Maharashtra Maritime Board, Home Department (Ports and ... · email: harishkhatr [email protected]...

36
1 Maharashtra Maritime Board, Home Department (Ports and Transport) Government of Maharashtra Request for Proposal for Selection of Ro-Pax Vessel Operator across Ferry Wharf (Mumbai) to Mandwa (Dist. Raigad), Maharashtra, India OCTOBER 2017

Transcript of Maharashtra Maritime Board, Home Department (Ports and ... · email: harishkhatr [email protected]...

1

Maharashtra Maritime Board, Home Department

(Ports and Transport)

Government of Maharashtra

Request for Proposal

for

Selection of Ro-Pax Vessel Operator across Ferry Wharf (Mumbai) to Mandwa (Dist. Raigad), Maharashtra, India

OCTOBER 2017

2

Table of Contents

S. no. Contents Page

Numbe

r 1.

Bid Notice 3

2.

Background 5

3.

Project 5

4.

Location 6

5.

Scope of Work 7

6.

General terms and conditions 11

7.

Special terms and conditions 12

8.

Eligible Bidders 15

9.

Duties and Responsibilities of Successful Bidder 17

10.

Preparation and Submission of Bids 17

11.

Opening of Bids 19

12.

Signing of Agreement 20

13.

Payments by the successful bidder to MMB 20

14.

Termination 20

15.

Dispute Resolution 21

16.

Applicable Law 21

17.

Miscellaneous 21

3

1. Bid Notice

Online Tenders (e-Tender) for the following work are invited by the Maharashtra Maritime

Board (MMB) on the Government of Maharashtra's Tender Information System Portal

http://mahatenders. gov.in as per the Tender Schedule published on the Web portal

from suitable ferry operators having required experience. The details can be viewed

online and downloaded directly from Government of Maharashtra e-Tendering portal

http://mahatenders.gov.in from 29.07.2017 at 1100 Hrs. (IST) onwards.

Tender Reference No. MMB/Traffic/Tender No.2

Name of Work Selection of Ro-Pax vessel operator across Ferry Wharf (FW)(Mumbai) to Mandwa (Dist. Raigad)

Cost of blank Tender

Document and Mode of

Payment

INR. 20,000/ (Rupees Twenty Thousand only) (Non-

Refundable) inclusive of VAT to be paid through Online

Payment modes i.e. Net Banking, Debit Card, Credit Card

and NEFT/RTGS during downloading of Tender

Document

EMD Amount and

Mode of Payment

INR.25,00,000/ (Rupees Twenty Five lakhs only) to be

paid through Online Payment modes i.e. Net Banking, Debit

Card, Credit Card and NEFT/RTGS during submission of

Tender Document

Venue for opening of

Tender

Office of the Maharashtra Maritime Board at the aboveaddress.

Contact person

for

information

Capt. Harish Khatri, Nautical Advisor

Tel:022-22662005, Fax:022-22614331

email: [email protected]

e-Tendering helpline 24X7 Help Desk Number- 0120-4200462,0120-4001002

Mobile No.88262 46593, Email- [email protected]

1.1 e-Tender Schedule Sr. No. Activity Date Time (Hrs.)

1. Publishing Date 13.10.201 7 1100

2. Document Download Start Date 13.10.201 7 1100

3. Bid Submission Start Date 13.10.2017 1100

4. Seek Clarification Start Date 13.10.2017 1100

5. Document Download End Date 30.10.2017 1700

6. Seek Clarification End Date 23.10.2017 1100

7. Pre Bid Meeting Date 23.10.2017 1500

8. Bid Submission Closing Date 30.10.2017 1700

9. Technical Bid Opening Date 01.11.2017 1100

10. Technical Presentation 03.11.2017 1200

4

NOTE:

i) All eligible/ interested Bidders are required to be enrolled on portal http://mahatenders.gov.in before downloading tender documents and participate in e-tendering.

ii) Dates mentioned here are scheduled dates for Bid Opening Activities. Any change in the date of opening of technical and financial tenders shall be notified in "Corrigendum" sect ion on e- Tendering Portal before opening of the same.

iii) The Chief Executive Officer, Maharashtra Maritime Board reserves right to accept or reject any or all tenders without giving any reasons thereof.

iv) The detailed tender notice is available on our website https://mahammb.maharashtra.gov.in

Sd/-

CHIEF EX ECUTIVE OFFICER

MAHARAS HTRA MARITIME BAORD

5

2. Background

Maharashtra is one of the largest maritime states in India with a coastline of around 720 km. This

coastline is regulated and administered by the Maharashtra Maritime Board (MMB). MMB is

the nodal agency governing the regulatory framework of Maharashtra's maritime industry. Over

the years, MMB has taken a number of initiatives to harness the potential of its coastline by

development of Greenfield ports, captive jetties, multipurpose jetties, inland water transport and

shipyards etc.

The Board proposes to further boost this sector with development of Ro-Pax vessel services

across Ferry Wharf and Mandwa.

3. Project

Approximately 14 lakh passengers travel each year on the Gateway of India (Mumbai) to Mandwa

(Raigad) waterway using the existing passenger ferry service. Travelling by water transport

saves time and hence the tourists too prefer to use the passenger ferries at the Gateway of

India.

Hence, MMB jointly with Mumbai Port Trust (MbPT), desires to introduce a Ro-Pax service

(capable of carrying passengers as well as Roll on- Roll-off) facility between Ferry Wharf and

Mandwa. This facility (Ferry Wharf to Mandwa) will enable the passengers to travel along with

their vehicles which will save considerable time and fuel. This will help both tourists as well as

the local people by ensuring a faster and also third mode of transportation, in addition to Road

and Railway. This is also expected to improve the hinterland connectivity and boost tourist

activities in the Alibaug and Konkan region. Further the project will reduce the congestion on

roads and commensurate reduction of vehicular pollution.

In this regard, The Maharashtra Maritime Board (MMB) invites online offers through e-tendering

process from reputed Companies/ Firms/ Consortiums with prior experience in operation and

maintenance of Ro- Pax services. The operator will have to Finance, Procure, Operate and

Maintain Ro-Pax vessels and provide services on aforesaid identified route.

