Overall, the uploaded tender documents become readable only after the

tender opening by the authorized bid openers.

7) The uploaded tender documents become readable only after the tender

opening by the authorized bid openers.

8) Upon the successful and timely submission of bids (i.e. after Clicking

"Freeze Bid Submission" in the portal), the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and

the date & time of submission of the bid with all other relevant details.

9) The bid summary has to be printed and kept as an acknowledgement of

the submission of the bid. This acknowledgement may be used as an entry

pass for any bid opening meetings.

Page 28: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

28

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions

contained therein should be addressed to the Tender Inviting Authority for a

tender or the relevant contact person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries

relating to CPP Portal in general may be directed to the 24x7 CPP Portal

Helpdesk. The contact number for the helpdesk is 1800 3070 2232. Foreign

bidder can get help at +91-79-40007451 to 460.

………………...

Page 29: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

29

MUMBAI PORT TRUST CIVIL ENGINEERING DEPARTMENT

Tender No.E.96/2017

Section 3

EVALUATION OF THE BIDS AND SELECTION OF THE CONSULTANTS

Page 30: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

30

Section 3

Eligibility Criteria and Evaluation of bids for selection of consultant

The bidder shall meet following eligibility criteria

3.1 Minimum Eligibility Criteria :-

3.1.1 General

Bidder can be single entity or consortium of not more than three members,

Bidder or any of the member of consortium shall have office in Mumbai or undertake to establish office in Mumbai within one month from the date of award of contract.

International bidder shall have license to work in India, if bidding in individual capacity or shall obtain the same within one month from the date of award of contract (no payment will be effected till such license is obtained)

3.1.2 Technical Experience of the Bidder

Planning including design of marina infrastructure with or without its

associated facilities for minimum of 200 boats / yachts during last 7 years

i.e. from 01.10.2010 till Proposal submission date.

(It is to be met with by the bidder or lead member of the consortium.)

And

Prepared Detailed Project Report (DPR) or Provided PMC services for one

Port or Port related project in marine environment of minimum of Rs. 50

Crores (Rs.500 million) during last 7 years i.e. from 01.10.2010 until

proposal submission date.

3.1.3 Financial Criteria: (To be filled in Form 8)

The bidder should have Average Annual Turnover in the last three financial

years i.e. 2014-15. 2015-16 and 2016-2017 of Minimum Rs.15 Crores (Rs.150

Million) (In case the bidder has been paid in US dollars, the exchange rate for

US dollar will be considered as 1 USD = INR 65/-). In case of consortium the

combined turnover shall be the algebraic sum of all the consortium members.

The turnover certificate of bidder / each consortium member duly certified by

Chartered Accountant shall be furnished with the bid.

3.2 Technical Evaluation of bids :

The bids satisfying the minimum eligibility criteria under Clause No.3.1 shall be

examined in details for their technical capabilities in terms of experience of the bidder,

proposed team of expert for the project and approach and methodology for the subject

work.

Page 31: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

31

The total Technical marks are 100 and are assigned to various technical criteria

as per the Evaluation Criteria shown in the following table:3.2.1

3.2.1 Section A: (Total Marks 40) Experience of bidder

Sr.

No. Particulars

Max.

Marks Criteria

Bidders relevant experience-

will consist of the following :

40

(Total )

1 The bidder or lead member of

the consortium :- Planning

including design of marina

infrastructure for marina with or

without its associated facilities

for minimum of 200 boats /

yachts during last 7 years i.e.

from 01.10.2010 till Proposal

submission date.

15

For one completed project, 9

marks will be awarded. For

every additional similar

completed project additional 2

marks will be awarded with a

cap of maximum of 15 marks.

2 The bidder or any member of the

consortium :- Detailed Project

Report (DPR) or provided PMC

services for one Port or Port

related project in marine

environment of minimum of

Rs.50 Crores (Rs.500 million)

during last 7 years i.e. from

01.10.2010 until proposal

submission date.

07 until proposal submission

date

10

For one completed project, 6

marks will be awarded. For

every additional similar

completed project additional 2

marks will be awarded with a

cap of maximum of 10 marks.

3 The bidder or any member of the

consortium :- International

Experience of Planning and

Design of Marina of Min 200

boats / yacht during last 7 years

i.e. from 01.10.2010 until

proposal submission date

5

For one completed project, 3

marks will be awarded. For

every additional similar

completed project additional 1

marks will be awarded with a

cap of maximum of 5 marks.

4

The bidder or any member of

the consortium :- Marketed one

real estate project minimum

investment of Rs. 50 Crores.

(Rs.500 million) during last 7

years i.e. from 01.10.2010 till

Proposal Due date

10

For one completed project, 6

marks will be awarded. For

every additional similar

completed project additional 2

marks will be awarded with a

cap of maximum of 10 marks.

Total marks (Section A) 40

3.2.2 Section B: (Total Marks 40) Marks for proposed team of expert’ composition

Page 32: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

32

is distributed in the table below

The proposed team shall consist of following key personnel. The qualification,

experience along with role and responsibilities is detailed in Appendix II.

Sr.

No. Key Personnel

Max.

Marks Criteria

Relevant Experience of the

key personnel will consist of

the following:

40

(Total)

1 Team Leader :- Civil Engineer

experienced in Marine works 10

If key person fulfils the minimum

Qualification Criteria prescribed in

“Key Personnel Table”, 6 marks will

be allotted. Additional 2 marks will

be allotted for every additional

relevant experience is of Marina

Development. Max marks being 10.

2 Architect – Urban Planner 5

If the key person fulfils the Minimum

Qualification Criteria prescribed in

“Key Personnel Table”, 3 marks will

be allotted. The additional 1 marks

will be allotted for every additional

experience on Marina or similar area.

Max marks being 5.

3 Financial Expert 8

If the key person fulfils the Minimum

Qualification Criteria prescribed in

“Key Personnel Table”, 4 marks will

be allotted. The additional 2 marks

will be allotted for every additional

experience on PPP or similar area.

Max marks being 8.

4 Legal Expert 5

If the key person fulfils the Minimum

Qualification Criteria prescribed in

“Key Personnel Table”, 3 marks will

be allotted. The additional 1 marks

will be allotted for every additional

experience on PPP or similar area.

Max marks being 5.

5 Infrastructure Expert 5

If the key person fulfils the Minimum

Qualification Criteria prescribed in

“Key Personnel Table”, 3 marks will

be allotted. The additional 1 marks

will be allotted for every additional

experience of Infrastructure planning

or Marina or similar area as

Page 33: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

33

mentioned in “Key Personnel Table”,

Max marks being 5.

6 Marine Expert / Engineer 7

If the key person fulfils the Minimum

Qualification Criteria prescribed in

“Key Personnel Table”, 4 marks will

be allotted. The additional 1 marks

will be allotted for every additional

experience of experience on Marina /

Port or similar area as mentioned in

“Key Personnel Table”, Max marks

being 7.

3.2.3 Section C : (Total Marks 20)

1 Approach and Methodology

(write up) 20

Marks shall be awarded based on the

quality of approach and

methodology,.

3.2.4 Total Technical score (Pe)

Total Technical score (Pe) = summation of marks of obtained under Section A (Clause

No.3.2.1), Section B (Clause No.3.2.2) & Section C (Clause No.3.2.3)

TOTAL MARKS (Section

A+B+C)

100

Bidders securing minimum 70 marks out of total 100 marks of Section A, B and

C combined together. The bids of bidders who had not secured minimum 70

marks will not be processed for opening of their Financial Proposal.

3.2.5 Explainatory notes

i. In case of consortium, the experience of lead member and other members

of consortium shall be considered as per the table above.

ii. The experience of the parent/sister company shall be considered provided

they submit an Undertaking from the parent company stating

a. The bidder or the lead company in case of JV/Consortium is their

subsidiary company/organisation.

Page 34: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

34

b. In the event the bidder is declared as successful Consultant, the parent

company and the Subsidiary company/organization undertake to be jointly

and severally responsible for all obligations and liabilities relating to the

Consultancy and in accordance with the terms of the RFP and the contract

for the performance of the contract

c. Provide all the necessary skills, support and manpower to complete the

services mentioned in Terms of the RFP.

d. Take the joint responsibility of the all deliverables from the Indian

Subsidiary.

iii. The bidder must submit a Reference letter or Completion certificate of

services duly signed by the client of concerned project, describing the role

of the consultant, area, extent, cost of the project, duration of the project,

quality of services and status of the project, to establish its eligibility for

each of the above technical criteria. In the absence of any such Reference

letter/certificate, any other authorized document which will prove the

completion with justification may be accepted by the MbPT

iv. The meaning of “completion “shall be considered according to the project as

mentioned below

Sr.

No

Project for experience Completion meaning

1 The bidder or lead member of the

consortium :- Planning including

design of marina infrastructure for

marina with or without its associated

facilities for minimum of 200 boats /

yacht during last 7 years i.e. from

01.10.2010 till Proposal submission

date.

The entire scope of designing should

have been completed up to min. 80 %

of the scope of work substantiated by

reference letter or completion letter

from the client

2 The bidder should have prepared

Detailed Project Report (DPR) or

provided PMC services for one Port

or Port related project in marine

environment of minimum of Rs.50

Crores (Rs.500 million) during last 7

years i.e. from 01.10.2010 until

proposal submission date.

The work should be completed at-least

up to the submission of Draft DPR to

Project authority or for PMC completion

of execution upto 80% of the work

substantiated by reference letter or

completion letter from the client

3 The bidder or any member of the

consortium :- Marketed one real

estate project minimum investment

of Rs.50 Crores. (Rs.500 million)

during last 7 years i.e. from

01.10.2010 till Proposal Due date

The work should be completed

substantially i.e. at-least 90% to be

substantiated by reference letter or

completion letter from the client

Page 35: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

35

3.3 Financial Evaluation of bid 3.3.1 The bidders who will obtain minimum 70 marks in the Technical Evaluation, will

be called as “Technically Qualified”. The financial bids of the bidders who do

not qualify in Technical Evaluation shall be returned unopened.

3.3.2 Opening and evaluation of Financial Proposal.:

Financial Proposal of responsive bidders “Technically Qualified”, who are found

acceptable on scrutiny of technical contents and satisfy the criteria for

evaluation, as specified in Clause-3.3.1 above of Proposal Document will be

opened in the presence of authorized representative of concerned bidders

along with letter of authorisation. Not more than two representatives per bidder

shall be permitted to remain present for bid opening. The date and venue of

opening of financial proposal will be conveyed to qualified bidders.

3.3.3 The financial proposals will be evaluated and awarded financial score (Pf) as

per below mentioned formula. Financial proposal with any counter conditions or

ambiguous remarks shall be rejected

Pf = 100 X Financial Proposal of Lowest bidder________

Financial Proposal of the bidder under consideration

3.4 Selection and ranking of bidders :

QCBS procedure shall be adopted with 70% weightage to Technical and 30%

weightage to the Financial bid quoted as per the Formula given below.

Composite Score (S) = ( Pe X 0.7 ) + (Pf X 0.3)

Where Pe = Total Technical Score obtained under Clause No.3.2.4

Pf = Total Technical Score obtained under Clause No.3.3.3

3.4.1 Bidders will be ranked based on Composite Score (S), the highest scorer will

be awarded 1st rank. Two more bidders having next ranking scores shall be

kept in waiting.

3.4.2 In case two bidders get equal Composite Score, the bidder offering the lowest

Financial quote shall be selected.

3.5 The work will be awarded to 1st rank bidder under normal circumstances.

3.6 Award of the Consultancy

Page 36: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

36

3.6.1 Prior to the expiration period of proposal validity/ extended validity, the MbPT

will notify the successful bidder evaluated as per clause no.3.4 above, in writing

by email/ registered letter, or facsimile. The party selected for award of

assignment shall be issued a Letter of Award by MbPT. This letter along with

written acknowledgement of the successful party shall constitute contract

between the party/ies with Employer, till signing of formal agreement.

3.6.2 The Key personnel as mentioned in the RFP shall not be replaced during

assignment.

3.6.3 MbPT will examine the CVs of all other Professional Personnel and those key

personnel not found suitable shall be replaced by the Bidder to the satisfaction

of MbPT.

3.6.4 MbPT will examine the credentials of all Sub-Consultants if proposed for this

Consultancy and those not found suitable shall have to be replaced by the

bidder to the satisfaction of the MbPT.

3.6.5 Within 21 days of date of issue of Letter of Award, the successful party shall

furnish a performance security for satisfactory completion of the Assignment, in

the form of a Bank Guarantee as prescribed in APPENDIX- III and

simultaneously sign formal agreement of Proposal Document with such

modifications as may be necessary and the correspondence exchanged up to

and including the stage of award of the contract and the letter of acceptance.

All costs, charges and expenses including the stamp duty incurred in

connection with this Contract for preparation and completion of Agreement will

be borne by the MbPT. Until such Contract Agreement is executed the

acceptance of the bid/ tender in terms of the Contract as defined shall be

binding upon the parties and shall be the Contract. The Consultant's bills will

not be passed for payment until the Contract Agreement is executed.

3.6.6 Failure of the Successful Bidder to comply with the requirement shall constitute

sufficient grounds for the annulment / withdrawal of the LOA. In such an event,

MbPT reserves the right to :

Either invite the next best Bidder for negotiations; or

Take any such measures as may be deemed fit in the sole discretion of

MbPT, including annulment of the Selection process.

3.6.7 The consultant shall be required to mobilise manpower and other logistic

support and technical support, within 15 days from the date of signing the

agreement which will be treated as date of commencement of services.

3.6.8 Contacts during Proposal Evaluation –

Page 37: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

37

Proposals shall be deemed to be under consideration immediately after they are

opened and until such time the MbPT makes official intimation of award/

rejection to the Bidders. While the Proposals are under consideration, Bidders

and/ or their representatives or other interested parties are advised to refrain

from contacting by any means, MbPT and/ or their employees/ representatives

on matters related to the Proposals under consideration.

3.3 Performance Security:

Within 21 days of issue of letter of award from the Employer, the successful

firm shall furnish to the Employer a Performance Security in the form of a Bank

Guarantee of a scheduled / nationalized bank or any reputed foreign bank from

its Mumbai branch for an amount equivalent to 10% of the award cost. Failure

of the successful party to lodge the required bank guarantee shall constitute

sufficient grounds for the termination of contract. The performance security

shall remain in force until six months from the date of issue of completion

certificate of this assignment and will be discharged thereafter. The obtaining

of such guarantee (and the cost of guarantee), shall be at the expense of the

firm.

3.4 Extension of validity of proposal:

If it becomes necessary, MbPT may request the parties, in writing, to extend

validity of proposals.

3.5 MISCELLANEOUS

3.5.1 The Selection Process shall be governed by, and construed in accordance

with, the laws of India and the Courts at Mumbai shall have exclusive

jurisdiction over all disputes arising under, pursuant to and/ or in connection

with the Selection Process.

3.5.2 MbPT, in its sole discretion and without incurring any obligation or liability,

reserves the right, at any time, to;

(a) Suspend and/ or cancel the Selection Process and/ or amend and/ or

supplement the Selection 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 MbPT by, on behalf

of, and/ or in relation to any Proposal; 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.

3.5.3 It shall be deemed that by submitting the Proposal, the Bidder agrees and

releases MbPT, its employees, agents and advisers, irrevocably,

Page 38: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

38

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 herewith and waives any and all rights

and/ or claims it may have in this respect, whether actual or contingent, whether

present or future.

3.6 Confidentiality

Information relating to the examination, clarification, evaluation and

recommendation for the Proposals shall not be disclosed to any person who

is not officially concerned with the process or is not a retained professional

advisor advising MbPT in relation to or matters arising out of, or concerning

the Selection Process. MbPT will treat all information, submitted as part of the

Proposal, in confidence and will require all those who have access to such

material to treat the same in confidence. MbPT 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 MbPT.

---------------------

Page 39: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 39

MUMBAI PORT TRUST

CIVIL ENGINEERING DEPARTMENT

Tender No.E.96/2017

Section 4

GENERAL CONDITIONS OF CONTRACT

Page 40: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 40

Section 4

GENERAL CONDITIONS OF CONTRACT

4.1 General Provisions

4.1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in

this Contract shall have the following meanings:

(a) "Employer" means The Board of Trustees of the Port of Mumbai, a body

incorporated under the Major Port Trust Act,1963, acting through its

Chairman, Deputy Chairman or the Chief Engineer or any other officers so

nominated by the Board.

(b) "Applicable Law" means the laws and any other instruments having the

force of law in India, as they may be issued and in force from time to time;

(c) "Contract" means the Contract signed by the Parties, to which these

General Conditions of Contract are attached, together with all the

documents listed in letter of award;

(d) “Consultant / Bidder” means any entity or person that may provide or

provides the Services to the Employer under the Contract.

(e) "Effective Date" means the date on which this Contract comes into force

and effect pursuant to Clause General Condition 4.2.1;

(f) "Foreign Currency" means currency in US Dollars or the currency of the

home country of Consultant;

(g) "GC" means these General Conditions of Contract;

(h) "Government" means the Government of India;

(i) "Local Currency" means Indian Rupees;

(j) "Member", in case the Consultants consists of a joint venture of more than

one entity, means any of these entities, and "Members" means all of these

entities;

(k) "Personnel " means persons hired by the Consultants or by any Sub-

consultant as employees and assigned to the performance of the Services

or any part thereof; "Foreign Personnel" means such persons who at the

Page 41: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 41

time of being so hired had their domicile outside India; "Local Personnel"

means such persons who at the time of being so hired had their domicile

inside India.

(l) "Party" means the Employer or the Consultants, as the case may be, and

Parties means both of them;

(m) Proposal means the Technical Proposal and the Financial Proposal

(n) "Services" means the work to be performed by the Consultants pursuant

to this Contract for the purposes of the Project, as described in

APPENDIX- I hereto;

(o) "Sub-consultant" means any entity to which the Consultants subcontract

any part or the Services in accordance with the Form 12;

(p) Terms of Reference “means the document included in this Proposal

Document at Appendix I which explains the objectives, scope of work,

activities, tasks to be performed, respective responsibilities of the

Employer and the Consultant, and expected results and deliverables of

the Assignment / Job.

(q) "Third Party" means any person or entity other than the Government, the

Employer, the Consultants or a Sub-consultant.

(r) "Approved / approval" means the approval in writing.

4.1.2 Relations between the Parties

Nothing contained herein shall be construed as establishing a relation of

master and servant or of agent and principal as between the Employer and the

Consultants. The Consultants, subject to this contract, have complete charge

of Personnel performing the Services and shall be fully responsible for the

services performed by them or on their behalf hereunder.

4.1.3 Law Governing the Contract

This Contract, its meaning and interpretation, and the relation between the

Parties shall be governed by the Applicable Law in India.

4.1.4 Language

This Contract shall be executed in the English language, which shall be binding

and controlling language for all matters relating to the meaning or interpretation

of this contract.

Page 42: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 42

4.1.5. Headings

The headings shall not limit, alter or affect the meaning of this Contract.

4.1.6 Notices

Any notice, request or consent required or permitted to be given or made

pursuant to this Contract shall be in writing. Any such notice, request or

consent shall be deemed to have been given or made when delivered in person

to an authorised representative of the party to whom the communication is

addressed, or when sent by registered mail, telex, telegram or facsimile to such

Party at the address given in the proposal document for issue of proposal

document.

4.1.7 Location

The Services shall be performed at such locations are specified in

APPENDIX-I hereto and, where the location of a particular task is not so

specified, at such locations, whether in India or elsewhere, as the Employer

may approve.

4.1.8 Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, the

members hereby authorize the Member in Charge selected by the consortium

members as stipulated in Joint Venture agreement submitted along with the

bid, to act on their behalf in exercising all the Consultant's rights and

obligations towards the Employer under this Contract, including without

limitation the receiving of instructions and payments from the Employer.

4.1.9 Authorized Representatives

Any action required or permitted to be taken, and any document required or

permitted to be executed, under this Contract by the Employer or the

Consultants may be taken or executed by the authorized representative

specified in bid document.

All the correspondence and submittals shall be addressed to,

The Chief Engineer,

Civil Engineering Department

Mumbai Port Trust

3rd floor, Port Bhavan,

Ballard Estate Mumbai 400 001.

Tel. No. 022 66564031

Fax No. 022 22616804

E mail : [email protected]

or his representative thereof.

Page 43: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 43

4.1.10 Taxes and Duties

Taxes and Duties payable by the consultants shall be as per Clause 2.21.8 of Instructions to Bidders.

4.2 Commencement, Completion, Modification and Termination of Contract.

4.2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date of the receipt of

Employer's letter of award by the consultants. This notice shall constitute

agreement between Employer and the consultant till formal agreement has

been signed.

4.2.2 Commencement of Services

The consultants shall commence the Services as soon as possible but later

than15 days from the date of letter of award issued by the Employer.

4.2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause General Condition 4.10 hereof,

this Contract shall expire when services have been completed and confirmed

by the Employer by issuing completion certificate.

4.2.4 Amendment to Agreement

Modification of the terms and conditions of this Contract, including any

modification of the scope of the Services, may only be made by written

agreement between the Parties.

4.3 Force Majeure

4.3.1 Definition

(a) For the purposes of this Contract, "Force Majeure" means an event which is

beyond the reasonable control of a Party, and which makes a Party's

performance of its obligations hereunder impossible or so impractical as

reasonably to be considered impossible in the circumstances, and includes,

but is not limited to, war, riots, civil disorder, earthquake, fire explosion,

storm, flood or other adverse weather conditions, strikes, lockouts or other

industrial action (except where such strikes, lockouts or other industrial

action are within the power of the Party invoking Force Majeure to prevent),

confiscation or any other action by government agencies.

Page 44: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 44

(b) Force Majeure shall not include (i) any event which is caused by the

negligence or intentional action of a Party or such Party's sub-consultants or

agents or employees, nor (ii) any event which a diligent Party could

reasonably have been expected to both (A) take into account at the time of

the conclusion of this Contract and (B) avoid or overcome in the carrying out

of its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any

payment required hereunder.

4.4 No Breach of Contract

The failure of a Party to fulfill any of its obligations hereunder shall not be

considered to be a breach of, or default under, this Contract insofar as such

inability arises from any event of Force Majeure, provided that the Party

affected by such an event has taken all reasonable precautions, due care and

reasonable alternative measures, all with the objective of carrying out the terms

and conditions of this Contract.

4.5 Measures to be taken

(a) A Party affected by an event of Force Majeure shall take all reasonable

measures to remove a such Party's inability to fulfill its obligations

hereunder with a minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the other Party of

such event as soon as possible, and in any event not later than fourteen

(14) days following the occurrence of such event, providing evidence of the

nature and cause of such event, and shall similarly give notice of the

restoration of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the

consequences of any event of Force Majeure.

4.6 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any

action or task, shall be extended for a period equal to the time during which

such Party was unable to perform such action as a result of Force Majeure.

4.7 Payments

During the period of their inability to perform the Services as a result of an

event of Force Majeure, the Consultants shall be entitled to be reimbursed for

additional costs reasonably and necessarily incurred by them during such

period for the purposes of the Services and in reactivating the Services after

the end of such period.

Page 45: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 45

4.8 Consultation Not later than thirty (30) days after the Consultants, as the result of an event of

Force Majeure, have become unable to perform a material portion of the

Services, the Parties shall consult with each other with a view to agreeing on

appropriate measures to be taken in the circumstances.

4.9 Suspension The Employer may, by written notice of suspension to the Consultants,

suspend all payments to the Consultants hereunder if the Consultants fail to

perform any of their obligations under this Contract, including carrying out of

the Services, provided that such notice of suspension (i) shall specify the

nature of the failure, and (ii) shall request the Consultants to remedy such

failure within a period not exceeding thirty (30) days after receipt by the

Consultants of such notice of suspension.

4.10 Termination

4.10.1 By the Employer

The Employer may, by not less than thirty (30) days written notice of

termination to the Consultants for the occurrence of any of the events specified

hereunder, terminate this Contract.

(a) If the Consultants fail to remedy a failure in the performance of their

obligations hereunder, as specified in a notice of suspension pursuant to

Clause General Condition 4.9 hereinabove, within thirty (30) days of receipt

of such notice of suspension or within such further period as the Employer

may have subsequently approved in writing:

(b) If the Consultants become (or, if the Consultants consist of more than one

entity, if any of their Members becomes) insolvent or bankrupt or enter into

any agreements with their creditors for relief of debt or take advantage of

any law for the benefit of debtors or go into liquidation or receivership

whether compulsory or voluntary;

(c) if the Consultants fail to comply with any final decision reached as a result

of arbitration proceedings pursuant to Clause 4.29 General Condition

hereof;

(d) If the Consultants submit to the Employer a statement which has a material

effect on the rights, obligations or interests of the Employer and which the

Consultants know to be false.