6

4. Location

The locations are Ferry wharf and Mandwa, as indicated in the following Map:

The route shall be: Ferry Wharf to Mandwa (approximately 10 Nautical Miles) ‐‐‐‐ for Ro‐‐‐‐PAX

ferry service. Minimum depth expected to be available en‐‐‐‐route and at berth is 3.0 m

below chart datum (cd)

MMB/MbPT have decided to first, construct the Ro-pax ferry terminals and subsequently,

consider privatising the terminal’s operation and maintenance.

The shore based terminal facilities at Mandwa including the approach jetty, turning platform,

floating pontoon with link span assembly, mooring dolphins, marshalling yard (for about 130

cars) and terminal building shall be built by MMB. The MMB is in a process of construction of

these facilities and the expected completion period is 18 months by March-2018. Design of these

shore based facilities for berthing of Ro- Pax vessels will be shared with the prospective

operator. Further, MMB has also started construction of a breakwater at Mandwa in order to

ensure water tranquillity for faster and safer ferry operations.

The shore based facilities at Ferry Wharf will be constructed by MbPT.

5. Scope of work

5.1 Broad Scope of work

The selected bidder shall be responsible for total management and operation of Ro- Pax Vessel Service from Ferry Wharf Mumbai to Mandwa, including procurement of

7

appropriate vessels, sale of tickets and operation of vehicles in the marshalling yard, operation of Passenger and RO-RO services, collection of all the revenue from ticket as well as other sources, marketing, security provision on- board the vessels, etc. The term of services shall be 15 (Fifteen) years, extendable on the basis of performance and as decided by MMB.

5.2 Detailed Scope of work :

5.2.1 Infrastructure details and berthing of vessels :

i. The length of the berth for RO – Pax vessel, planned to be constructed at Mandwa, is 100 mtrs and ramp width is 30 mtrs. Minimum water depth to be maintained by MMB, in the approaches to Mandwa terminal would be 3.0 mtrs below chart datum (3.0 mCD).

ii. The selected operator shall procure or long term hire/charter with all the necessary

permissions to ply within inland waters, suitable vessels for the terminal at Ferry Wharf and Mandwa. The vessels in operations shall be replaced when operating life of the vessels is over during the course of executing the services as per the contract.

iii. The vessels and operations shall comply with all appropriate applicable acts,

rules and regulations of the competent authority and the operator shall demonstrate how he proposes to achieve such compliances, in the detailed concept plan after obtaining the contract.

5.2.2 Criteria for Ro‐‐‐‐ Pax Vessel

i. Ro-Pax vessel should be preferably with forward and aft ramp for fast turnaround. ii. The vessel should preferably have capacity to carry about 40 PCUs (Passenger Car

Unit) and about 300 passengers or carrying 30 PCUs & 2 buses with extended height clearance for the buses and about 300 passengers.

iii. The operator shall provide at least 2 vessels for route from Ferry Wharf to Mandwa during the currency of contract. The speed of the vessel should be such that the distance from Ferry Wharf to Mandwa should be covered in maximum 45 minutes.

iv. Once the average capacity utilization of vessels in operation reaches 70% in the last 4 months period, the Successful bidder will be required to deploy additional vessel into service within one month, failing which MMB will have the discretion to call for fresh tenders for additional vessel.

v. The width of the ramp, being constructed at Mandwa, is 30 mtrs. Therefore, the vessel should be of appropriate dimensions.

vi. The services should be capable of all-weather operations, basis 24 x 7, with exception of occasional extreme weather conditions as per data of Indian Metrological Department (IMD).

vii. The vessel should be capable of all tidal range operation considering current speed.

viii. Vessel should be highly maneuverable, capable of berthing and un-berthing without Tug assistance.

ix. Vessel should have twin screw and stern and bow thrusters or any other propulsion system which can undertake such type of maneuvering.

x. Lashing arrangement is to be provided for vehicles in the vessel to prevent shifting of vehicles enroute.

xi. The vessels should have suitable Navigation equipment installed on-board such as

8

AIS, LSA, FFA, navigation requirements as required by the rules for the size and type of vessels.

xii. Mooring gang to be provided at Ferry Wharf, Mandwa to handle vessels mooring lines while berthing and un-berthing.

xiii. Quick and efficient mode of mooring and unmooring. xiv. The vessel to be registered under Inland Vessels Act, 1917 or a foreign vessel under

Bare Boat Charter cum Demise (BBCD) or under Merchant Shipping Act, GOI or a foreign owned vessel, hired/chartered on long term basis with all necessary permissions to ply in inland waters. The vessel to be insured as per statutory requirements.

xv. The proposed vessels should not be more than 12 years old on starting of the service. xvi. Throughout her service, the vessels are required to be maintained as per the

requirements of the concerned classification society, the flag administration and also the survey requirements of the Maharashtra Maritime Board

xvii. The operator should ensure suitable insurance for the passengers. xviii. The operator shall provide all the passenger related facility on the vessel such as

provision of refreshment facilities in the vessel like drinking water, snacks, wash rooms for ladies / gents and physically challenged, and emergency medical help.

xix. The operator shall co-ordinate with MMB and MbPT for the operation and scheduling of RO- Pax services.

xx. The vessels shall be classed with one of the IACS members and shall be kept in presentable conditions at all times.

5.2.3 Exclusivity to Operate Ro‐‐‐‐Pax Vessels

i. The Successful Bidder will have exclusive rights to operate Ro-Pax vessels on the

Mandwa – Ferry Wharf route for the entire concession period. ii. However, if the operator is not be able to provide additional vessel as per clause

5.2.2 (iv) then the exclusivity will be extended to the other operator as well. Extension of exclusivity means “All operators together will have exclusive rights for operation between FW and Mandwa”

5.2.4 Staff recruitment and training

i. Operator shall be responsible for all recruitment and training of employees

needed to perform the scope of work. ii. Operator shall provide trained qualified personnel for manning the vessel and oversee

the operation of the RO-Pax services at both the locations on day to day basis. MMB/MbPT shall not be required to provide any staff or to oversee any part of day to day operations but will have at all times the right of inspection, observations and comment on such operations by operator.

iii. Operator shall conduct ticket sales and fare collection through necessary qualified cashiers and ticket sale personnel at the terminal sites. The ticket sale should be available for the entire period of operation. Operator shall accept all major credit cards and debit cards and e- payment facility for transactions.