Page 46: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 46

(e) if, as a result of Force Majeure, the Consultants are unable to perform a

material portion of the Services for a period of not less than sixty (60) days;

or

(f) If the Employer, in its sole discretion and for any reason whatsoever,

decides to terminate this contract.

(g) If the Consultant, in the judgment of the Employer has engaged in corrupt or

fraudulent practices in competing for or in executing the contract.

For the purpose of this clause:

"Corrupt practice" means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the selection process or in

contract execution.

"Fraudulent practice" means a misrepresentation of facts in order to influence a

selection process or the execution of a Contract to the detriment of the

employer, and includes collusive practice among Consultants (prior to or after

submission of proposals) designed to establish prices at artificial non-

competitive levels and to deprive the employer of the benefits of free and open

competition.

4.10.2 By the Consultants

The Consultants may, by not less than thirty (30) days' written notice to the

Employer, such notice to be given after the occurrence of any of the events

specified hereunder, terminate this Contract;

(a) If the Employer fails to pay any money due to the Consultants pursuant to

this Contract other than the amount in dispute pursuant to Clause 4.28

hereof within forty-five (45) days after receiving written notice from the

Consultants that such payment is overdue;

(b) If the Employer is in material breach of its obligations pursuant to this

Contract and has not remedied the same within forty-five (45) days (or such

longer period as the Consultants may have subsequently approved in

writing) following the receipt by the Employer of the Consultants notice

specifying such breach;

(c) If, as the result of Force Majeure, the Consultants are unable to perform a

material portion of the Services for a period of not less than sixty (60) days;

or

(d) If the Employer fails to comply with any final decision reached as a result of

arbitration pursuant to Clause General Condition 4.28 hereof.

Page 47: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 47

4.11 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clause 4.10 of General Condition

hereof, or upon expiration of this Contract pursuant to Clause 4.6 of General

Condition hereof, all rights and obligations of the Parties hereunder shall cease,

except;

i) such rights and obligations as may have accrued on the date of termination

or expiration;

ii) the obligation of confidentiality set forth in Clause 4.17 of General Condition

hereof;

iii) any right which a Party may have under the Applicable Law.

4.12 Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant

to Clauses 4.10 of General Condition hereof, the Consultants shall,

immediately upon dispatch or receipt of such notice, take all necessary steps to

bring the Services to a close in a prompt and orderly manner and shall make

every reasonable effort to keep expenditures for this purpose to a minimum.

With respect to documents prepared by the Consultants and equipment and

materials furnished by the Employer, the Consultants shall proceed as

provided, respectively, by Clause 4.21 and 4.22 of General Condition hereof.

4.13 Payment upon Termination

Upon termination of this Contract pursuant to Clauses of 4.10 of General

Condition or Clause 4.11 of General Condition hereof, the Employer shall make

the payments to the Consultants pursuant to Clause 4.7 of General Condition

hereof for Services satisfactorily performed prior to the effective date of

termination; after offsetting against these payments any amount that may be

due from the Consultant:

4.14 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (g)

of Clause 4.10.1 of General Condition or in Clause 4.10.2 hereof has occurred,

such Party may, within forty-five (45) days after receipt of notice of termination

from the other Party, refer the matter to arbitration pursuant to Clause 4.7 of

General Condition hereof, and this Contract shall not be terminated on account

of such event except in accordance with the terms of any resulting arbitral

award.

Page 48: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 48

4.15 Obligations of the Consultants

4.15.1 General

4.15.1.1 Standard of Performance

The Consultants shall perform the Services and carry out their obligations

hereunder with all due diligence, efficiency and economy, in accordance with

generally accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced technology

and safe and effective equipment, machinery, materials and methods. The

Consultants shall always act, in respect of any matter relating to this Contract

or to the Services, as faithful advisers to the Employer, and shall at all times

support and safeguard the Employer's legitimate interest in any dealings with

sub-consultants or Third Parties.

4.15.1.2 Law Governing Services

The Consultants shall perform the Services in accordance with the Applicable

Law and shall take all practicable steps to ensure that any sub-consultants, as

well as the Personnel and agents of the Consultants and any sub-consultants,

comply with the Applicable Law.

4.16 Conflict of Interests

4.16.1 Consultants not to Benefit from Commissions, Discounts etc.

The remuneration of the Consultants pursuant to Clause 4.7 of General

Condition hereof shall constitute the Consultants' sole remuneration in

connection with this Contract or the Services and, the Consultants shall not

accept for their own benefit any trade commission, discount or similar payment

in connection with activities pursuant to this Contract or to the Services or in the

discharge of their obligations hereunder, and the Consultants shall use their

best efforts to ensure that any sub-consultants, as well as the Personnel and

agents of either of them, similarly shall not receive any such additional

remuneration.

4.16.2 Consultants and Affiliates not to engage in certain Activities

The Consultants agree that, during the term of this Contract and after its

termination, the Consultants and any entity affiliated with the Consultants, as

well as any sub-consultant and any entity affiliated with such sub-consultant;

shall be disqualified from providing goods, works or services (other than the

Services and any continuation thereof) for any project resulting from or closely

related to the Services.

Page 49: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 49

4.16.3 Prohibition of Conflicting Activities:

Neither the Consultants nor their sub-consultants nor the Personnel of either

of them shall engage, either directly or indirectly, in any of the following

activities:

(a) during the term of this Contract, any business or professional activities in

India which would conflict with the activities assigned to them under this

Contract; or

(b) after the termination of this Contract, such other activities objectionable to

Employer.

4.17 Confidentiality

The Consultants, their sub-consultants and the Personnel of either of them

shall not, either during the term or after the expiration of this Contract, disclose

any proprietary or confidential information relating to the Project, the Services,

this Contract or the Employer's business or operations without the prior written

consent of the Employer.

4.18 Indemnifications

The Consultant shall indemnify, protect and defend at the consultant's own

expense, the Employer and its agents and employees from and against any

and all actions, claims, losses or damages arising out of any violation by the

consultant or in the course of the services of any legal provisions, or any rights

or third parties, in respect of literary property rights, copyrights, or patents.

4.19 Accounting, Inspection and Auditing

The Consultants shall follow standard accounting practices for maintaining their

accounts and shall permit the nominated or authorised representatives of

Employer to inspect the Consultant's account and records related to the

performance of the Consultant, if so required by the Employer.

4.20 Consultants’ Actions requiring Employer’s prior Approval

The Consultants shall obtain the Employer’s prior approval in writing before

taking any of the following actions:

(a) appointing such members of the Personnel which are not listed in

APPENDIX- II (“Consultants’ Key Personnel”);

(b) entering into a subcontract for the performance of any part of the Services,

it being understood (i) that the selection of the sub-consultant and the terms

Page 50: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 50

and conditions of the subcontract shall have been approved in writing by the

Employer prior to the execution of the subcontract, and (ii) that the

Consultants shall remain fully liable for the performance of the Services by

the sub-consultant and its Personnel pursuant to this Contract;

4.21. Documents Prepared by the Consultants to be the Property of Employer

All plans, drawings, specifications, designs, reports correspondence and other

documents prepared by the Consultants in performing the Services shall

become and remain the property of the Employer, and the Consultants shall,

not later than upon termination or expiration of this Contract, deliver all such

documents to the Employer, together with a detailed inventory thereof. The

Consultants shall not use these documents for purposes unrelated to this

Contract without the prior written approval of the Employer.

4.22 Equipment and Materials Furnished by the Employer

Equipment and materials made available to the Consultants by the Employer,

or purchased by the Consultants with funds provided by the Employer

separately, shall be the property of the Employer and shall be marked

accordingly. Upon termination or expiration of this Contract, the Consultants

shall make available to the Employer an inventory of such equipment and

materials and shall hand over such equipment and materials to the Employer.

4.23 Working Hours, Overtime, Leave, etc.

Working hours of key personnel shall normally be 10 hours a day and six days

a week. However, the consultant has to complete the job in prescribed time

frame and the Employer shall not make any payment for any overtime.

4.24 Removal and/or Replacement of Personnel

(a) Except as the Employer may otherwise agree, no changes shall be made in

the Key Personnel. If, for any reason beyond the reasonable control of the

Consultants, it becomes necessary to replace any of the Personnel, the

Consultants shall forthwith, subject to provision of Clause 4.20 of General

Conditions provide as a replacement a person of equivalent or better

qualifications.

(b) If the Employer (i) finds that any of the Personnel has committed serious

misconduct or has been charged with having committed a criminal action, or

(ii) has reasonable cause to be dissatisfied with the performance of any of

the Personnel, then the Consultants shall, at the Employer’s written request

specifying the grounds therefore, forthwith replace such a person with a

person of qualifications and experience acceptable to the Employer.

Page 51: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 51

(c) Any of the Personnel provided as a replacement under Clauses (a) and (b)

above, the rate of remuneration applicable to such person as well as any

reimbursable expenditures the Consultants may wish to claim as a result of

such replacement, shall be subject to the prior written approval by the

Employer. Except as the Employer may otherwise agree, (i) the Consultants

shall bear all additional travel and other costs arising out of or incidental to

any removal and/or replacement, and (ii) the remuneration to be paid for

any of the Personnel provided as a replacement shall not exceed the

remuneration which would have been payable to the Personnel replaced.

4.25 Obligations of the Employer

4.25.1 Assistance and Exemptions

The Employer shall use its best efforts to ensure that the Government shall:

(a) provide the Consultants, Sub-consultants and Personnel with work permits

and such other documents as shall be necessary to enable the Consultants,

Sub-consultants or Personnel to perform the Services;

(b) assist for the Personnel and, if appropriate, their eligible dependents to be

provided promptly with all supporting papers for necessary entry and exit

visas, residence permits, exchange permits and any other documents

required for their stay in India;

(c) facilitate prompt clearance through customs of any property required for the

Services;

(d) issue to officials, agents and representatives of the Government all such

instructions as may be necessary or appropriate for the prompt and

effective implementation of the Services;

(e) assist the Consultants and the Personnel and any Sub-consultants

employed by the Consultants for the Services for any requirement to

register or obtain any permit to practice their profession or to establish

themselves either individually or as a corporate entity according to the

Applicable Law;

(f) provide to the Consultants, Sub-consultants and Personnel any such other

assistance as may be required from time to time.

4.25.2 Change in the Applicable Law

If, after the closing date of bid submission, there is any change in the

Applicable Law with respect to taxes and duties which increases or decreases

the cost or expenses incurred by the Consultants in performing the Services,

Page 52: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 52

then the payment to be made to consultants under this Contract shall be

increased or decreased accordingly and corresponding adjustments shall be

made to the quoted amounts specified in the accepted offer.

4.26 Payments to the Consultants

4.26.1 Cost Estimates:

The Employer shall pay the Consultant for normal Services in accordance with

the Conditions and with the details stated in APPENDIX-I and shall pay for

Additional Services if any ordered by the Employer in writing at rates and prices

which are given in or based on those in APPENDIX -I so far as they are

applicable but otherwise as agreed mutually.

4.26.2 Remuneration and Reimbursable Expenditures

It is understood that the total fees quoted by Consultants cover (A) such

salaries and allowances as the Consultants shall have agreed to pay to the

Personnel as well as factors for social charges and overhead, and (B) the cost

of back supporting staff not included in the Personnel listed in APPENDIX - I

and (C) the Consultants’ fee, (D) bonuses or other means of profit-sharing, if

any, and (E) all other expenditure involved in providing the services as per the

agreement which are not specifically stated herein above.

4.26.3 Currencies of Payment

(a) All payments by the Employer under this contract will be made only in

Indian Rupees. If any overseas bidder wants to transfer to his country a

portion i e; as permitted by Reserve Bank of India time to time, the contract

price he wants to repatriate, the Employer will give such assistance as a

certificate or a letter to Reserve Bank of India as will help the consultant to

convert that part of Indian Rupees into foreign exchange. It is for the bidder

to obtain requisite clearances from all the concerned authorities in India for

repatriation.

(b) The transfer may be done from time to time; but every time, the certificate

by the Employer will be for the actual amount payable by the Employer as

per the terms of the contract - up to the stage of payment multiplied by the

maximum permitted limit or requirement of consultant whichever is less.

4.26.4 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made in stages as per

APPENDIX I: -

Page 53: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 53

(a) The Consultants shall submit to the Employer, in duplicate, itemized

statements and other appropriate supporting materials, of the amounts

payable as per APPENDIX I.

(b) The payment for the interim running account bills (R.A. Bill) shall be made

to the Consultant within 15 days of date of certification of the bill by the

Employer. For the final bill, the payment shall be made within 45 days of

the day of certification of the bill by the Employer provided that there should

not be any disputed item. If bills are in order and there are no disputed

items, the bills shall be certified by the Employer within 15 working days of

the receipt of the bill by the Employer. In case Employer feels the submitted

bill is not in line with the agreement, the same shall be returned to

consultants promptly within 15 days to resubmit the bill in acceptable form

or withdraw the bill if it is disputed or beyond the scope of agreement. Only

such portion of a monthly statement that is not satisfactorily supported may

be withheld from payment. Should any discrepancy be found to exist

between actual payment and costs authorized to be incurred by the

Consultants, the Employer may add or subtract the difference from any

subsequent payments.

(c) In the event the consultant has substantially fulfilled the requirement of the

submissions of a stage mentioned in the time and payment schedule of

Appendix I, the MbPT may consider the part payment of the particular

stage. The decision of MbPT shall be final in this regard.

(d) The final payment under this Clause shall be made only after the final report

and a final statement, identified as such, shall have been submitted by the

Consultants and approved as satisfactory by the Employer. The Services

shall be deemed completed and finally accepted by the Employer and the

final report and final statement shall be deemed approved by the Employer

as satisfactory forty five (45) calendar days after receipt of the final report

and final statement by the Employer unless the Employer, within such forty

five (45) day period, gives written notice to the Consultants specifying in

detail deficiencies in the Services, the final report or final statement. The

Consultants shall thereupon promptly make any necessary corrections, and

upon completion of such corrections, the foregoing process shall be

repeated. Any amount which the Employer has paid or caused to be paid in

accordance with this Clause in excess of the amounts actually payable in

accordance with the provisions of this Contract shall be reimbursed by the

Consultants to the Employer within thirty (30) days after receipt by the

Consultants of notice thereof.

(e) Any such claim by the Employer for reimbursement must be made within

twelve (12) calendar months after receipt by the Employer of a final report

Page 54: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 54

and a final statement approved by the Employer in accordance with the

above.

4.26.5 Penalty :

The Consultant shall be levied a Penalty of at the rate of 1% per week or part

thereof of delay subject to a maximum of 5% of the stage payment as per

Payment & Time Schedule mentioned in Appendix-I in case the consultant fails

to submit the Deliverables within the stipulated period as per Payment & Time

Schedule mentioned in Appendix-I unless the extended period is approved by

the MbPT and

4.27 Fairness and Good Faith

4.27.1 Good Faith

The Parties undertake to act in good faith with respect to each other’s right

under this Contract and to adopt all reasonable measures to ensure the

realization of the objectives of this Contract.

4.28 Settlement of Disputes

4.28.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out

of or in connection with this Contract or the interpretation thereof.

4.28.2 Dispute Settlement

4.28.2.1 If the parties cannot resolve any such dispute then disputes shall be

referred to the arbitration. If any dispute or difference of any kind whatsoever,

concerning suitability or otherwise of the personnel employed by the consultant,

the quality of services performed by the consultant, compliance with the

procedure of the Employer. in respect of which the Employer's decision shall be

final and binding on consultant. If any dispute or differences arise other than

specified above, in connection with or arising out of the Contract Agreement or

its construction or the carrying out of the Services (whether during the progress

of the works or after their completion and whether before or after the

determination, abandonment, breach of the Contract Agreement), it shall be

referred to the Arbitration as per the provisions of the Arbitration and

Conciliation Act 1996 & amendments, if any. The venue of Arbitration

proceedings shall be Mumbai, India. The fees of the Arbitrators shall be borne

by each party equally.

4.28.2.2 In case of any dispute or difference referred to above, the Consultant

shall not stop the work but shall proceed with the work with due diligence and

Page 55: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 55

until the receipt of the award in the dispute, decision of the Employer on all

such matters shall be binding on the Consultant.

4.28.2.3 In case of any legal dispute between Mumbai Port Trust and the

Consultant, the courts at Mumbai only will have the jurisdiction to hear and

settle the dispute.

4.28.2.4 While invoking arbitration the consultant shall give a list of disputes with

amounts in respect of each dispute along with the notice for appointment of

Arbitrator.

4.29 If the Consultant does not make any demand for appointment of Arbitrator in

respect of any claims in writing as aforesaid before certification of final stage

payment by the Employer, the claim of Consultant shall be deemed to have

been waived and absolutely barred and the Employer shall be discharged and

absolved of all liabilities under the contract.

********

Page 56: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 56

MUMBAI PORT TRUST CIVIL ENGINEERING DEPARTMENT

Tender No.E.96/2017

Section 5

APPENDICES

Page 57: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 57

Section 5 (Appendices)

Appendix-I

TERMS OF REFERENCE (TOR)

Appointment of Consultant for Preparation of Detail Project Report for Marina

at MbPT, Mumbai

1. Broad scope of services :

1.1 Detailed Project Report : - Covering Technical Feasibility and Financial Viability

with financial implementation structuring of entire project

1) Evaluation of site – “Princess Dock” identified by MbPT for Marina. The

consultant shall evaluate the site proposed for Technical Feasibility and

Financial Viability. The consultant shall also examine the feasibility from

statutory regulations including the development control regulations,

Environment and CRZ regulations. The report shall include broad cost of all

the components of the project.

2) Conceptual planning for marina and its ancillary facilities.

3) Comprehensive layout plan for Marina and its ancillary facilities with

probable built up areas for each component and its layout,

4) Design for Marina not limited to its berthing facilities, walkways, mooring,

floating components, etc. required for parking / movement of yachts and

such other ancillary facilities required for operation of marina.

5) Preparation of Detail Project Report (DPR) covering all the above aspects

with technical and financial feasibility along with the financial structuring of

project with various alternatives models for implementation of various

components of the project, to enable encourage public participation, and

develop various packages that can be offered on PPP mode basis or

otherwise. The DPR should provide the business plan, IRR, Potential

Investors and strategy for selection of the Concessioner.

6) The operation and maintenance strategy for the marina and its

implementation strategy.

1.2 Obtaining statutory NOC / clearance for Marina and its ancillary facilities from

MOEF and MCZMA/NCZMA

1) Appointing sub-consultant from the empanel panel of MOEF or as per the

requirement of MOEF for carrying out EIA study and obtaining the CRZ

clearance as well as Environmental Clearance.

2) Preparation of all the drawings required for obtaining approval of layout from

planning authority and assist in obtaining approval from planning authority

for marina and its ancillary facilities.

Page 58: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 58

3) NOC from Indian Navy, if any

4) Obtaining all statutory clearance for marina and its ancillary facilities.

2. Detail scope: - The detail scope shall be exhaustive and shall not be limited to

the particulars provided herein below

2.1 Stage – I: Inception report

The consultant shall submit an inception report incorporating

understanding of Project, Approach & Methodology, sub consultants,

detail time and activity schedule, after detailed discussion and site visits

with MbPT.

The details of the total team working on the project shall be provided.

Identify the support required from MbPT.

The consultant shall evaluate site identified by MbPT for Marina. The

parameters shall be, but not limited to adequacy of land, depth of water,

water current, tides, wave height, accessibility, potential users etc. and

submit the preliminary feasibility in the Inception Report. Presentation to

MbPT.

Deliverables: Three hard copies and One soft copy of Inception Report.

2.2 Stage-II:

A. Study of existing situation with reference to the identified site for Marina:

Study of all relevant reports generated by or for MbPT for incorporation of

design

Assessment and projection of market demand for different modes of traffic

including yachts.

Study of topography, soil data, existing levels, required piling depths etc.

for development of marina.

Study of hydrology and tidal movement in the area for the last 10 years

and arriving at the projections and its effect on the development of

Marina.

The parameters shall be, but not limited to adequacy of land, depth of

water, water current, tides, wave height, accessibility, aesthetics etc.

Assessment of traffic demand and evacuation of traffic to and from

Marina.

Study of Coastal Regulation Zone as per sanctioned and draft CZMP

(Coastal Zone Management Plan), and its effect on the project and

permissible activities thereof. All other environmental regulations shall

also be studied.

Study of climatic data, wind direction, Rain fall, temperature, sun

direction etc. and its implication on planning.

Study of Marine Infrastructure required for the Marina, including latest

technology, typology of boats / yachts which will be using the Marina

facility.

Page 59: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 59

Study of any other details as required.

Prepare a detailed design brief with projections for berthing capacity for

Marina and ancillary facilities and operation and maintenance strategy.

Prepare a detailed report of the above study and a vision document

along with design brief for the project.

Preparation of base map giving all existing situation, levels, revenue

data etc.

Assessment of all ancillary / supporting facilities required for Marina

(fueling stations, parking, storage, rest rooms, etc).

Details about standard rules and regulations for designing of Marina

Listing of competent Authorities who regulate the planning and operation

of Marinas, identifying approvals required for the same.

Study 3 successful Marina projects similar to MbPT Marina, out of these,

at least one project to be from outside India.

Presentation to the MbPT.

B. Establishing basic technical and operational feasibility of marina:-

Estimating the traffic of yachts,

Establishing basic design criteria for approach channel, berth design,

walkways, floating and fixed structures, shoreline structures, considering

sizes of yachts.

Study of simultaneous sailing of yacht and cargo vessels in and around

marina as well as during approach and evacuation on water side.

Flow pattern of movement of yacht and cargo vessel in Mumbai harbor

upon establishment of marina.

Establish the basic technical and operational feasibility of marina from

the data collected under this stage

Establishing the strength, stability and durability of existing quay wall of

basin (princess dock) where marina is proposed.

Deliverables:

Three hard copies of presentation, report and plans including Base maps at

desired scale in AUTOCAD /PDF format along with soft copies.

2.3 Stage – III: Conceptual plan for Marina and its ancillary facilities

A. Preparation of draft proposal for the Conceptual plan:

Draft plan for Marina showing walkways, finger floats, floating pontoons,

etc., along with the ancillary activities such as administrations, lounges,

cafeteria, parking, fueling, repairing, and all other components of Marina

including GAD etc. considering the sizes of yachts expected use said

marina during its lifetime

A comprehensive mobility plan within marina and its ancillary facilities and

Page 60: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 60

integrating the same with adjoining existing and proposed facilities in that

area.

The concept plan should indicate the block costs with broad break up.

Phasing of marina and its ancillary facilities and implementation

strategy for the same. The first phase shall accommodate 70-80

yachts.

Integration of whole project with Mumbai city considering all aspects.

Presentation to MbPT and get the in-principle approval.

Deliverables:

Three hard copies of presentation, Report, and Drawings with a

desired scale, 3D views, walkthrough and soft copy.

List of the Drawings but not limited to

i. Location plan

ii. Thematic Landscape proposals

iii. Base map with Topography and Existing Development around

Marina

iv. Comprehensive mobility plan for Marina and its ancillary facilities,

and Circulation Plan

v. Infrastructure and Utility Plans for water supply, sewerage, sol id

waste disposal, telecommunication, electricity, fire-fighting, fueling,

security and road network.

vi. Signage and Hoarding Plan

vii. 3D views of the Project area from different angles

viii. 3D walkthrough

ix. PPT.

x. Any additional Drawing to explain the project.

B. Preparation of Final Concept Plan:

The concept plan shall be finalized after discussion with MbPT with due

diligence to all statutory requirements of local authorities, State and Central

Government and statutory bodies.

Presentation to all stake holders and upon concurrence from all concerned

finalize the concept plan in consultation with MbPT.

Deliverables:

Three hard copies of presentation, Report, and all relevant Drawings as per

the List of Drawings to be delivered as indicated in stage III a with a desired

scale and soft copies of the above.

Page 61: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 61

2.4 Stage – IV: Detailed Planning and Architectural Design for Marina and ancillary facilities.

The design of marina is classified into following parts:

Formation of new Basin by Removal of earth from the filled up basin

and construction of earth/water retaining structure/s besides the

checking with broad features as well as estimate.