5.2.5 Maintenance of the premise.

i. Operator shall keep clean all the vessels, barges, ramps, booths, passenger terminals, open area, structures, wash rooms, at all times neat, orderly, free of litter, oil, dust and sanitary in accordance with the standard cleaning practices.

ii. The operator will provide supervision and directions for safely loading and unloading of all passengers and vehicles from the ferry vessels. All the area of

9

ferry vessel and terminal building are non-smoking (including electronic cigarettes) and the operator will be responsible for monitoring and enforcement.

iii. The operator shall operate and conduct the facilities on the premises in a business-like manner and will not permit any acts or conduct on the part of operators employees. The operator shall not permit any immoral conduct in or assigned space occupied by staff.

iv. The operator shall provide uniform and identity card to each member of his staff at his cost. Each member of the staff shall wear the uniform and identity card while on duty. All persons working in the premises shall be neat and clean in appearance.

5.2.6 Repair and maintenance

The operator shall take the audit of the vessels and carry out all the repairs periodically as per the standard practices. Vessels and all associate equipment’s, machinery and system are to be operated and maintained in strict accordance with the local, state, and national regulatory requirement and with no compromise to the safety of passengers, crew or the vessels. Such audits may also be carried out by MMB to ensure adherence to the guidelines, terms and conditions stipulated in the RFP.

5.2.7 Reporting

Operator shall keep the following reports

i. Daily passenger log reports, ii. Weekly reports of revenue collection, safety and customer services and any

unusual occurrences, iii. Monthly reports regarding revenue collection

5.2.8 Utilities at shore terminals

i. The MMB/MbPT shall provide fresh water connection at the respective terminals. The operator will have to pay the necessary water charges to the respective authorities as per the rates of the terminal.

ii. The operator shall be responsible for disposal of storm water drainage and solid waste. In no case the solid waste will be disposed outside the designated locations.

iii. The operator shall be responsible for providing all the communication facility such as Wi-Fi, telephone etc at their respective terminal offices

5.2.9 Security and emergency response

i. The operator shall develop and execute approved security plan for vessels. All the plans must be inline with statutory requirement. The operator shall be responsible for vessel emergencies and medical emergencies at docking sites. Operator shall provide required security for safe environment for the customer, manage crowd, or any eventuality during embarkation/disembarkation/during passage. The operator shall appoint a separate qualified and trained security officer along with required staff for each terminal for ensuring no untoward incident take place during embarkation, disembarkation and transit.

ii. Operator shall keep an accurate record of all accidents, injuries and damaged to persons and / or property involving the vessels, docking sites and suits and actions taken against the offenders.

iii. The operator shall install a complete Security system with CCTV cameras, public audio system, fire fighting system etc. managed through a centralized control station on vessel.

10

iv. The operator shall conduct periodic drills for the staff to tackle any eventualities.

5.2.10 Revenue and Accounting i. The operator shall collect and keep the record of all the ferry business not limited to

revenue generated from all ticket sales, group reservations, commercial facilities within any service charge and any other revenue source related with the operation of the services.

ii. The operator shall be responsible for and pay any fines, penalties, compensation or damages for on account of any accidents, fuel and oil spills, due to negligence of any employee or any other eventuality on account of negligence or in-attention to duty by the operator.

5.2.11 Statutory enforcement

i. All statutory rules, regulations, orders, circulars, etc issued by DG Shipping, GoI and Merchant Shipping Act or any other competent authority, with amendments issued from time to time shall be binding to the operator while rendering the services.

ii. The operator shall obtain requisite statutory permissions, licenses from DG Shipping for the deployment of vessels and operations of RO-Pax ferry services, if required, in accordance with prevailing acts / rules and regulations.

iii. The operator shall be responsible to obtain all the necessary insurances for movable and immovable properties, passengers, cars, trucks, bus, etc.

6. General terms and conditions

6.1 The application fee for the Request for Proposal (RFP) is INR 20,000/ (Indian

Rupees Twenty Thousand only) to be paid through Online Payment Modes i.e. Net

Banking/ debit card and shall be non-refundable.

6.2 The applicant shall also have to deposit Earnest Money Deposit (EMD) of

INR.25,00,000/ (Indian Rupees Twenty Five Lakhs only) to be paid through Online

Payment Modes i.e. Net Banking/ debit card. The EMD of the Successful Bidder will be

retained by MMB (without interest) for a period of one (1) year. The EMD of unsuccessful

applicants shall be returned (also without interest) within 30 days from the issue of Letter of

Award to the Successful Bidder.

6.3 Performance Security:

6.3.1 The Successful Bidder shall, within 15 (fifteen) days from the Letter of Award,

furnish to MMB, a Bank Guarantee towards a performance security in a mutually

agreed format, from a Nationalized/ Scheduled bank of repute for an amount of

INR. 50,00,000/‐‐‐‐ (Indian Rupees. Fifty lakhs only) with a validity of first 2 (Two)

completed financial years from the date of Letter of Award. (e.g. if the Contract is

awarded on 05 April 2018 the performance security of Rs. 50 Lakhs to be furnished

upto 31 March 2020). After end of 2 (two) financial years, the successful bidder

shall furnish performance security equivalent to highest annual revenue accrued in

previous two financial year of operation. The Successful bidder will be required to

maintain performance security throughout the concession period failing which,

11

MMB reserves the right to annul the Letter of Award.

6.3.2 In the event of Bidder’s failure to discharge its obligations under the Agreement

between MMB and the Bidder, the Performance Security shall be encashed and the

proceeds thereof shall be forfeited without any further reference to the bidder.

6.3.3 In case of Successful Bidder being a single entity, the reduction in stake, below

51% of the equity in the Selected Bidder by the key promoters, during the lock-in

period of 10 years, shall require prior written approval of the MMB. Further no

change in consortium partners is permissible for 5 years from the date of

commencement of operations. Any change in consortium partner after 5 years of

date of commencement of operation shall be made only after prior approval from

MMB and by equally or more competent partner.