Marina floating structure

Marina onshore facilities.

a) Formation of Basin –

The proposed location of Marina was basin popularly known as Princess

Dock. Subsequently, the same was filled up for creating container yard.

It is now proposed to re-excavate / dredge the said dock partially and

create water body for marina.

It will require construction of new retaining wall at the interface of earth /

water for formation of basin.

The existing quay wall of basin that are framing part of marina and its

ancillary facilities shall be checked for its strength, stability and

durability.

b) Marina Floating structure

i ) The design of layout for marina floating structure to include berthing

facilities for the boats of different sizes as per statutory rules and

regulations.

ii ) The floating structure may be held and retained reliably on the waters by

the help of guide piles. The floating structure may be connected to the

shore or land by a ramp connected to the walkway bridge from the

marina main entry.

iii ) The complete floating structure to be fully illuminated and adequate

security measures provided for the safety of the floating structure.

iv ) Guide piles : The guide piles must be provided at appropriate places and

in sufficient numbers to retain the floating structure in place at all design

loading conditions and circumstances.

v ) Main walkway, Finger floats, Floating Pontoons, etc. may be designed to

accommodate different sizes of vessels.

Page 62: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 62

Vi The princes dock is presently filled up and may require excavation as per

the design. It is necessary to examine the structural stability of the Dock

wall.

Note: The above are general guidelines and the consultant is free to

suggest alternative/most appropriate design, technology for the Marina.

c) Marina onshore facilities

Minimum Marina onshore facilities expected from developer:

1 Reception 13 Administration

2 Lounge 14 Lockers

3 Restroom facilities 15 Laundry

4 Wireless internet access 16 Vehicle parking

5 Boat inventory / accessories / sales / spares outlets

17 Sheltered boat storage

6 Dry storage 18 Boat launch facility

7 Shore fueling 19 Boat fueling dock

8 Fuel tanks 20 Boat repair facility

9 Water treatment plan 21 Waste management

10 Waste oil recycling 22 Battery recharge facility

11 Marina entry 23 Walkway bridge

12 Ramp 24 Ticketing Counter

Note : The above list is indicative. The consultant need to arrive the requirement as

per standards and norms for Marina Operation in consultation with Mumbai Port

Note - The design does not include detail structural and working drawings.

Deliverables:

Three sets of all the drawings required to explain the design and systems,

Construction. How

2.5 Stage V : Detail Project Report covering technical feasibility, financial

feasibility various implementation models for various project components, statutory approvals, etc.

(a) The DPR should cover comprehensively services rendered under the

above stages covering all the technical aspects and architectural

drawings for the same with broad costing of all components.

(b) Financial structuring with implementation model for all components of

the project.

(c) Identification of prospective concessioners, Business plan of the

Project, IRR, detailed differential models for development etc..

(d) Identification of components to be developed by MBPT and by private

developers.

Page 63: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 63

(e) Listing of all stakeholders,

(f) Listing statutory approvals / NOC’s required and the brief procedure to

obtain the same.

(g) The report should enable MbPT to take administrative decision in

respect of technical and financial feasibility.

(h) Requirement of EIA study for obtaining Environment & CRZ clearance

for the project.

Deliverable – soft copy of DPR and 10 hard bound copies of DPR with all

drawings, literature, calculations etc and soft copy of drawings in CD.

2.6 Stage VI – Obtaining statutory NOC / clearance for Marina and its ancillary facilities from MOEF, MCZMA/NCZMA and any other authority required for environment and CRZ clearance.

1) Appointing sub-consultant from the empanel panel of MOEF or as per the

requirement of MOEF for carrying out EIA study and obtaining the CRZ

clearance as well as Environmental Clearance.

2) Preparation of submission drawings for approval from planning authority,

approval for marina and its ancillary facilities. Assist MbPT in obtaining the

approval from planning authority. Approval of building plans is not included in

the scope.

3) NOC from Indian Navy, if any

4) Preparing application with requisite documents for obtaining approval / NOC.

Discussions / presentation with all such authorities for presenting the case

anywhere in our country. Follow up with these authorities.

5) MbPT will provide any recommendatory letters if needed. It will sign the

application formally, if needed so.

6) MbPT will bear any statutory fees / processing fees for obtaining NOC /

clearance (to be paid to the statutory authorities)

7) Furnish clarification to query from, Ministry, TAMP or any other statutory

authority

8) Preparing material for the Board meeting for obtaining approvals at various

stages

9) Co-ordination and correspondence with concerned statutory State / Central

Government Organizations / persons

Page 64: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 64

3 Responsibility of MbPT:

MbPT shall provide the following information:

CAD Drawings of the existing area

The total Station Survey of the required area

Available information about the existing Infrastructure. The Consultant

will have to collect any missing information about the Infrastructure in

the Project area.

CRZ map

Plan of Mumbai Harbour and surroundings,

Available Geo-Technical Investigations in MbPT areas

Reports received from various committees who have worked towards

developing Marina.

Indicative bathymetric chart for entire harbour

MbPT shall provide available cadastral data.

4 Payment Schedule:

4.1 The total Consultancy fee shall be as mentioned table below. This shall be

inclusive of all out of pocket expenses to be incurred by the Consultant

towards rendering of all the services mentioned the Terms of Reference

and GCC including site visit, Travel, Documentation, communication,

Surveys mentioned in TOR, royalties, fee, payment to the personnel and

charges, but shall be excluding the GST.

4.2 Time & Stage Payment Schedule period

Sr.

No. Stages Timeline

Percentage (%) of

lump sum Fees

quoted

Kick Off T

1 Stage –I : Inception report T + 1 month

5%

2

Stage-II : Study of existing

situation with reference to the

identified site for Marina

T + 2 months 10%

3

Stage-III : Conceptual plan for

overall proposal (Marina and

ancillary facilities)

T + 3 months 15%

4 Stage-IV : Detailed Planning and

Architectural Design for Marina T + 4 months 15 %

5

Stage – V: Detail Project Report

covering technical feasibility,

financial feasibility various

implementation models for

T + 6 months

25 % (submission of

final DPR 15% &

balance upon

approval by MbPT

Page 65: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 65

project components, statutory

approvals, etc.

Board)

6 Stage VI : Obtaining all statutory

NOC / clearance for Marina and its

ancillary facilities

T + 12

months

25 %

a) CRZ and Environmental

Clearance

15% (payment break up linked with

progress will be mutually decided on

appointment of sub-consultant or

otherwise)

b) Remaining all other statutory

clearances / NOC

10 % (payment break up linked with

progress and will be mutually decided

based on nos. of clearances / NOC

requirement)

7 Project close out 5%

Note:

1) The Payment at each stage shall be released only after approval or sanction of the

Submittals. However, on request from consultant, MbPT may release 20% of the

payable fees for the concerned stage immediately after submission without waiting

for the approval or sanction provided the submission reasonably covers all aspect

of the concerned stage.

2) Total period of consultancy assignment shall be 12 months. Where “T” is the

commencement date of the assignment. The consultant is required to

provide the services beyond this period, if any of the services is not

completed within the time frame provided above.

5 Facilities to be provided by the consultant.

The Consultants shall make their own arrangements not limited to for

transport of their personnel as per need of assignment, all facilities,

equipment (engineering and office), transport, supplies, computer

hardware and peripherals, computer software, communication system

(telephone, fax, e-mail /Internet) and support staff which they consider

necessary to deliver the Services.

*********

Page 66: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex
Page 67: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

T 96 /2017 - RFP for Preparation of DPR for Marina Tourism Hub 67

Appendix-II

Appointment of Consultant for Preparation of Detail Project Report for Marina

at MbPT, Mumbai

Consultant’s Key Personnels

The Consultant’s team (the “Consultancy Team”) shall consist of the following key

personnel (the “Key Personnel”) who shall discharge their respective responsibilities

as specified below:

Sr.

No.

Key Personnel Responsibilities Qualification Criteria

1 Team Leader –

Civil Engineer

He shall be responsible for

the entire project including

Marina, and its ancillary

facilities.

Degree in Civil Engineering with

post-graduation in Harbour

Engineering; having 15 year

experience including experience

of one Marina and/or Seafront

development project.

2 Architect –

Urban Planner

He shall be responsible for

Planning of Marina, its

associated ancillary /

supporting structures

Degree in Architecture with Post

graduation in Urban Planning

having 10 year experience

including the experience of

designing one Marina and/or

Seafront development.

3 Financial expert He shall be responsible for

financial structuring including

implementation model

Chartered Accountant or MBA

(Finance) having 10 year

experience including experience

for one PPP or similar project

structuring.

4 Legal expert He shall be responsible for all

legal aspects concerning

projects

Post-graduation in Law having

10 year experience including

experience for providing legal

services to one PPP or similar

projects.

5 Infrastructure

Expert

He shall be responsible for

planning all sustainable civic

infrastructure components for

Marina as well as Tourism

hub

Degree in Civil Engineering with

10 year experience in one

Infrastructure works of Min 10 ha

6 Marine Expert /

Engineer

He shall be responsible

navigational aspects for

maneuvering of yachts,

movement of vessels vis-à-

vis tidal actions etc.

Degree in Civil Engineering

having about 7 year experience

in one Marine works and a

robust experience port

constructions / marina

constructions and similar

projects.

Page 68: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 68

Note :-

a) Besides above key persons, the bidder is also required to have Environmental

Engineer, Marine Engineer, Electrical Engineer, Mechanical Engineer,

Transportation Engineer and Real Estate Marketing Expert besides other

support staff.

b) All key Personnel proposed shall have good working knowledge of English

language

c) no Key Personnel should have attained the age of 75 (seventy five) years at

the time of submitting the proposal

d) Key Personnel would be available for the period indicated in the TOR

e) Substitution of sub-consultant for “Key Personnel” is not acceptable and may

lead to dis-qualification.

Page 69: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 69

APPENDIX III

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY

KNOW ALL BY THESE PRESENT that (The name of Bank) _________________________ a banking corporation carrying on banking business including Guarantees at Mumbai and other places and having its office at ___________________________ (hereinafter called 'The Bank' which expression shall unless excluded by or repugnant to the context or meaning thereof be deemed to include its successors and assigns); WHEREAS Board of Trustees of Mumbai Port Trust constituted under the Major Port Trusts Act, 1963 (hereinafter called 'The Board' which expression shall unless repugnant to the context of meaning thereof be deemed to include its successors and assigns) had invited proposals for Global tender No.CE.T.-96/2017 RFP for " Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai" (hereinafter called the "Assignment") as per conditions and Terms of Reference covered under the 'Proposal Document'. AND WHEREAS (Name of Consultant ______________________________________ (hereinafter called the 'Consultant') has offered to carry out the assignment as specified in Terms of Reference and Conditions included in the 'Proposal Document'. AND WHEREAS the Board has accepted the Proposal of M/s._____________________________________ (Name of Consultant) (vide its letter No. __________ dated _____________ day of _________ 200 . AND WHEREAS it is one of the conditions of the accepted proposal that the (Name of the Consultant) M/s.___________________________ should interalia furnish a guarantee of a Nationalised Bank/Schedule Bank having its branch in Mumbai for a sum of Rs. _________________ (Rupees _______________ only ) being 10% of the Award price as security for the due performance of terms and conditions subject to which the said 'Proposal' has been accepted by the Board. AND WHEREAS, the M/s. _____________________ __________________(Name of Consultant) have requested the Bank to give the said guarantee and the Bank has agreed to do so on the manner hereafter appearing. NOW THIS INDENTURE WITNESSETGH THAT the Bank doth hereby stand surety for the said sum of Rs. ________ (Rupees ________________ only). AND DOTH HEREBY GUARANTEE TO AND COVENANT WITH AND irrevocably undertake to pay the Board upon demand in writing whenever required by it from time to time so to do without referring to the (Consultants name) ___________ and without questioning the right of the Board to make such demand or the propriety or the legality of such demand such sum or sums not exceeding in the whole a sum of Rs.____________ (Rupees: ____________) as may become payable to the Board by the Consultant by virtue or arising out of the above mentioned 'Proposal' or by reason