6.3.4 The Performance Security amount shall not accrue any interest.

6.3.5 The Bidder will extend the validity of the Performance Security, if and whenever

specifically advised by MMB, at its own cost.

6.3.6 Performance security will be discharged by MMB and returned to the Bidder

within 30 days following the date of completion of the Bidder’s performance

obligations under the contract.

6.4 The Bidders are expected to carry out their own surveys, investigations and

other detailed examination at their own cost before submitting their Bids.

6.5 MMB reserves the right to reject any or all of the Bids without assigning any

reasons thereof and the decision of MMB would be final and binding on the

Bidders.

7. Special terms and conditions 7.1 The period of contract shall be Fifteen (15) years, extendable on the basis of

performance and as decided by MMB.

7.2 Evaluation Criteria:

The select ion of the Bidder will be based on techno-commercial evaluation process.

The Highest Bidder shall be the Successful Bidder who scores highest score as

per technical and financial evaluation criteria combined.

Technical Scoring Criteria

The Technical Proposal will be evaluated based on the following criteria. In case of

12

a consortium, the combined experience of the consortium will be considered for

scoring according to the relevant clauses and points in this document.

Sr.

no.

Head Total marks

1.

Age of vessel

1-5 years: 15 marks

6-10 years: 10 marks

11-12 years: 8 marks

2.

Financial Turnover for last

three years

More than INR 25 crores: 1 0 marks

Between INR 10- 25 crores: 08 marks

Between INR 1-10 crores :06 marks

3.

Experience in operating

passenger ferry service or Ro-

Pax vessels of minimum 100

passengers

Or

Have on regular

employment a person who

has headed such

operations/services

More than 10 years: 15 marks

5-10 years: 10 marks

1-5 years: 8 marks

4.

Presentation to the Selection

Committee on the quality of

proposal submitted

Total 18 marks

Points to be considered

1. Brief description of similar services

provided elsewhere - 2 marks

2. Project appreciation for proposed

ferry service - 3 marks

3. Narrative summary of market served

and marketing campaign to

advertise service - 3 marks

4. Describe resources and experience

available with bidder to provide

operation, marketing and

management of proposed ferry

service - 2 marks

5. Present credentials of proposed key

staff and personnel that would be

involved in the ownership and

operation of the ferry service - 4

marks

13

5. Undertaking for running the

‘third ferry’ (as and when

required) on bio-fuel/LNG/any

other equivalent green fuel and

eventual conversion of all the

ferries on such biofuel / LNG /

any other equivalent green fuel.

Yes – 2 marks No – 0 marks

Financial Evaluation In Financial l Proposal, the bidders are required to quote their gross revenue share

percentage. The "Highest Bidder" under financial evaluation criteria would mean here, the

Bidder offering maximum percentage of gross revenue (after deducting passenger levy

and other taxes),including but not limited to from the sales of tickets as well as from the

sale of food merchandise, advertising etc on-board vessels subject to minimum reserve

gross revenue share of 5%.The highest revenue share quoted will be given the maximum

score of 100. The formula for determining the financial scores (Sf) of all other

proposals/bidders is calculated as following:

Sf = 100 x F/ Fm in which "Sf" is the financial score of the bidder,"Fm" is the highest gross

revenue share amongst all bidders ,and "F" the revenue share of the proposal/bidder

under consideration.

Evaluation of the Final Score

The weights that could be given to the Technical (T) and Financial (F) Proposals are:

T = 70%; F = 30%

Proposals will be ranked according to their combined technical (St) and financial (Sf) scores

using the weights (T = the weight given to the Technical Proposal; F = the weight given to the

Financial Proposal; T+ F = 100) as following: S = St x T% + Sf x F%.

7.3 In addition to the payment as indicated under para 7.2 above, the Successful Bidder is

required to pay;

a) 10 % of revenue from ticket sales (passenger levy). This is the mandatory passenger

levy, as per Rules, and

b) The annual license fee (as per extant Government regulations) to MMB, within 30

days from the issuance of the work order.

c) Any other levies, taxes levied by other statutory bodies.

7.4 The Bidder shall be required to operate and maintain the Ro-Pax vessels and provide ferry

14

services as per best industry practices.

7.5 MMB shall have right to inspect Bidder’s relevant records for aforesaid purpose. At the end

of every financial year, the Bidder shall have to submit duly audited Profit and loss

accounts and Balance Sheet to MMB.

7.6 On accepting Letter of Award, the Successful Bidder will be required to sign an

agreement for passenger ferry services, with the MMB. The Ro-Pax service is to be ready

to start by March 2018.

7.7 Bid submitted shall remain valid for a period of 360 days from the date of submission of the

tender. MMB also reserves the right to reject any Bid, which does not meet this

requirement and at its sole discretion without owing any explanation to any party thereof.

7.8 Construction of terminals at Ferry Wharf and at Mandwa would be undertaken by MbPT

and MMB, respectively. Suitable office space/ticket counter etc would be allotted to

Successful Bidder at a cost, to operate the ferry services. Any structure

(temporary/permanent) at the terminals at Mandwa and Ferry Wharf, shall be allowed

only if it is in accordance with the extant rules and regulations pertaining to Coastal

Regulation Zone and other applicable rules and regulations. After completion of the

concession period, it should be handed over in neat and sound condition or dismantled.

7.9 If the above mentioned construction is allowed, the statutory clearances/ licenses/

permissions shall be obtained by the Bidder at his own cost.

7.10 The Bidder shall be responsible for making good to the satisfaction of MMB any loss of

and any damage to all structures and properties belonging to MMB if such loss or

damage is due to fault and/or the negligence or wilful acts or omission of the Bidder,

his employees, agents, representatives or subcontractors.

7.11 The Bidder will not be entitled to sublet, sub contract or assign the work under this contract

without the prior consent of MMB obtained in writing provided that even in the event of

such subletting or assigning the work under the contract by Bidder, the Bidder will be

bound by the obligations under the Contract.

8. Eligible Bidders

8.1 The Bidder may be a single entity or a group of entities (the “Consortium”), coming

together to implement the Project. However, no Bidder applying individually or as a

member of a Consortium, as the case may be, can be member of another Bidder.

8.2 The Bidders shall not be blacklisted by any Government Agency in India/ Abroad at the

time of due date of Submission of Bid.

15

8.3 The Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent

practices by the Central/ State Government, or any PSU in India.

8.4 The term ‘Bidder’ used herein would apply to both a single entity and a Consortium. A

Bidder may be a natural person, private entity, government-owned entity or any

combination of them with a formal intent to enter into an agreement or under an existing

agreement to form a Consortium.

8.5 In case of bid is submitted by a consortium of two firms as partners, the Bidder(s)shall

comply with the following requirements:

8.5.1 A consortium shall not have more than 2 (two) members.

8.5.2 A signed copy of Memorandum of Understanding (MoU) executed by the

consortium members shall be submitted by the consortium along with the tender.

The complete details of the members of the consortium, their role and

responsibility, name of the Lead Consortium Member, powers given to Lead

Consortium Member among others, shall be specified in the said MoU.

8.5.3 Once the tender is submitted, the MoU shall not be modified/ altered/ terminated

during the validity of the tender. In case the Bidder fails to observe/ comply with

this stipulation, the full EMD shall be liable to be forfeited.

8.5.4 The EMD and Bid Document Fee shall be submitted by the Lead Consortium

Member on behalf of the consortium.

8.5.5 In case of the Successful Bidder being a consortium, the Lead Consortium Member

shall sign the Agreement with MMB on behalf of the consortium, which will be

legally binding on all partners.

8.5.6 The Lead Consortium Member of the consortium shall be authorised to incur

liabilities and receive instructions for and on behalf of any or all the partners of the

consortium and the entire execution of the Agreement including payments shall be

done exclusively with the Lead Consortium Member.

8.5.7 Members of the consortium, to which the contract is awarded, shall be jointly and

severally liable to the MMB for execution of the project in accordance with

the terms of the Agreement. The consortium members shall also be liable jointly

and severally for the loss, damages caused to the MMB during the course of

execution of the contract or due to non- execution of the contract or part thereof.

8.6 No Bidder shall submit more than one Bid. A Bidder applying individually or as a

Member of a Consortium shall not be entitled to submit another Bid either individually or

as a Member of any Consortium, as the case may be.

16

8.7 The Eligible bidder should meet the following criteria:

I. Technical Qualifications :

a) The Bidder should be limited liability partnership or company, joint venture or Consortium of not more than 2 members

b) The Bidder should be duly registered limited liability partnership or company for at least last 5 years from the date of submission of bids (Certificate of Registration shall be submitted)

c) In case of standalone Foreign Bidder, he should have License or permission to operate in India

d) The Bidder should have an experience of operating passenger ferry service or Ro-Pax vessels with capacity of at least 100 passengers for the last one year (domestic/International) OR have on regular employment, a person who has headed such operations. The Bidder should submit the proof of hiring of technical personnel who has experience of ferrying passengers while operating the RO- Pax service

II. Financial Qualifications:

a) The Bidders should have average positive net worth of INR 5 Crores for the last 3

financial years i.e.2014-2015, 2015-16 and 2016-17 with net worth not less than INR 4 crore in any year. A certificate from Chartered Accountant shall be submitted as a proof.

In case of a consortium, the combined experience and positive net worth of both the bidders, as required under Technical and Financial Capacity may be counted.

9. Duties and Responsibilities of Selected Bidder

9.1 The Bidder shall be solely and exclusively responsible for engaging or employing

persons for the execution of work. All disputes or differences between the Bidder and his

/ their employees shall be settled by the Bidder. The Bidder shall abide by prevalent

Labour Laws as applicable.

9.2 MMB will have absolutely no liability whatsoever concerning the employees of the

Bidder. The Bidder shall indemnify MMB against any loss or damage or liability arising out

of or in the course of the Bidder employing persons or in relation with the Bidder's

employees.

9.3 The Bidder shall advise in writing or in such an appropriate way to all of the Bidder's

employees and any other persons engaged by him that their appointment/employment is

not by MMB but by the Bidder and that their present appointment is only in connection

with the contract with MMB and that therefore, such an employment / appointment would

not enable them or make them eligible for any employment with MMB either temporarily

or/and permanent basis.

9.4 All required licenses would be taken by company / consortium and at their own cost.

9.5 Successful Bidder will be required to declare various fares for classes of passenger

17

travel and for categories of vehicles being transported, on yearly basis and in consultation

with the MMB.

10. Preparation and Submission of Bid

a) Language:

The Bid and all related correspondence and documents should be written in the

English language.

b) Format and Signing of Bid:

Each Bid shall have to be prepared and submitted in accordance with provisions of this

tender document. The Bid shall comprise of 2 (two) submissions:

• Submission 1: Technical Qualification • Submission 2: Commercial Proposal

Submission 1: Technical Qualification

a) The Earnest Money Deposit (EMD) of INR. 25, 00,000/- (Indian Rupees Twenty Five Lakhs

only) to be paid through Online Payment Modes i.e. Net Banking/ Debit Card during

submission. Also the Tender Document fee of INR. 20,000/- (Indian Rupees twenty

thousand only) to be paid through Online Payment Modes i.e. Net Banking/ Debit Card on

downloading the tender document.

b) Technical qualification in the prescribed format along with Annexures and supporting

documents relevant to the information asked in any of the Annexures, should be uploaded on e-Tender web portal. Following is an indicative list of documents to be uploaded;

� Certified true copy of the incorporation certificate of the Single Entity; In the case

of a Consortium, certified true copy of the incorporation certificate of each of the Members of the Consortium; and

� Audited Annual reports of last 3 financial years

� Certificate from a Chartered Accountant (As per format prescribed in Annexure‐‐‐‐VII)

� Tax returns of last 3 financial years

� Copy of Permanent Account Number

� Copy of VAT Registration number

� Copy of Service Tax Registration number

� Certificates of eligible experience (as per format in Annexure‐‐‐‐V)

� Anti-Blacklisting Certificate on Stamp paper of INR 100/- (as per format prescribed

in

Annexure‐‐‐‐VIII)

� Undertaking (as per format prescribed in Annexure‐‐‐‐IX)