Page 70: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 70

of any breach of non performance of the same or by the negligence or neglect or failure or omission to comply with any of the terms of the Assignment by M/s. __________________________(Name of Consultant) in respect of which the decision of the Board shall be final and legally binding and this indenture further witnesseth that the liability of the Bank shall not in any manner be released, relaxed or diminished by reason of any time or other latitude being given by the Board to M/s. ______________________________________________(Name of Consultant) with regard to the performance of the Assignment but this indenture shall remain in full force and effect until all the dues of the Board under or by virtue of the said Assignment have been fully paid and the M/s. ______________________________________________________(Name of Consultant) has/have duly fulfilled all his/their obligations under the Assignment and the terms and conditions of the Assignment has been fully complied with and that M/s.________________________ __________ _________________ (Name of Consultant) has executed the Assignment to the satisfaction of the Board. AND THIS INDENTURE FURTHER WITNESSETH that the Bank further agrees with the Board that the Board shall have the fullest liberty without the Bank's consent and without affecting in any manner its obligations hereunder to vary any of the terms and conditions of the said Assignment or to extend the time of performance by Board or from time to time or to postpone for any time or from time to time any of the powers exercisable by the Board against M/s._______________________________(Name of Consultant) and to bear or enforce any of the terms and conditions relating to the said Assignment and the Bank shall not be relieved from its liability by reasons of any such variation or extension being granted to the M/s. _________________________________________(Name of Consultant) or for any in forbearance indulgence by the Board to the M/s.___________________________________ (Name of Consultant) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving them. And the said Bank doth further covenant and declare that this Guarantee is irrevocable and shall remain in force upto and inclusive of the _____________ day of ____________, subject to the valid invocation of the guarantee by the beneficiary before the date of expiry if the contract is not executed in accordance with the terms and conditions thereof, the said Bank undertake to renew this Guarantee from year to year until 6 months after the date of completion certificate to be issued by the Board and the said Bank doth hereby further covenant and declare that if the said _______ do not obtain and furnish renewals of ____________ this Guarantee for a further period of one year to the Board not less than 30 days prior to the expiry of the period of this Bank Guarantee or renewal or renewals there of as to keep the same valid and subsisting till the date of completion certificate to be issued by the Board and for 3 months thereafter the entire amount of this Bank Guarantee in default of obtaining and furnishing the renewals of this Bank Guarantee in the manner and within the time aforesaid shall become forthwith due and payable to the Board. And the Bank further declares that notwithstanding anything to the contrary contained hereinabove the Bank's Liability under this Guarantee is restricted to Rs.____________________________ _________(Rupees_________________ ______ ______________________________) and unless a demand in writing under this Guarantee is made with the Bank within 6 months from the date of completion

Page 71: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 71

certificate to be issued by the Board all the rights of the Board under the guarantee shall be forfeited and the Bank shall be relieved and discharged from all liability. Notwithstanding anything to the contrary contained herein:- Our liability under this Bank Guarantee shall not exceed Rs.__________ (Rupees______________ _________________only). This bank guarantee shall be valid up to _____________and We are liable to pay the guarantee amount or any part therof under this Bank Guarantee only and only if you serve upon us a claim or demand on or before___________. SIGNED SEALED AND DELIVERED:

by the with named ___________

______________ through its

duly constituted Attorney/s

____________________ in the presence of.

Page 72: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 72

APPENDIX-IV

FORM OF AGREEMENT

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

DRAFT OF CONTRACT AGREEMENT

This Agreement made at Mumbai the ________________ day of ___________

20_ between THE BOARD OF TRUSTEES OF THE PORT OF MUMBAI

incorporated by Major Port Trust Act, 1963 as amended by Major Port Trust

(Amendment) Act 1974 (hereinafter called "the Board" which expression shall unless

excluded by or repugnant to the context or meaning thereof be deemed to include the

Board of Trustees of the Port of Mumbai its successors and assigns) of the ONE

PART and_______________________________ ________________ ______

____________________________________________________________________

_________________________________________ of _________ (mention city where

located) carrying on business in partnership in the firm name and style of

________________________________________________________ having

registered with the Income Tax Department of Government of India

No.__________/___________ No.____________ having their/ his office at

____________________________________________________________ _______

____________________________________________________________________

_________________________________________________________ the company

being registered under the Indian Companies Act, 1956 /__________________ and

having its registered office at ____________________________________

____________________________________________________________________

____________ (hereinafter called "the Consultant/s" which expression shall unless

excluded by or repugnant to the context or meaning thereof be deemed to include the

person named, his or her survivor or survivors of them, the heirs executors, legal

representatives and administrators of such last survivor and their/ his or her permitted

assigns/ the company named its successors and permitted assigns) of the OTHER

PART.

WHEREAS the Board invited offers for _______________________ ___________

___________________________________________ ________ ________________

___ _______________________________________________ ___________ ______

____________________________________________________________________

___________________________________ AND WHEREAS the Consultant/s

submitted his/their/its offer dated __________ which was subject to the terms and

conditions as contained in his/ their/ its letters referred to in the Schedule `A' hereto

respectively and which bid/tender is subject to the said terms and conditions was

accepted by the Board by the letter of __________________ (Designation of HOD)

bearing No.______________________________ dated __________

Page 73: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 73

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement the words and expressions shall have the same meanings as

are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed

as part of this Agreement, viz.

a) The Bid Document including Technical and Financial proposal.

b) Pre-bid minutes

c) Clarification issued to the queries of the bidders

d) The Consultants' and the ______________________________

_____________ _________'s (Mention the designation of the HOD)

letters referred in the Schedule `A' hereto, and

e) The acceptance of the Bid by the said letter dated the

__________________ day of _______________ 200_ from the

_____________________________

(mention the designation of the HOD) of the Board to the Consultant/s.

3. In consideration of the payments to be made by the Board to the Consultant/s

as hereinafter mentioned, the Consultants DO and each of them DOTH severally and

jointly HEREBY CONVENANT with the Board to carry out and complete within the

stipulated period (time being the essence of this contract) the work of

_____________________________________________ ____________________

____________________________________________________________________

___________________________________________________________________

and all other ancillary work as described in the bid documents, in accordance with the

Terms of References and in conformity in all respects with the provisions of the

Contract (hereinafter collectively called "the Contract work").

4. The BOARD DOTH HEREBY CONVENANT to pay to the Consultant/s, in

consideration of the Consultant/s carrying out and completing within the stipulated

period (time being the essence of this contract) the contract work to the entire

satisfaction of the ________________________________________ of the Board in

all respects, the contract price (mention the designation of the HOD)

OR

quoted by the Consultant/s * (after taking into account the rebates offered by the

Consultant/s) at the time and in the manner prescribed by the Contract.

IN WITNESS WHEREOF the Consultant/s has/ have hereunto subscribed and

set his/ their respective hand/s and seal/s ________________ ____________

____________________________________________________________________

____________________________________________________________________

____________ or the duly Constituted Attorney of and for and on behalf of the

Consultant/s has/ have hereunto subscribed and set his/ their hand and seal/s the

Page 74: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 74

Common Seal of the Consultants hath been hereunto affixed and the

________________________________ of the Board of Trustees

(Designation of HOD)

of the Port of Mumbai for and on behalf of the Board has set his hand and seal and

the Common Seal of the Board hath been hereunto affixed the day and year first

above written.

* strike out if there is no rebate.

THE SCHEDULE `A' ABOVE REFERRED TO

(The Schedule of letters)

(Here please mention Consultant/s' and MbPT's letters)

SIGNED, SEALED AND DELIVERED

by the above named _________________ Constituted Attorney

_________________________________

in the presence of __________________

_________________________________

OR

SIGNED, SEALED AND DELIVERED

by the above named _________________ Signature of

Consultant/s

_________________________________

_________________________________

on behalf of themselves and for and on

behalf of __________________________

__________________________________

in the presence of ___________________

OR

The Common Seal of _________________ Director

___________________________________

affixed pursuant to a resolution of the Board

of Directors dated the ____________ day of

_____________ 200__ in the presence of

___________________________________

___________________________________

and ____________________________ two

of the Directors of the said Company. Director

SIGNED, SEALED AND DELIVERED by

___________________________________

(Name & Designation of HOD)

for and on behalf of the Board of Trustees of

the Port of Mumbai in the presence of ______ (Designation of

HOD

_____________________________________ concerned)

Page 75: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 75

The Common Seal of the Board of Trustees

of the Port of Mumbai was affixed in the

presence of __________________________

Secretary, Mumbai Port Trust.

Secretary

Mumbai Port Trust

Page 76: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 76

APPENDIX – V

Appointment of Consultant for Preparation of Detail Project Report

for Marina at MbPT, Mumbai

FORMAT IN CASE OF JOINT VENTURE AGREEMENT (MEMORUNDUM OF UNDERSTANDING)

Know all men by these presents that we, --------------------------------------------------

--------------------- and ----------------------------------------------- (persons and companies name) (herein after collectively referred to "the consortium / Joint venture") for execution of Bid.

Whereas the board of Trustees of Mumbai Port (hereinafter referred to as "the

Port Trust") has invited Bids from the interested parties for ---------------------------------------------- (hereinafter referred to as "the contract").

Whereas the members of the consortium / joint venture are interested in

bidding of the work of ------------------------------------------------------------------- in accordance with the terms and conditions of the Bid.

This Joint Venture agreement is executed to undertake the work and role and

responsibility of the firms are ------------------ (role and responsibilities of each firm for administrative arrangement for management and execution of contract are given in the format below) and --------------- (name of the person) of (name of the firm) and ------------------ (name of the person) and ------------ (name of the firm) are the authorized representative of respective firms.

Role of and Responsibility of each member of JV / Consortium :

Particulars Lead Member Member 1 Member 2

Name of Firm

Role and Responsibilities

Page 77: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 77

As whereas it is necessary under the tender Bid conditions for the member of the consortium / joint venture to appoint and authorize one of them as Lead firm to do all acts, deeds and things in connection with the aforesaid bid.

We hereby nominate and authorize ------------------------------------- as our

constituted attorney in our name and on our behalf of do or execute all or any of the acts or things in connection with the execution of the Bid No: _ _ _________ and thereafter to do all facts, deeds and things on our behalf and thereafter till the satisfactory completion of work.

And we hereby agree that all acts, deeds and things done by our said attorney

shall be construed as acts, deeds and things done by us and we under take to ratify and conform all and whatsoever that my said attorney shall do or cause to be done for us by virtue of the power hereby given.

In witness hereof we have signed this deed on this the ------------ day of ----------

-----------

SIGNED SEALED & DELEVERED SIGNEDSEALED& DELEVERED By the with named-------------- By the with named-------------- -------------------------through its ------------------------- through its duly constituted attorneys duly constituted attorneys --------------- in the presence of ------------- in the presence of

Page 78: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 78

APPENDIX – VI

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

INTEGRITY PACT BETWEEN

MUMBAI PORT TRUST (MBPT) hereinafter referred to as "The principal"

AND

(Name of The bidders and consortium members)..______________ ____ _____.hereinafter referred to as "The Bidder/Contractor

Preamble : The Principal intends to award, under laid down organizational

procedures, contract/concession for Tender No. .......................... The Principal

values full compliance with all relevant laws and regulations, and the principles

of economic use of resources, and of fairness and transparency in its relations

with its Bidders. The Central Vigilance Commission (CVC) has been promoting

Integrity, transparency, equity and competitiveness in Government / PSU

transactions and as a part of Vigilance administration and superintendence, CVC

has, recommended adoption of Integrity Pact and provided basic guidelines

for its implementation in respect of major procurements in the Government

Organizations in pursuance of the same, the Principal agrees to appoint an

external independent Monitor who will monitor the execution of the contract for

compliance with the principles mentioned above.

Section 1 - Commitments of the principal

(1) The Principal commits itself to take all measures necessary to prevent

corruption and to observe the following principles: -

(a) No employee of the Principal, personally or through family members, will

in connection with the execution of a contract, demand, take a promise for or

accept, for him/herself or third person, any material or immaterial benefit which

he/she is not legally entitled to.

(b) The Principal will, during the pre-contract stage, treat all BIDDERs

alike, and will provide to all BIDDERs the same information and will not

provide any such information to any particular BIDDER which could afford an

advantage to that particular BIDDER in comparison to other BIDDERs.

(c) The Principal will exclude from the process all known prejudicial persons.

(2) If the Principal obtains information on the conduct of any of its employees

which is a criminal offence under the relevant Anti-Corruption Laws of India, or

Page 79: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 79

if there be a substantive suspicion in this regard, the Principal will inform its

Vigilance Office and in addition can initiate disciplinary actions. In such a

case, while an enquiry is being conducted by the Principal, the proceedings under

the contract would not be stalled.