In case the annual accounts for the latest Financial Year are not audited and therefore

the Bidder could not make it available, the Bidder shall give an undertaking to this effect

and the statutory auditor shall certify the same. In such a case, the Bidder shall provide

18

the audited annual reports for 3 (three) years preceding the year for which the audited

annual report is not being provided.

c) Power of Attorney for signing of Bid in the format at Annexure‐‐‐‐III;

d) If applicable, the Power of Attorney for Lead Member of Consortium in the format at Annexure‐‐‐‐IV;

e) If applicable, the Joint Bidding Agreement between the Members of Consortium;

Hardcopy submissions of the above-mentioned documents also needs to be made by the bidder while submitting the bids in a sealed envelope superscripting the name of the work as “Bid submission for selection of Ro-Pax Vessel Operator across Ferry Wharf (Mumbai) to Mandwa (Dist. Raigad), Maharashtra, India”

Submission 2: Commercial Proposal

a) The Commercial Proposal shall be uploaded in the format specified at Annexure-VI.

b) It may be noted that Bids, which do not contain the Commercial Proposal as specified above, would be considered as invalid and liable for rejection.

c) All Interested bidders are required to be enrolled on portal before downloading

tender documents and participate in e-tendering and familiarize themselves with the use of the e- Tendering portal

d) All or any one of the Bids may be rejected by MMB.

e) Originals must be produced for verification, whenever required by MMB.

f) The Bidder shall not put any counter conditions. Any counter offer as well as any

alterations in the work/ scope of work, as specified in the tender, shall disqualify the bidder forthwith.

g) The Bid shall be prepared, signed and submitted only by such Firm/ Company/

consortium etc. whose name the Request for Proposal (RFP) documents have been purchased.

h) If any discrepancies are observed between figures and words in the rates quoted,

while evaluating the bid, the rates quoted in words shall supersede the rates quoted in figures.

11. Opening of Bids

a) For the purpose of qualifying under Submission 1, the Bidder shall have to

19

demonstrate the minimum Technical and Financial Capacity as stipulated under

this Request for proposal (tender) document. Every Bidder shall have to make

presentation on the stipulated date.

b) If the Bidder does not meet the minimum Technical and Financial Capacity as

specified then the Bidder shall be disqualified from the Bidding Process and the Bid

Security of such Bidder shall be returned and their Commercial Proposals shall not be

opened.

c) Incomplete Bids submitted with qualifying conditions or with conditions at variance

with the Terms and Conditions of this notice will be liable to be rejected.

d) In the event of a tie, the concerned bidders would be invited for negotiations and

asked to revise their rates. The Bidder who offers the maximum % share of

revenue to MMB, post negotiations, would be declared as the Successful Bidder.

e) The Successful Bidder shall be issued the Letter of Award about acceptance of

bid within seven (7) days from the date of acceptance of the price bid.

f) The Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and

return the duplicate copy of the LOA in acknowledgement thereof. In the event the

duplicate copy of the LOA duly signed by the Selected Bidder is not received by the

stipulated date, MMB may, unless it consents to extension of time for submission

thereof, appropriate the Bid Security of such Bidder as Damages on account of

failure of the Selected Bidder to acknowledge the LOA, and the next eligible Bidder

may be considered.

12. Signing of Agreement

Within Thirty (30) days from the date of issuance of the Letter of Award, a formal

agreement shall be entered into, between MMB and the Successful Bidder. The

date of commencement of contract shall be mentioned in the Agreement.

13. Payments by the successful bidder to MMB

a) 100% of the Annual license fee shall be deposited by the Successful Bidder with

MMB, upon accepting the Letter of Award and subsequently, by 10th April every

year. Any delay in payment of annual license fee would attract an interest of 18%

p.a. on outstanding amount.

b) All taxes / duties / levies, etc. and expenses, if any as applicable, shall have to be paid

entirely by the Successful Bidder.

c) The MMB share of gross revenue collected, as indicated under commercial

proposal of the Successful Bidder shall be paid to MMB on a monthly basis, latest by

5th day of every month. Any delay in payment will attract an interest of 18% p.a. on

outstanding amount.

20

d) Passenger levy as per instant rules, to be paid on monthly basis, latest by 05th day

of every month. Any delay in payment will attract an interest of 18% p.a. on

outstanding amount.

14. Termination

14.1 MMB may terminate the Contract anytime during the period of Contract for any of the

below mentioned reasons.

If the Selected Bidder /Consortium

a) has abandoned the Contract

b) has failed to maintain the performance standards set by MMB

c) has been in defiance of the instructions to the contrary, sublet any part of the Contract.

d) has acted in any manner detrimental to the interest, reputation, name or prestige of MMB.

e) has become untraceable.

f) has been declared insolvent/ bankrupt.

g) if any winding up proceedings are initiated against the Bidder/consortium members

h) has without authority acted in violation of the terms and conditions of this Contract

and has committed breach of terms of Contract in best judgment of MMB.

The termination letter would indicate the reasons for such termination. 14.2 When the Contract is terminated by MMB for all or any of the reasons mentioned

above the Company/ Consortium etc. shall not have any right to claim any compensation

on account of such termination. On such a termination, MMB shall have the right to

appropriate Performance Security towards the amounts due and payable by the

Company/Consortium etc. as per the conditions of Contract and return to the

Contractor excess money if any, left over.

15. Dispute Resolution

All disputes and differences whatsoever arising between the parties out of or relating to the

construction, meaning and operation or effect of this Tender and consequent Contract or the

breach thereof shall be mutually settled. However, in case no such mutual settlement is arrived

at, the matter shall be settled by arbitration in accordance with the provision of arbitration of the

Indian Arbitration & Conciliation Act, 1996 and any statutory modification or re-enactment

thereof and the Rules made there under and for the time being in force. The venue of arbitration

shall be at Mumbai unless otherwise agreed by Maharashtra Maritime Board.

16. Applicable law

The contract arising out of this tender shall be interpreted in accordance with the Law of India in

Mumbai Jurisdiction only.

21

17. Miscellaneous

MMB, 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 by, on behalf of and/or in relation to

any bidder; and/or

d) Independently verify, disqualify, reject and/or accept any and all submissions or other

information and/or evidence submitted by or on behalf of any bidder.

22

Annexure – I

(On letter head of the Bidder) To

Chief Executive Officer (CEO),

Maharashtra Maritime Board (MMB)

Indian Mercantile Chambers,

3rd Floor, Ramjibhai Kamani Marg,

Ballard Estate, Mumbai - 400001.

Subject: Selection of Ro‐‐‐‐Pax Vessel Operator across Ferry Wharf to Mandwa

Sir,

1. Being duly authorized to represent and act for and on behalf of (herein the

Bidder), and having studied and fully understood all the information provided in this

Request for Proposal (RFP), I…………………….. the undersigned hereby apply as a

Bidder for the “Selection of Ro‐‐‐‐Pax Vessel Operator across Ferry Wharf to

Mandwa” according to the terms and conditions of the offer made by Maharashtra

Maritime Board.

2. Maharashtra Maritime Board is hereby authorized to conduct any inquiries/ investigation to

verify the statements, documents and information submitted in connection with the Bid.

3. This Bid is made with full understanding that:

a) MAHARASHTRA MARITIME BOARD reserves the right to reject or accept any

Bid, modify/ cancel the bidding process, and/or reject all or any of the Bids.

b) MAHARASHTRA MARITIME BOARD shall not be liable for any of the above

actions and shall be under no obligation to inform the Bidder of the same.

c) In case our offer is accepted and if we fail to pay the amount in the manner

specified by MAHARASHTRA MARITIME BOARD, the amount of Earnest

Money and any further instalments paid by us under this offer shall stand

absolutely forfeited by MAHARASHTRA MARITIME BOARD.

4. I, the undersigned do hereby declare that the statements made, and the information

provided in the duly completed Bid forms enclosed are complete, true and correct in

every aspect.

5. We have read the terms and conditions of the offer detailed in the Request for Proposal

and are willing to abide by them unconditionally.

23

6. The offer made by us is valid for 360 days from the Bid Submission Date. We

understand that MAHARASHTRA MARITIME BOARD may require us to extend the

validity of the bid for such period as may be determined by MAHARASHTRA MARITIME

BOARD at its discretion.

Name:

For and on behalf of

(Name of Bidder)

24

Annexure - II

(Bidder details)

1. Particulars of the Bidder

a) Name:

b) Country of Incorporat ion I Nationality (as applicable):

c) Address of the corporate headquarters and its branch office(s), if

any, in India (as applicable):

d) Date of incorporation and/or commencement of business (as applicable):

e) The following documents are to be provided:

i. Certificate of Incorporation

ii. Audited Annual reports of last 3 financial years:

iii. Tax returns of last 3 financial years

iv. Copy of Permanent Account Number:

v. Copy of VAT Registration number

vi. Copy of Service Tax Registration number

vii. Statutory auditor certificate for

turnover viii. certificates of eligible

experience

{Above Information to be given for all members in case of Consortium)

2. Details of Authorized signatory of the Bidder

a) Name:

b) Designat ion (as applicable):

c) Address:

d) Telephone No./ Fax no.:

e) Email

3. Net worth Details (as applicable)

Year Net Worth (INR in Crores)

4. Details of person employment dealing with such operations/service:

a) Name:

b) Designat ion (as applicable):

25

c) Address:

d) Telephone No./ Fax no.:

e) Email

f) Number of years with the firm

g) Total number of years of experience

h) Details of previous employment starting with current employment

Signature of the Authorized Signatory of the Bidder Full Name Designation (as applicable) Name of the Company (as applicable) Address Date

26

Annexure‐‐‐‐III

(on non‐‐‐‐judicial stamp paper of INR 100)

Power of Attorney for signing of Bid

Know all persons by these presents, [We …………………………………………….. (name of the company) incorporated under the laws of India and having its registered office at [ ] “Company”] do hereby irrevocably constitute, nominate, appoint and authorize Mr. /Ms

(name), …………………… son/daughter/wife of ……………………………… and presently residing at …………………., who is presently employed with us 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, matters and things as are necessary or required in connection with or incidental to submission of our Bid for “Selection

of Ro‐‐‐‐Pax Vessel Operator across Ferry Wharf to Mandwa” pursuant to the RFP dated [__] (“RFP”) issued by the (the “Authority”) and for our

selection as Successful Bidder including but not limited to signing and submission of all Bids and other documents and writings, participate in pre-bid conferences and other conferences and providing information/responses to the Authority, representing us in all matters before the Authority, signing and execution of all contracts including the Concession/License Agreement and undertakings consequent to acceptance of our Bid, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our Bid for the said Project and/or upon award thereof to us and/or till the entering into of the Concession Agreement with the Authority.

AND

we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deed, matters 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.

Capitalized terms not defined herein shall have the meaning assigned to them under

the RFP. IN WITNESS WHEREOF, ………………………….,

THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………., 2….. For ……………………….. (Signature) (Name, Title and Address)

Witnesses:

(Notarized)

Accepted

…………………………… (Signature)

(Name, Title and Address of the Attorney)

27

Notes:

1. The Power of Attorney for signing of Bid must be submitted in original

2. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

3. Wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/ power of attorney in favor of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

4. For a Power of Attorney executed and issued overseas, the document will also have to be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued. However, the Power of Attorney provided by Applicants from countries that have signed the Hague Legislation Convention 1961 are not required to be legalized by the Indian Embassy if it carries a conforming Appostille certificate.

28

Annexure – IV

Power of Attorney for Lead Member

(on non‐‐‐‐judicial stamp paper of INR 100)

(In case of Consortium) Whereas the Authority has invited proposals from interested parties for “Selection of

Ro‐‐‐‐Pax Vessel Operator across Ferry Wharf to Mandwa.”