Section 2 - Commitments of the Bidder / Contractor

(1) The Bidder/Contractor commits themselves to take all measures necessary

to prevent corrupt practices, unfair means and illegal activities, during pre-

contract as well as post- contract stages. He commits himself to observe the

following principles during the contract execution.

a. The Bidder/Contractor will not, directly or through any other person or

firm, offer, promise or give to any of the Principal's employees involved in the

execution of the contract or to any third person any material or immaterial benefit,

which he/she is not legally entitled to, in order to obtain in exchange of advantage

of any kind, whatsoever during the execution of the contract.

b. The B idd e r /Contractor w i l l no t enter w i t h o t h e r B i d d e r s i n t o a n y

und isc losed agreement or understanding, whether formal or informal. This

applies in particular to prices, specifications, certifications, subsidiary contracts,

submission or non-submission of bids, or any other actions to restrict

competitiveness, or to introduce cartelization in the bidding process.

c. The Bidder/Contractor will not commit any offence, under the relevant

Anticorruption Laws of India; further the Bidder/Contractor will not use improperly,

for purposes of competition, or personal gain, or pass on to others, any

information or document provided by the Principal, as part of the business

relationship, regarding plans, technical proposals and business details, including

information contained or transmitted electronically.

d. The Bidder will not collude with other parties interested in the contract to

impair the transparency, fairness and progress of the bidding process, bid

evaluation, contracting and implementation of the contract.

e. The Bidder/Contractor will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers

or any other intermediaries, in connection with the award of the contract.

f. The Bidder commits to refrain from giving any complaint directly or

through any other manner without supporting it with full and verifiable facts.

g. The Bidder shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee of the

Principal.

Page 80: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 80

(2) The Bidder/Contractor will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

Section-3 Disqualification from or exclusion from future contracts

If the Bidder, before award of contract, has committed a transgression, through a

violation of Section-2 or in any other form, such as to put his reliability as Bidder,

into question, the principal is entitled to disqualify the Bidder, from the tender

process, or to terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression, through a violation of

Section-2, such as to put his reliability, or credibility into question, the Principal is

entitled to disqualify the Bidder/Contractor from the tender process, terminate the

contract if already awarded and also, to exclude the Bidder/Contractor from

future contract award processes. The imposition and duration of the exclusion,

will be determined by the severity of the transgression. The severity will be

determined, by the circumstances of the case, in particular the number of

transgressions, the position of the transgressions, within the company

hierarchy of the Bidder and the amount of the damage. The execution will be

imposed for a minimum of 6 months and maximum of 3 years.

Note: A transgression is considered to have occurred, if in the light of available

evidence, no reasonable doubt is possible.

2. The Bidder accepts and undertakes to respect and uphold, the principal's

Absolute right to resort to and impose such exclusion and further accepts and

undertakes, not to challenge or question such exclusion, on any ground,

including the lack of any hearing before the decision, to resort to such

exclusion is taken. This undertaking is given freely and after obtaining

independent legal advice.

2. If the Bidder/Contractor can prove that, he has restored/recouped the

Damage caused by him and has installed a suitable corruption prevention system,

the Principal may revoke the exclusion prematurely.

Section-4 Compensation for amages

1. If the Principal has disqualified the Bidder, from the tender process prior

to the award, according to Section-3, the Principal is entitled to demand and

recover the damages equivalent to Earnest Money Deposit/Bid Security.

2. If the Principal has terminated the contract according to Section-3, or if the

Principal is entitled to terminate the contract according to Section-3, the Principal

shall be entitled to demand and recover from the Contractor, liquidated damages

equivalent to 5% of the contract value, or the amount equivalent to Security

Deposit/Performance Bank Guarantee, whichever is higher.

3. The Bidder agrees and undertakes to pay the said amounts, without

protest or demur, subject only to condition that, if the Bidder/Contractor can

Page 81: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 81

prove and establish that the termination of the contract, after the contract

award has caused no damage or less damage than the amount of the

liquidated damages, the Bidder/Contractor shall compensate the principal,

only to the extent of the damage in the amount proved.

Section-5 Previous transgression

1. The Bidder declares that, no previous transgression has occurred in the

last 3 years, with any other company, in any country, or with any other Public

Sector Enterprises in India, that could justify his exclusion from the award of the

contract.

2. If the Bidder makes incorrect statement on this subject, it can be

declared disqualified for the purpose of the contract and the same can be

terminated for such reason.

Section-6 Equal treatment of all Bidders/Contractors/Subcontractors

1. The Bidder/Contractor undertakes to demand from all subcontractors, a

commitment in conformity with this Integrity Pact, and to submit it to the

Principal before contract signing.

2. The Principal will enter into agreements with identical conditions as this one which all Bidders, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all Bidders, who do not

sign this part or violates its provisions.

Section-7 Criminal charges against violating Bidders/Contractors/Sub-

contractors

If the principal obtains knowledge of conduct of a Bidder/Contractor or

Subcontractor, or of an employee, or a representative, or an associate of a

Bidder/Contractor, or Subcontractor, which constitutes corruption, or if the Principal

has substantive suspicion, in this regard, the Principal will inform the Vigilance

office.

Section-8 External Independent Monitor

1. Pursuant to the need to implement and operate this Integrity Pact the

Principal has appointed Shri P.K. Gopinath, IPoS (Rtd) independent Monitor, for

this Pact. The task of the Monitor, is to review independently and objectively,

whether and to what extent, the parties comply with the obligations under this

agreement.

2. The Monitor is not subject to instructions, by the representative of the parties to the Chairperson of the Board of the Principal.

3. The Bidder/Contractor accepts that, the monitor has the right to

access, without restriction to all Project documentation of the Principal,

including that provided by the Contractor. The Bidder/Contractor will also grant

the Monitor, upon his request and demonstration of a valid interest, unrestricted

Page 82: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 82

and unconditional access, to the project documentation. The same is applicable

to Subcontractors. The monitor is under contractual obligation, to treat the

information and documents of the Bidder/Contractor/Subcontractor with

confidentiality.

4. The Principal will provide to the Monitor, sufficient information about all

meetings, among the parties related to the Project, provided such meetings could

have an impact, on the contractual relations between the Principal and the

Bidder/Contractor. The parties offer to the Monitor the option to participate in

such meetings.

5. As soon as the Monitor notices a violation of this agreement, he will so

inform the Management of the Principal and request the management to

discontinue, or heal the violation. Or to take other relevant action. The Monitor

can in this regard submit non- binding recommendations. Beyond this, the

Monitor has no right to demand from the parties, that they act in a specific

manner, refrain from action or tolerate action.

6. The Monitor will submit a written report, to the Chairperson of the Board of the Principal, within 8 to 10 weeks, from the date of reference of intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.

7. If the Monitor has reported to the Chairperson of the Board, a

substantiate suspension of an offence, under relevant Anti-Corruption Laws of

India, and the Chairperson has not, within reasonable time, taken visible action to

proceed against such offence, or reported it to the Vigilance Office, the Monitor

may also transmit this information directly to the Central Vigilance Commissioner,

Government of India.

Section-9 Pact Duration

This Pact begins when both parties have signed it. It expires 12 months

after the last payment under the contract Agreement is made. If any claim is made/lodged during this time, the same shall be binding and

continue be valid, despite the lapse of this Pact, as specified above,

unless it is discharged/determined Chairperson of the Principal.

The Pact duration in respect of unsuccessful Bidders shall expire after 3

months of the award of the contract.

Section-10 Other Provisions 1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Mumbai, Maharashtra.

Page 83: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 83

2. Changes and supplements as well as termination notices, need to be made

in writing, before they become effective and binding on the both parties. 3. If the Bidder / Contractor is a partnership or a consortium, this agreement

must be, signed by all partners or consortium members. 4. Should one or several provisions of this agreement, turn out to be invalid, the

remainder of this agreement remains valid. In this case, the parties will strive to

come to an agreement, to their original intensions. For the Principal (MbPT) For the Bidder/Contractor Place: Mumbai Witness-1 : .....................................

Witness-2 : .....................................

Date : /_ /2017

Page 84: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 84

APPENDIX – VII

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Location Plan

Site Plan

Location of Marina

Page 85: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 85

Tentative location of Marina (5 Ha.)

Page 86: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 86

MUMBAI PORT TRUST

CIVIL ENGINEERING DEPARTMENT

Tender No.E.96/2017

Section 6

Forms for Technical And Financial Proposals

Page 87: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 87

Section 6

RFP for Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Forms for Technical And Financial Proposals

Sr. No. Description

To be submitted in Technical Proposal

Form-1 Checklist of Documents submitted

Form -2 Form for Application

Form- 3 Bidder’s Profile

Form- 4 Major works during last Ten years which best illustrates Qualifications for the Assignment under Offer.

Form- 5 Details of Key Personnel

Form- 6 CVs of the Key Personnel

Form- 7 Details of the Proposed Manning Schedule

Form - 8 Form for average Turn Over

Form - 9 Undertaking for Not Barred or Blacklisted

Form - 10 Undertaking for obtaining Permission to work in India

Form - 11 Affidavit of Correct Information

Form -12 Details of sub consultants

Form -13 Power of attorney

To be submitted in Financial Proposal (Format Separately provided in Financial Bid)

Form-14A Letter for Financial Proposal

Form – 14B Format for Financial Proposal

Page 88: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 88

Form – 1

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Checklist of Submission

Sr.No. Particulars Yes/no Page No.

1 Status of the Bidder Individual/JV/Firm

2 Turnover eligibility CAs certificates

3 Technical eligibility

4 Clients Certificates for project

experience

5 Duly filled Forms for Technical proposals

6 Duly filled Financial bids submitted in

separate envelope

7 All CV’s submitted are signed by

respective key person. All the Key

personnel satisfy min qualifications and

Experience

8 All the documents are Numbered and

signed by the authorised Signatory at

appropriate places

9 Processing fee is paid

10 Bid security is paid

11 Copy of Power of Attorney is enclosed

12 JV agreement, enclosed, (for consortium

only)

Seal and Signature, name and designation of the authorised signatory)

For and on behalf of ………………..

Page 89: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 89

FORM -2 FORM FOR APPLICATION

(On the Letter head of the Bidder)

Date : To, The Chief Engineer Mumbai Port Trust 3rd floor, Port Bhavan, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai- 400 001 .

Sub. : RFP for " Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai”

Ref: Global Tender No: E.96/2017 published / downloaded on _____________

Sir,

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 requirements of the Proposal document and information provided, the undersigned hereby apply for the project referred above. We confirm the validity of the proposal for 120 days from the date of opening of Price Proposal.

We have studied RFP and all other documents carefully and also surveyed the Project site. We understand that except to the extent as expressly set forth in the Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by the MbPT or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of Consultancy. I/we have submitted our Bid with Bid security separately lodged alongwith the technical Proposal. The Financial Proposal is being submitted in a separate cover. I have not indicated anywhere in the first cover the amount of our financial bid. This Technical Proposal read with the Financial Proposal shall constitute the Application which shall be binding on us. I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFP Document. We are enclosing our Proposal including Technical Proposal and Financial Proposal in one original plus two copy of the Technical Proposal, with the details as per the requirements of the Proposal Documents, for your evaluation.

Seal and Signature, name and designation of the authorised signatory) For and on behalf of ………………..

Page 90: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 90

FORM-3 (Page1-3) Appointment of Consultant for Preparation of Detail Project Report

for Marina at MbPT, Mumbai Bidder’s Profile

I. Particulars of the Bidder : (Individual Firm/ Consortium/JV).

………………………………………………………..

II. Title of Consultancy: ………………………………………………………..

III. State whether applying as Sole Firm or Lead Member of a consortium:

Sole Firm: ………………………………………………………..

Or

Lead Member of a consortium : …………………………………………………

IV. State the following:

Name of Company or Firm: ……………………………………………………

Legal status (e.g. incorporated private company, unincorporated

business, partnership etc.):

Country of incorporation: ……………………………………………………….. Registered address: ……………………………………………………….. ……………………………………………………….. ……………………………………………………….. ………………………………………………………..

Year of Incorporation: ………………….

Year of commencement of business: …………………… Principal place of business: …………………………………………….

V. Brief description of the Company including details of its main lines of Business

……………………………………………………………………………………………………. …………………………………………………………………………………………………….. …………………………………………………………………………………………………….

Page 91: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 91

Page 2- 3

VI. Name, designation, address and phone numbers of authorised signatory

of the Bidder:

Name: …………………………………………………………………

Designation: …………………………………………………………………

Company: …………………………………………………………………

Address: …………………………………………………………………

Phone No.: ………………………………………………………………… E-mail address: …………………………………………………………………

VII. If the Bidder is Lead Member of a consortium, state the following for

each of the other Member Firms: (i)Name of Firm: (ii)Legal Status and country of incorporation

VIII. `Registered address and principal place of business.

For the Bidder, (in case of a consortium, for each Member), state the following information: (i) In case of non Indian Firm, does the Firm have business presence in India? Yes/No If so, provide the office address(es), year of establishment in India. (ii) Has the Bidder or any of the Members in case of a consortium been penalized by any organization for poor quality of work or breach of contract in the last five years? Yes/No (iii) Has the Bidder/ Member ever failed to complete any work awarded to it by any public authority/ entity in last five years? Yes/No (iv) Has the Bidder or any member of the consortium been blacklisted by any Government department/Public Sector Undertaking in the last five years? Yes/No (v) Has the Bidder or any of the Members, in case of a consortium, suffered bankruptcy/insolvency in the last five years? Yes/No Note: If answer to any of the questions at (ii) to (v) is yes, the Bidder is not eligible for this consultancy assignment.

Page 92: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 92

Page 3-3

IX. Does the Bidder’s firm/company (or any member of the consortium) combine

functions as a consultant or adviser along with the functions as a contractor

and/or a manufacturer?

Yes/No

X. If yes, does the Bidder (and other Member of the Bidder’s consortium) agree to

limit the Bidder’s role only to that of a consultant/ adviser to the MbPT and to

disqualify themselves, their Associates/ affiliates, subsidiaries and/or parent

organization subsequently from work on this Project in any other capacity?

Yes/No XI. Does the Bidder intend to borrow or hire temporarily, personnel for

performance of the Consulting Services?

Yes/No XII. If yes, does the Bidder agree that it will only be acceptable as Consultant, if

those personnel disqualify themselves from subsequent execution of work on

this Project (including tendering relating to any goods or services for any other

part of the Project) other than that of the Consultant?

Yes/No

(Seal and Signature, name and designation of the authorised signatory) For and on behalf of ………………..

Page 93: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 93

FORM – 4 (Page 1 of 2)

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

MAJOR WORKS DURING LAST SEVEN YEARS WHICH BEST ILLUSTRATES

QUALIFICATIONS FOR THE ASSIGNMENT UNDER OFFER. (i) The following information should be provided in the format indicated for each

reference project for which your company, either individually as a corporate entity or as one of the major companies within a consortium was legally contracted by the client stated below.

(ii) The information should be specific & to the point to facilitate a quick and

objective decision. (iii) Use a separate sheet for each separate work.as required under the technical

evaluation. 1) Project Name : ________________________________ 2) Country : _____________________________________ 3) Project location : _____________________________________ in the country 4) Name & Address : _____________________________________ of the client with _____________________________________ Tel. No. & Fax No. _____________________________________ 5) Do you have any objection if the client is contacted for reference? Yes/No. 6) Detailed narrative description of the work including project components, size / Area of the Project, Built up area, Design elements, Status of the Project, , interalia, nature of the work performed etc.. _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ 7) Were the services provided exclusively by your firm? Yes/No (or) Were services provided by your firm in association with other firms? Yes/No Exact description of the division of responsibility for items listed at (6) above as between you & your Associate:

Page 94: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 94

FORM – 4 (Page 2 of 2)

8) Detailed description of the actual services provided under following types for

each component of the project

i) Detail Planning of Project ii) Structuring of project for financial appraisal iii} Detailed infrastructure design and engineering for implementation of the

Project (DD). Iv) Preparation of DPR, tender documents, evaluation of tenders and award

of contract (TS). v) Construction Supervision including commissioning and administration of

contract and including certification of payment to the contractors (CS). vi) Marketing and transaction

& the share and role of your firm & of the Associate, if any, against each type of the component & each type of service listed above.

9) Professional Staff provided:

Own Firm Associate

No. of Professional Staff: a) Experts at the level of

subject specialties & their principal assistants.

b) Supporting technical staff (excluding draftsman & office staff).

No. of man months of (a) + (b)

10) Assignment start date :

____________________________________ (Month/Year) ____________________________________

11) Assignment completion : ____________________________________ Date (Month/Year) ____________________________________

12) Duration of assignment : _________________ (months) Day this ______________ day of _____________________ 20 Note : The consultant may add any additional information required to prove the eligibility.

(Seal and Signature, name and designation of the authorised signatory) For and on behalf of ………………..

Page 95: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 95

Form- 5

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Details of Key Personnel

Exclusive team to be deployed at site during the periodic supervision.

Seal and

(Seal and Signature, name and designation of the authorised signatory) For and on behalf of ………………..

Sr.No. Name Position Educational qualifications

Related Experience

Employed with

Sr.No. Name Position Educational qualifications

Related Experience

Employed with

Page 96: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 96

Form -6

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

CV (Curriculum Vitae)

1. PROPOSED POSITION FOR PRESENT ASSIGNMENT

2. NAME 3. DATE OF BIRTH

5. NATIONALITY

6. RELATION WITH THE BIDDERS

7. EDUCATIONAL / QUALIFICATION

8. WORKING IN THE FIRM SINCE

9. COUNTRIES OF WORK EXPERIENCE

10. LANGUAGE

11. EMPLOYMENT RECORD (STARTING WITH PRESENT POSITION, PERIOD,

EMPLOYER - POSITION HELD AND DESCRIPTION OF DUTIES)

12. DETAILED TASKS ASSIGNED : Work undertaken best illustrates

capacity to handle the tasks assigned. (List the tasks one by one giving list of project name and component, year, position held, exact duties rendered with time spent on each project). 13. UNDERTAKING – I hereby undertake, I will be available for the Project duration for

the subject assignment

14. CERTIFICATE - I, the undersigned, certify that, to my knowledge and belief this bio-

data correctly describes myself, my qualifications and experience.

DATE Signature of the Key

Person

(Seal and Signature, name and designation of the authorised signatory)

For and on behalf of ………………..

Page 97: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 97

FORM-7

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

DETAILS OF THE PROPOSED MANNING SCHEDULE of KEY PERSONNEL

Sr. No.

Position of Key person

Name Man Month

Months

Manning Schedule

Months

1 2 3 4 5 1 2 3 4 5 -- -- 10 11 12

1. (to be proposed by the consultant)

2.

3.

4.

5.

6.

Add

Note :The manning schedule for the key personnel posted at site and at the office of the consultant should given separately.

Seal and

(Signature, name and designation of the authorised signatory) For and on behalf of ………………..

Page 98: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 98

Form-8

Appointment of Consultant for Preparation of Detail Project Report

for Marina at MbPT, Mumbai

Average Turn Over of the Firm:

Sr.No Year Turn Over in Rs

1 2014-2015

2 2015-2016

3 2016-2017

4 Average

Seal and Signature, name and designation of the Chartered Accountant) Seal and Signature, name and designation of the authorised signatory) For and on behalf of ………………..

Page 99: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 99

Form 9

Appointment of Consultant for Preparation of Detail Project Report

for Marina at MbPT, Mumbai

Undertaking for not barred or Blacklisted

I/We hereby undertake the following:

1. I/We undertake that neither I/we or any of our consortium members and any

of its constituents has been barred from taking part in any bid/tendering

process or blacklisted by any Central and/or State Government and or

Public Sector Undertaking of India.

2. I/We undertake that neither I/we individually or institutionally are not in

any manner involved with the selection/screening process of this RFP

and employees of MbPT.

3. I/we have not made any payment or illegal gratification to any

person/authority connected with the Bid process so as to influence the bid

process and have not committed any offence under the PC act in

connection with the bid.

4. During the last five years, I/We 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

me/us or our Associate, nor been expelled from any project or agreement

nor have had any agreement terminated for breach by me/us. Authorized Signature [in full and initials]:

Name

Designation:

Name of Firm:

Address:

Page 100: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 100

Form 10

Appointment of Consultant for Preparation of Detail Project Report

for Marina at MbPT, Mumbai

Undertaking for obtaining Permission to work in India

(For Consultants Registered outside India)

I/We undertake that, In case we are selected as successful Bidder, I/We (Bidder /

Lead Firm / Individual) will obtain prior permission from Govt. of India to function as

consultant for the project within 21 days from the issue of LOA from the Authority.

Date Note: Strike off whichever is not applicable

Seal

Authorized Signature [in full and initials]:

Name

Designation:

Name of Firm:

Address:

Page 101: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 101

Form-11

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Affidavit of Correct Information

[Rs.100/- (Rupees Hundred only) Stamp Paper duly notarized]

The Chief Engineer Mumbai Port Trust 3rd floor, Port Bhavan, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai- 400 001. With reference to the documents submitted to MbPT, we hereby undertake that other than the details provided under RFP Submission, we have no dispute/ litigation/ legal proceedings against any of our clients, in any of our projects other than the listed. All documents and information submitted in Technical Bid (including the above undertaking) are certified to be accurate, correct and final. In the event that any of the documents or information submitted by us is found to be inaccurate/ incorrect/ misleading, we understand that our bid is liable to be cancelled or if contract is awarded, contract is liable to be terminated, without prejudice to any of the rights of MbPT, which otherwise may be accruable to MbPT. I also undertake that I will furnish all other documents required under the bid document or contract, after signing the agreement during execution of work. Seal Authorized Signature [in full and initials]:

Name

Designation:

Name of Firm:

Address:

Page 102: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 102

Form-12

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Details of Sub Consultants (if any) Proposal for Sub-Consultant(s) 1. Details of the Firm Firm’s Name, Address and Telephone Name and Telephone No. of the Contact Person Fields of Expertise No. of Years in business in the above Fields 2. Services that are proposed to be sub contracted: 3. Person who will lead the Sub- Consultant Name: Designation: Telephone No: Email: 4.Details of Firm’s previous experience

Seal, Signature and name of the authorised signatory) Note: Use separate form for each Sub-Consultant

Name of Work

Name, address and telephone no. of Client

Total Value of Services Performed

Duration Of services

Date of Completion of services

1.

2.

3.

Page 103: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 103

Form-13

Appointment of Consultant for Preparation of Detail Project Report for Marina at MbPT, Mumbai

Power of Attorney for signing of Proposal

Know all men by these presents, We, ________________________ (name of the firm

and address of the registered office) do hereby irrevocably constitute, nominate,

appoint and authorise Mr. / Ms (Name), son/daughter/wife of

________________________ and presently residing at

________________________, who is [presently employed with us/ 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 Proposal for Global Tender No.CE.T.96/2017 RFP for "Appointment of

Consultant for Planning, Design and Development of Marina and conceptual planning

of Tourism Hub for MbPT” including but not limited to signing and submission of all

applications, Bids and other documents and writings, participate in Consultants' and

other conferences and providing information / responses to the MbPT, representing

us in all matters before the Authority, signing and execution of all contracts including

the Service Agreement and undertakings consequent to acceptance of our Bid, and

generally dealing with the MbPT in all matters in connection with or relating to or

arising out of our Proposal for the said Project and/or upon award thereof to us and/or

till the entering into of the Service Agreement with the MbPT.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,

deeds and things lawfully 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 __________, 20**.

For_______________________

(Signature)

Page 104: Tender No. CE.T. 96/2017 MUMBAI PORT TRUST Global Tender ...mumbaiport.gov.in/writereaddata/tenders/8424954747.pdf · 3 JNPT Jawaharlal Nehru Port Trust 4 MPC Mumbai Port Complex

Tender No.CE.T.96/2017

T 96 /2017 - RFP for Preparation of DPR for Marina 104

Witnesses:

1

2

Accepted [Notarised]

(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.

Also, wherever required, the Consultant should submit for verification the

extract of the charter documents and documents such as a resolution/power of

attorney in favour of the person executing this Power of Attorney for the

delegation of power hereunder on behalf of the Consultant.

For a Power of Attorney executed and issued overseas, the document will also

have to be legalised by the Indian Embassy and notarised in the jurisdiction

where the Power of Attorney is being issued.