Whereas, _, and (collectively the “Consortium) being Members of

the Consortium are interested in bidding for the Project and implementing the Project in

accordance with the terms and conditions of the Request for Proposal (RFP) Document and

other connected documents in respect of the Project, and

Whereas, it is necessary under the RFP Document for the members of the Consortium to

designate one of them as the Lead Member with all necessary power and authority to do for

and on behalf of the Consortium, all acts, deeds and things as may be necessary in

connection with the Consortium’s bid for the Project who, acting jointly, would have all

necessary power and authority to do all acts, deeds and things on behalf of the Consortium, as

may be necessary in connection with the Consortium’s bid for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT;

We, M/s. _(Lead Member) and M/s (the

respective names and addresses of the registered office) do

hereby designate M/s.

being one of the members of the Consortium, as the

Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts,

deeds or things necessary or incidental to the Consortium’s bid for the Project, including

submission of application/proposal, participating in conferences, responding to queries,

submission of information/ documents and generally to represent the Consortium in all its

dealings with the Authority, any other Government Agency or any person, in connection with

the Project until culmination of the process of bidding and thereafter till the Concession

Agreement is entered into with the Authority.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member, our said

attorney pursuant to this Power of Attorney and that all acts deeds and things done by our

aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this the day of , 2017

(Executants)

29

Notes:

1. This Power of Attorney must be submitted in original.

2. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.

3. Wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a resolution/ power of attorney in favor of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

4. 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. However, the Power of Attorney provided by Applicants from countries that have signed the Hague Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Appostille certificate.

30

Annexure - V

Details of the Eligible Experience

Item Particulars

Title of the project

Nature of the project

Route of operation in the project

Entity for which the project

was developed/ma intained (with

Location

Date of commencement of project/ contract

Date of completion/ commissioning

Type of vessel:

Spec ificat ions and capacity

Details of number of passengers

transported yearly and related details

Equity shareholding

(with period during which equity was held)

Instructions: 1. Bidders are expected to provide information of for allEligible Project in this Annex .The

project cited must comply with the eligibility criteria specified. Informat ion provided in this

section is intended to serve as a backup for information provided in the Bid. Bidders

should also refer to the Instructions below.

2. Particulars such as name, address and contact details of owner/ Authority/ Agency

(i.e. concession grantor counter party to PPA, etc.) may be provided.

3. The date of commencement of the project must be mentioned. 4. The date of commissioning of the project, upon completion, should be indicated.

5. The equity shareholding of the Bidder, in the company owning the Eligible Project,

held continuously during the period for which experience is claimed, needs to be given

6. Experience for any act ivity relating to an Eligible Project shall not be claimed by two or

more Members of the Consortium. In other words, no double counting by a consortium

31

in respect of the same experience shall be permitted in any manner whatsoever.

7. Certificate from the Bidder's statutory auditor or its respective clients must be furnished for each Eligible Project. In case of applicants that do not have statutory auditors, the auditors who audit the annual accounts of the Bidder/ Member may provide the requisite certification.

8. It may be noted that in the absence of any detail in the above certificate, the information would be considered inadequate and could lead to exclusion of the relevant project in computation of Technical Capacity.

32

Annexure-VI

Commercial Proposal

Bidding criteria

Sr. No. Route % of Gross Revenue Share

% Share (Figure) % Revenue Share (Words)

1 Ferry Wharf to

Mandwa (Ro-Pax)

* In case of any disc repancy, the amount quoted in words w ill be considered as final

bid amount.

Payment to MMB

I/WE THE UNDERSIGNED, AGREE TO PAY XX % of the gross revenue (after

deducting passenger levy) from the sales of tickets as well as from the sale of food,

merchandise, advertising etc. on-board vesse ls, subject to minimum reserve gross

revenue share of 5%.

WE FURTHER ACKNOW LEDGE AND AGREE THAT:

1. I/We shall be paying the stipulated share of 10% on passenger levy to

MAHARASHTRA MARITIME BOARD (or the rate as amended by subsequent

Government regulations) in addition to the annual license fee as per Government

regulations and any other levies, taxes imposed by any other statutory bodies.

2. This offer is valid for a period of 360 days from the Bid Submission Date or such

extended date as may be determined by MAHARASHTRA MARITIME BOARD.

3. I/We further understand that the ticket rates quoted will be frozen for a period of

01(one) year from the date of entrustment of assignment and may be escalated

every year, in consultation with the MMB.

4. I/We have read and understood the terms and conditions of the Request for

Proposal and documents and hereby unequivocally and unconditionally accept

the same.

5. I/We understand that you are not bound to accept any proposal you receive.

6. In case our offer is accepted and if we fail to pay the amount in the manner

33

specified by MAHARASHTRA MARITIME BOARD, the amount of Performance

Security and any further instalments paid by us under this offer shall stand

absolutely forfeited by MAHARASHTRA MARITIME BOARD.

7. The decision of MAHARASHTRA MARITIME BOARD concerning this transaction shall be

final and binding on us.

We hereby declare that the information stated hereinabove is complete and correct and any

error or omission therein, accidental or otherwise, will be sufficient justification for

MAHARASHTRA MARITIME BOARD to reject our Bid and/or to cancel the award

Signature of the Authorized Signatory of the Bidder Full Name Designation (as applicable) Name of the Company (as applicable) Address Date

34

Annexure-VI I

Annual Average Turnover of the Firm

S.No. Year Turnover in INR

Seal and Signature, name and designat ion of the Chartered Accountant Seal and Signature, name and designat ion of the Authoriised Signatory For and on

behalf of...........................

35

Annexure‐‐‐‐VIII

ANTI BLACKLISTING CERIFICATE

(on a stamp paper of INR 100/-) I M/s. ……………… (Name of the Bidder), (the names and addresses of the registered office)

hereby certify and confirm that we or any of our promoter/s / director/s are not barred by

Government of India (GoI) / any other entity of GoI or blacklisted by any state government/

department / local government / agency in India or from abroad from participating in Project/s,

either individually or as member of a Consortium as on the (Bid Submission Date).

We further confirm that we are aware that our application for the captioned project would be

liable for rejection in case any material misrepresentation is made or discovered with regard to

the requirements of this RFP at any stage of the Bidding Process or thereafter during the

agreement period.

Dated:

Name and seal of the Bidder:

Sign of the authorised person:

Name of the designation of Authorised person:

36

Annexure‐‐‐‐IX

Undertaking

It is certified that the information furnished here in and as per the document submitted is true

and correct and nothing has been concealed or tampered with. We have gone through all the

conditions of RFP and are liable to any punitive action for furnishing false information /

documents.

Dated:

Name and seal of the Bidder:

Sign of the authorised person:

Name of the designation of Authorised person: