MP State Tourism Development Corporation Limited Paryatan...
Transcript of MP State Tourism Development Corporation Limited Paryatan...
MP State Tourism Development Corporation Limited Paryatan Bhawan, Bhadbhada Road, Bhopal
RFP for Appointment of Transaction Advisor for Development of Tourism Projects through
Private Sector Participation in Madhya Pradesh
Tender No: 5822/VII(Plg)/MPT Bhopal, dated: 16/06/2015 MP State Tourism Development Corporation invites Request for Proposal from interested parties for appointment of Transaction Advisor for Development of two Tourism Projects through Private Sector Participation in Madhya Pradesh.
RFP document can be obtained from the office of the" Chief General Manager(Planning) Ph. 0755-2776258 MPSTDC, Paryatan Bhawan, Bhadbhada Road, Bhopal,'' on payment of Rs. 5,000 only or can also be downloaded from www.mptourism.com.
Managing Director
1
R E Q U E S T F O R P R O P O S A L ( R F P )
FOR AP POINT MEN T OF
TRANSACTION ADVISOR
for
Development of Tourism Projects through Private
Sector Participation in Madhya Pradesh
MP State Tourism Development Corporation
Limited, Bhopal
JUNE 2015
2
DISCLAIMER
The information contained in this Request for Proposal document (“RFP”) or subsequently
provided to Applicants, whether verbally or in documentary or any other form by or on
behalf of the Authority or any of its employees or advisers, is provided to Applicants 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 or an offer by the Authority to the prospective Applicants 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
the Authority in relation to the Consultancy. Such assumptions, assessments and
statements do not purport to contain all the information that each Applicant may require.
This RFP may not be appropriate for all persons, and it is not possible for the Authority, 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 Applicant 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 Applicants may be on a wide range of matters,
some of which may depend upon interpretation of law. The information given is not
intended to be an exhaustive account of statutory requirements and should not be
regarded as a complete or authoritative statement of law. The Authority accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.
The Authority, its employees and advisers make no representation or warranty and
shall have no liability to any person including any Applicant 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.
3
The Authority also accepts no liability of any nature whether resulting from
negligence or otherwise however caused arising from reliance of any Applicant upon the
statements contained in this RFP.
The Authority 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 the Authority is bound to select an
Applicant or to appoint the Selected Applicant, as the case may be, for the
Consultancy and the Authority reserves the right to reject all or any of the Proposals without
assigning any reasons whatsoever.
The Applicant 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 the Authority or any other costs incurred in connection with or relating to its Proposal. All
such costs and expenses will remain with the Applicant and the Authority shall not be liable
in any manner whatsoever for the same or for any other costs or other expenses incurred by
an Applicant in preparation for submission of the Proposal, regardless of the conduct or
outcome of the Selection Process.
4
1.0 Table of Contents
S. No. Particulars Page
- Disclaimer -
1 Table of Content 5
2 Data Sheet 7
3 Introduction and Background 10
3.1 Introduction 10
3.2 Project Objectives 10
3.3.1 Overview 10
4 Request for Proposal 12
4.1 RfP 12
4.2 Sale of RfP 12
4.3 Earnest Money Deposit 13
4.4 Validity 14
5. Consultancy Services Objectives of 14
6 Terms of Reference/Scope of Work 15
7 Deliverables and Duration of Services 16-17
8 Payment Schedule 18
9 Project Process 19
10 Eligibility Criteria 19-22
11 Brief Description of Selection Process 23
12 Terms and Conditions 24
13 Evaluation and Selection process 25
14 Contents of Proposal 25-27
15 Submission of proposal 28
16 Pre-Bid Conference 28
17 Last Date for Submission 28
17 Schedule I - Details of Projects 29-30
5
Technical Proposal- Standard Forms ............................................................................................................... . 30
FORM TECH 1: Letter of proposal submission .............................................................................................. 31
F OR M TE CH 2 : Transaction Adviser’ s organization and experience .......................................... 32
FORM TECH 3: Comments and suggestions on the terms of reference and on counterpart staff and facilities
to be provided by the employer ........................................................................................................................ . 35
FORM TECH 4: Description of approach, methodology and work plan for performing the assignment/job . 36
FORM TECH 5: Team composition and task assignment/jobs ........................................................................ . 37
FORM TECH 6: Curriculum vitae (cv) for proposed professional staff........................................................... 38
FORM TECH 7: Information regarding any conflicting activities and declaration thereof ........................... 41
FORM TECH 8: Eligible Assignments of Applicants 41
Financial Proposal - Standard Forms ................................................................................................................ 42
FORM FIN 1: Financial proposal submission form ........................................................................................ . 43
FORM FIN 2: Format for financial proposal .................................................................................................. . 44
6
2.0 DATA SHEET
1 Name of the Authority: Managing Director,MP State Tourism Development
Corporation Limited, Government of Madhya Pradesh, Bhopal
2 Method of Selection: Least Cost Basis
3 Financial proposal to be submitted along with the Technical Proposal: Yes
4
A Pre-Bid Conference will be held: Yes Date.2nd July 2015 Time: 1100 hrs. Venue:
M.P. State Tourism Development Corporation
Limited, Paryatan Bhawan,
Bhadbhada Road,
BHOPAL – 462003.
A maximum of two representatives of each bidder shall be allowed to participate
on production of an authority letter from the bidder.
During the course of Pre-Proposal Conference, the bidders will be free to seek
clarifications and make suggestions for consideration of the Authority. The
Authority shall endeavor to provide clarifications and such further information
as it may, in its sole discretion, consider appropriate for facilitating a fair,
transparent and competitive Selection Process.
Bidders requiring any clarification on the RFP may send their queries to the
Authority in writing. All written queries should reach the Authority Representative
by Email with an attachment in MS-Word two days prior to the pre-bid
conference date. All queries should be directed to the Authority’s Representative
details provided below. The Authority shall endeavor to respond to the queries
within the period specified therein but not later than 7 days prior to the Proposal
Due Date. The Authority reserves the right not to respond to any questions or
provide any clarifications.
5
Authority Representative/ Point of contact for any queries related to the RFP:
Chief General Manager (Planning)
M.P. State Tourism Development Corporation
Limited, Paryatan Bhawan,
7
Bhadbhada Road
Bhopal – 462003
Tele : 0755-2776258
Fax : 0755-2775434/2774289
Website : www.mptourism.com
E-mail : [email protected]
6 Proposal should remain valid for 120 days from the proposal due date
7 The Transaction Advisor is required to include with its Proposal written confirmation of authorization to sign on behalf of the Consulting Firm: Yes
8 The Transaction Advisor must submit the original and one copy of the Technical Proposal and one original copy of the Financial Proposal.
9
The Consulting Firms are required to submit sealed Technical Proposal and
separately sealed Financial proposal. Email submissions are not allowed.
Two separately sealed envelopes containing ‘Technical Proposal’ and ‘Financial
Proposal’ shall be kept in a third envelope. This envelope will be sealed and
should be marked properly indicating the contents, "Proposal for Appointment
of Transaction Advisor for Development of Tourism Projects through
Private Sector Participation in Madhya Pradesh”. The name of the
Consulting firm submitting the proposal must also be clearly indicated on the
envelope.
Each proposal (Technical and Financial separately) shall be hard bound and
serially numbered. Financial figures shall be laminated/covered with transparent
adhesive tape.
10 An Earnest Money Deposit (EMD) must be submitted : YES, alongwith the Bid
Proposal.
11 The Amount for EMD : Rs. 2,00,000.00 only (Rupees Two Lacs only)
12 Format for EMD : Bank Draft drawn in favour of “M .P. State Tourism
Development Corporation Limited” payable at Bhopal
13
EMD will be returned not later than 120 days from Proposal Due Date,
except in case of the 2 Lowest-ranked bidders. EMD of the 2nd ranked
bidder shall be returned on signing of the agreement with the selected
bidder. The selected bidder’s EMD shall be returned upon completion of
the proposed assignment. Bids not accompanied by the EMD shall be
rejected.
14 Proposals must be submitted no later than the following date and time:
17th July 2015 at 1500 hours. Bid received after this time will not be
8
entertained nor considered.
15
Address for submission of the Proposal:
Managing Director,
M.P. State Tourism Development Corporation
Limited, Paryatan Bhawan, Bhadbhada Road,
BHOPAL – 462003
Tele : 0755-2774450
Fax : 0755-2775434/2774289
Website : www.mptourism.com
E-mail : [email protected]
16 Expected date for public opening of Technical Proposal: On date 17th July 2015 at 1600 hours
17 Expected date for opening of Financial Proposal of eligible bidders: (to be
notified).
18
Cost of RFP document to be paid: Yes, Rs.5000.00 (Rs. Five Thousands only)
to be paid by a Demand Draft in favour of” M.P. State Tourism Development
Corporation Limited” payable at Bhopal.
9
3.0 INTRODUCTION & BACKGROUND
3.1 INTRODUCTION
MP State Tourism Development Corporation Ltd. (“the Authority”) has been formed with an
objective of promoting tourism in the state of Madhya Pradesh (M.P).
The Authority is engaged in development of various Tourism related
infrastructure/facilities and providing services e.g. identifying tourism places, developing
Tourist hotels, Resorts and Guest Houses and developing activities for entertainment
facilities for promoting tourism in state.
For encouraging Tourism, the State Government has also announced a policy for
providing land for development/promotion of Tourism through Private Sector
Participation.
In accordance with the State Policy and in pursuance of its objectives the Authority wants
to develop tourism projects on various lands and heritage properties available with it,
having potential for tourist attraction at various locations in the state.
In pursuance of above, the Authority has identified 02 (two) heritage properties- Minto
Hall and Madhavgarh Fort in possession with it at Bhopal and Satna and wishes to
develop these properties through Private Sector Participation-(PSP mode) (“The
Project”)
3.2 PROJECT OBJECTIVES:
The main Objectives of the proposed Project are:
-To provide state- of- the- art quality infrastructure facilities and services to the tourists
in the state at reasonable/affordable cost.
-To help encourage heritage Tourism Development in the State.
-To exploit Tourism Potential in the State.
-To encourage Private Sector Investment and to Utilize their expertise in the field.
-To attract tourists in the State. 3.3 PROJECT OVERVIEW: 3.3.1: The Authority intends to develop following 02 (TWO) Heritage Tourism Projects
through Private Sector Participation(PSP);
10
S.No. Name of the
Property
City Area
1 Minto Hall Bhopal 1.Heritage building- Total premises 5.33 acres and building itself 37660 sft. built up. This is to be converted into a convention hall of around 500 capacity. 2. Present location of Aquarium – Total land is around 10.39 acre on which aquarium with built up area of 124589 sft. This is to be converted into a 5 star hotel of more than 100 rooms after demolishing the aquarium.
2 Madhavgarh Fort Satna Total land is approx. 3.56 acre on which a heritage hotel is to be established.
3.3.2: The Proposed Tourism Projects are to be developed through Private Sector
Participation (PSP) on land Lease, Design, Build, Finance, Operate basis. The properties
alongwith enclosed land will be provided by the Authority on Development
agreement basis to the Private Sector D enveloper as per the policy of the Government
of Madhya Pradesh in this regard. The details of the projects to be taken-up for
development has been attached at Schedule 1.
The properties shall be used for the Tourism Projects for development of
International convention hall and Five Star category hotel at Minto hall, Bhopal
and heritage Hotel at Madhavgarh Fort, Satna
11
4.0 REQUEST FOR PROPOSAL:
4.1 REQUEST FOR PROPOSAL (RfP):
In its pursuits to further the objectives as well as faster, efficient and cost effective implementation,
The Authority intends to develop above referred 02 (Two) Tourism Projects through Private Sector
Participation(PSP) basis.
To accomplish the task the Authority proposes to procure the services of a Competent Consulting
Firm (The " Transaction Advisor") for preparation of Project Plan, Project Development, Pre
feasibility study, providing Commercial and Financial Guidance, marketing of the projects,
interaction with private Sector, Bid Process Management and Selection of Private Sector
Developers for the Projects.
The Services of the Transaction Advisor will be required till the signing of the Agreements. The
Transaction Advisor will assist the Authority in all matters of the Projects including the warranties and
the undertakings required to be obtained from various Project players at various stages and carrying
out the’ Due Deligence’ on behalf of the Authority.
The Authority, through this Request for Proposal (RfP) invites proposals (The “Proposals”) from
interested Consulting Firms meeting the Eligibility Criteria as set forth in the RfP for the selection of
a Consulting Firm (The Transaction Advisor) who shall provide Consulting Services for the
development of Tourism Projects through the PSP as per the Terms of Reference/Scope of Work
specified in the RfP.
The Authority intends to select the Transaction Advisor through an open competitive bidding in
accordance with the Procedure set out herein.
4.2 SALE OF RfP DOCUMENT:
RfP Document can be obtained during office hours from MP State Tourism Development
Corporation Limited, Paryatan Bhawan, Bhadbhada Road, Bhopal on all working days on payment of
a fee of Rs. 5,000 (Rupees Five Thousand only) in the form of a Demand Draft drawn in favour of
‘MP State Tourism Development Corporation Limited’ payable at Bhopal. The document can also be
downloaded from the official website of the Authority www.mptourism.com, if the RfP document is
downloaded from the website the bidder will have to submit the Demand Draft of Rs. 5,000 (Rupees
Five Thousand only) in favour of ‘MP State Tourism Development Corporation Limited ’ payable at
Bhopal during the submission of the proposal(alongwith the Bid/Proposal).
12
4.3 EARNEST MONEY DEPOSIT (EMD):
In terms of the RFP, a Bidder will be required to deposit, along with its Bid, an Earnest
Money Deposit (EMD) of Rs. 2.00 lac (Rupees Two lacs only) (the "EMD"), refundable not
later than 120 (One Hundred and Twenty) days from the Proposal Due Date, except in the
13
case of the selected Bidder whose EMD shall be retained till the completion of the
assignment. The Bid shall be summarily rejected if it is not accompanied by the EMD.
The EMD is to be paid by way of Demand Draft drawn in favour of " M. P. State Tourism
Development Corporation Limited " payable at Bhopal.
4.4 VALIDITY OF THE PROPOSAL:
The Proposal shall be valid for a period of not less than 120 days from the Proposal Due
Date (PDD).
5.0 OBJECTIVES OF CONSULTANCY SERVICES:
The overall objective of Consultancy services for the proposed project is to carryout
Project Pre Feasibility Study, advise on structuring and implementation of the project
under PSP mode that will allow the project to be completed in a timely and cost
effective manner, maximizing “Value For Money”. The Transaction Advisor will assist
the Authority in determining the transaction structure, institutional setup/arrangement,
execution arrangement and carrying out Bid Process Management including Bidding
Documents.
The other objectives are:
- To successfully develop a comprehensive PSP structure and its legal, commercial and
financial guidance documents, to assist the Authority in selection of Private Sector
Developer for the proposed projects and to continue to assist till the signing of the
Agreements.
- To build support implementation plan.
- To build capacity for escorting and facilitating identification of various
permissions/clearances, etc. required for the project.
The Transaction Advisor will undertake all activities in accordance with the Terms of
Reference/ Scope of Work.
14
6.0 TERMS OF REFERENCE AND SCOPE OF WORK:
6.1 TERMS OF REFERENCE (TOR):
The Two Properties identified may be used for :
i. Development of International Convention Centre and 5 Star Hotel at Minto Hall, Bhopal
ii. Development of Heritage Hotel at Madhavgarh Fort, Satna
Consulting Firm (The " Transaction Advisor") will develop suitable Project Plan, Project
Development, Pre feasibility study, providing Commercial and Financial Guidance,
marketing of the projects, interaction with Private Sector, Bid Process Management and
Selection of Private Sector Developers for the Projects.
6.2 SCOPE OF WORK:
The Scope of Work for the assignment is as following:
Concept note including site plan, conceptual and indicative design and drawings,
layouts and master plan, separately for each location.
Preparation of Pre Feasibility reports (separately for each location). Prepare a pre-qualification criteria for each location for private sector
developers and finalize the same in discussion with the Authority.
Prepare the RFQ cum RFP documents; draft Development Agreements to be
entered into by the private developer and the Authority, the Project
Information Memorandum (PIM), Bidding Formats, Advertisement, Bid
Evaluation Criteria and other relevant documents.
15
Conduct the entire Bid Management Process for the Authority.
The Project Information Memorandums would contain the relevant information
on the site and development controls, which would be necessary for prospective
bidders to prepare bids.
The draft lease agreements will be developed based on an assessment of the
risks involved in the project and the appropriate allocation of these risks and will
be a comprehensive document covering the rights and obligations of both
parties to the agreement, provisions for monitoring the private sector
developer, reporting requirements, processes for dispute resolution, force
majeure events, etc. Issue the RFQ & RFP documents and Marketing of the
Projects: This would entail attracting suitable parties and prospective investors
outreach with domain experience to be involved with the project.
Hold discussions with prospective bidders (including organizing pre-bid sessions
as may be required) to understand and address their concerns & to reply the
queries raised by prospective bidders after approvals from the Authority
Evaluate bids received and recommending to the Authority the bidders with
whom the agreements may be signed for implementation of the project/s.
Provide any other assistance as may be required by the Authority in negotiating,
finalization and concluding the agreement with the selected bidder
Assist the Authority in preparation and signing of LoA and Lease Agreement with
the selected bidder
7.3 DELIVERABLES AND TIME SCHEDULES:
7.3.1 Deliverables and Time Schedules:
S.No.
Deliverables
Timeline from the date of
commencement *
1
Submission of Concept note for
each of the Project Location.
15 days
2
Preparation and submission of
draft Feasibility reports for each
project, indicative design,
drawings, layouts and master
plan, likely Qualification Criteria
for potential private
parties/bidders, RFQ cum RFP
documents, Lease Agreement to
be entered in to by
30 days
16
the bidders and the Authority,
Project Information
Memorandum(PIM) for each
project, Bidding formats, Bid
Evaluation Criteria and process,
Advertisement to be published
and all other relevant documents
as may be necessary/required by
the Authority
3
Finalization of all the above
documents/agreements in
consultation with Authority.
50 days
4
Issue of RFQ cum RFP documents
60 days
5
Bid Evaluation Reports
100 days
6
Issue of LOA
110 days
7
Signing of Agreements
120 days
(Note: * Timelines are indicative. Authority may assess the same as per project needs.)
7.3.2 Total Duration of Services:
The Transaction Advisor will work for the Authority till the execution of the Agreements for the
above Projects. The total duration of the entire project is expected to be approx 4 months.
The Transaction Advisor must have sufficient manpower inputs to comply with the Scope of
Services.
The total Duration and time line for the above deliverables shall normally not exceed 120 days.
The Transaction Advisor is required to ensure that the total envisaged work is normally
completed within 120 days.
17
8.0 PAYMENT SCHEDULE:
8.1 TOTAL FEE:
The Fee for the proposed assignment (project as a whole, i.e., for all the 2
properties) shall be quoted as a Lumpsum fixed amount in Indian Rupees.
Conditional proposals shall be summarily rejected.
8.2 FEE PAYMENT STRUCTURE:
The following table details out the payment structure (Fee Payment Terms ).
S.No.
Deliverables
Payment schedule
1
Submission of Concept note/s
5%
2
Submission of draft Pre Feasibility reports,
Bid Process Design, qualification criteria,
RFQ/RFP, inter-alia Lease Agreement to
be entered into by the developer and the
Authority, the Project Information
Memorandum, Bidding
Formats, advertisement, and Bid Evaluation
criteria and other relevant documents.
10%
3
Submission of Final Documents and issue of
RFQ/RFP documents
15%
4 Issue of LOI 30%
5
Signing of lease agreement
40%
18
Note & Clarification: The payment of the 30% of the quoted amount will be done after the
submission, approval and issuance of RFP document. All payment beyond this stage are
based on the performance of the selected ‘Transaction Advisor’. Remaining stage
payment will be done as per the weightage provided in the list of projects (schedule 1)
depending on the efforts made by the financial advisor and participation by the
prospective bidders. For example if no bidder participates in any of the listed projects the
Transaction Advisor shall not be eligible for the payments of the remaining stages for the
specified projects.
8.3 The quoted fee shall include all expenses, whatsoever, such as legal fees and all out of
pocket expenses etc. to be incurred by the Transaction Advisor to complete the assignment.
8.4 Service Tax/(S) as applicable, shall be indicated by the Transaction Advisor on total fee
separately.
8.5 The Bids shall be evaluated on “LEAST COST BASIS”.
8.6 In case Authority decides to abandon the project for any reason, whatsoever, at
anytime, the payment of the Transaction Advisor shall be restricted up to the stage the
services have actually been provided by the Transaction Advisor.
9.0 PROJECT PROCESS:
9.1 Methodology
This will vary for each output. However, recommendations should be based on (i) Analysis of
the situation; (ii) Best Practice elsewhere; (iii) Feasibility based on the Govt. of MP context,
as well as dialogue and consensus between representatives of business, Government as
well as civil society.
9.2 Working Conduct
The Transaction Advisor will work in close association with the Authority which is the
implementing agency to take this work forward and GoMP which is supporting the project
development.
10.0 ELIGIBILITY CRITERIA (QUALIFICATIONS)- REQUIREMENT OF CONSULTING
FIRM:
10.1 The Consulting Firm will be required to provide qualified personnel including
experts in the relevant sector, Private Sector Partnerships, investment promotion,
project preparation and appraisal, policy and legal issues. The Transaction Advisor
will be required to be available at a short notice as and when required by the
Authority at their office in Bhopal.
19
10.2 All the prospective Transaction Advisors shall have sufficient qualified
personnel, sub- Advisers, and resources to accomplish all the services described
herein within the prescribed time. The Transaction Advisor should be capable of
furnishing all necessary professional, technical, and expert services as required to
complete all the elements of Consultancy assignment described in the TOR/Scope of
Work. Authority is seeking Transaction Advisors, which can bring together a team of
professionals and sub- professionals capable of completing all aspects of the
Consultancy assignment. This will require a high degree of management and
technical expertise and experience directly related to Private Sector Partnership for
similar projects.
10.3 ELIGIBILITY CRITEIA/ MINIMUM QUALIFICATIONS - TECHNICAL PROPOSAL: The Transaction Advisors/ Consulting Firms are required to meet following minimum
eligibility criteria to qualify for the Project :--
10.3.1 Financial Capability:
A): Turn Over:
The applicant’s annual turn over from consultancy work should be minimum
Rs.10.00crores ( Rs. Ten Crores only) per annum during the last three financial
years i:e 2012-13, 2013-14 & 2014-15.
The applicants are required to submit copies of audited Balance Sheet and Profit
and Loss accounts as well as a Certificate duly signed by the Statutory Auditors
certifying the turn over detail.
B): Net Worth:
Applicant’s Networth during the Last Financial Year(Audited) i:e 2014-15 should
not be less than Rs. 2.00 Crores ( Rs. Two Crores only). Applicants are required to submit duly signed Certificate from Statutory Auditor
certifying the networth of the Applicant.
Networth shall mean the sum of subscribed and paid- up equity and reserves from
which the sum of revaluation reserves, miscellaneous expenditures not written-off
and reserves not available for distribution to equity share holders shall be deducted.
20
10.3.2 Technical Capability: A): EXPERIENCE:
a) The Applicant firm must have direct Consultancy/advisory experience with
atleast 5 (five) PSP/PPP based projects during the last 10 years. i.e. 2005-06 to
2014-15 excluding consultancy / advisory experience in Roads/ Highway sector.
b) The projects quoted for experience should be of minimum value of Rs.30.00
crore each. However, in case of Tourism/ Hospitality sector minimum value of
project Rs. 15.00 crore will be considered.
c) Out of above mentioned 5 (five) projects quoted for experience atleast for 3
(Three) projects letter of awards (LoA) have been issued and the development
agreement have already been signed between the Government Authority and
Private Developer.
21
B): CONSULTANCY TEAM:
The Transaction Advisor shall be required to deploy a full time Consultancy
Team for accomplishing the assignment. All the Team members(The “Key
personnel”) proposed by the applicant should essentially meet the required
qualifications and experience criteria as given here under:
The Consultancy Team(The Key Personnel )shall consist of atleast the following
Key personnel:
Key
Personnel
Qualification Responsibilities Minimum experience on eligible assignments
Team
Leader
MBA (Masters in Finance/ Economics)
He/She will lead, co-ordinate and supervise the Consultancy Team for delivering the Consultancy in a timely manner as envisaged in this RFP. He/She shall not delegate his responsibilities except with the prior written approval of the Authority.
10 years in project development on PSP basis including familiarity with project agreements, tendering agreements, project structuring, risk management & successful project implementation of at least 3 projects of similar nature.
Sector
Specialist
MBA/CA/Post graduate in Tourism & Hospitality
He/She would be responsible for giving sector specific inputs related to tourism sector and other related inputs. Structuring of the project based on its feasibility shall be the responsibility of the sector specialist.
7 years in Project development
including familiarity with tourism
projects agreements, project
structuring, risk management &
successful project implementation
of at least 3 projects of similar
nature.
Financial
Expert
MBA (Finance)/CA
He/She would be responsible for undertaking and assessing the Financial feasibility of the project and evaluation with value for money analysis for the project.
7 years in assessing the feasibility of projects of similar nature
Legal
Expert
Law Graduate He/She shall be responsible for the drafting of Legal/Lease agreement and assistance in signing of the agreement with the selected player
7 years in drafting of legal/lease/concession/ Development agreement, and legal documents.
22
10.4 Availability of Key Personnel: The bidder shall ensure that the above Key
Personnel along with other sub-professionals, such as Architects, Structural
Engineering expert, Civil Engineering, Social safeguards, Environmental and/or other
related medical expert, etc required for the assignment are available. The Authority
will not normally consider any request of the selected bidder for substitution of Key
Personnel during negotiations. Substitution, will, however be permitted if the Key
Personnel is not available for reasons of any incapacity or due to health, subject to
equally or better qualified and experienced personnel being provided to the
satisfaction of the Authority.
Team Leader proposed for assignment shall not be allowed to change. As a
condition to such substitution, a sum equal to 5% (five per cent) of the total fee shall
be deducted. In the case of a second substitution hereunder, such deduction shall be
10% (ten per cent). Any further substitution may lead to disqualification of the
Applicant or termination of the Agreement. However, Authority reserves the right to
waive such charges.
11.0 BRIEF DESCRIPTION OF THE SELECTION PROCESS:
The Authority has adopted a Single-Stage, Two Envelop bidding process (collectively
referred to as the “Bidding Process”) for selection of the bidder/Transaction Advisor for
award of the Project assignment. The first stage of the evaluation (the “Qualification-
Technical Proposal Stage”) of the process involves Qualification ( Financial Capability,
Experience and Consultancy Team) of interested parties (the “Bidder”), in accordance
with the provisions of this RFP .
At the end of first stage, the Authority will announce a list of all pre - qualified Bidders
who are qualified and eligible for evaluation in the Second stage (The Financial
Proposal Stage) and whose financial bids can be opened and evaluated in accordance
with the provisions of the RFP. The Financial Bids of all the short listed/qualified
bidders will be opened on a pre-decided date and time. All qualified bidders will b e
invited to the opening of financial bids.
The Bidder quoting the lowest Fees will be selected as the Transaction Advisor.
23
12.0 TERMS AND CONDITIONS
12.1 The Applicant(s) shall bear all costs associated with the preparation and
submission of its proposal and contract negotiation.
12.2 All documents submitted by the Applicant(s) will be treated as confidential, and
will not be returned to Applicant(s).
12.3 Authority reserves the right to accept or reject any or all applications, without
thereby incurring any liability to the affected Applicant(s) or any obligation to inform
the Applicant(s). Authority also reserves the right not to award or enter into any
contract or agreement with any Applicant(s), and may terminate the procurement
process at any time without thereby incurring any liability to any Applicant.
12.4 Failure by any Applicant(s) to provide all of the information required in the
proposal or any additional information requested by Authority may lead to rejection of
the Applicant’s proposal in its entirety.
12.5 Applicants have an obligation to disclose any actual or potential conflict of
interest. Failure to do so may lead to disqualification of the Applicant or termination
of its Contract at any stage.
12.6 A recommendation for award of Contract will be rejected if it is determined that
the recommended Consulting Firm has directly, or through an agent, engaged in
corrupt, fraudulent, collusive, or coercive practices in competing for the contract in
question; in such cases the Authority will declare the Consulting Firm and / or
members of the consortium ineligible, either indefinitely or for a stated period of time
and will be blacklisted.
12.7 Wherever required by applicable laws, Authority shall deduct taxes at source,
from the amounts payable, and shall provide to the Transaction Advisor the
appropriate tax deduction certificate evidencing payment of such taxes.
12.8 The Transaction Advisor shall submit to Authority two(2) copies of the final
output envisaged in the Scope of Services including the RFP and the Agreement for
each location. All the reports and agreements shall also be submitted on CDs (2 set)
containing all basic as well as processed data.
12.9 In case of difference in Original and copy of submission, the Original shall
prevail.
12.10 Once submitted, the proposal, including the composition of the consulting
team, cannot be altered without the prior written consent of the Authority.
24
12.11 The applicant has to submit an Earnest money Deposit (EMD)of Rs.
2,00,000.00 (Rupees Two Lacks only) in the form of Bank Draft drawn in favour of
“MP State Tourism Development Corporation Limited.” payable at Bhopal.
13.0 EVALUATION AND SELECTION PROCESS:
13.1 Evaluation of Technical Proposal (Qualification): The evaluation of Technical Proposal will be made on the basis of qualification
( financial and technical capabilities ) and experience of the Consultancy firm as
well as the project team proposed by the Consultancy Firm for this assignment.
The Consultancy Firm, who does not possess the required qualifications and
experience, will not be considered for opening of Financial Proposal. Authority
reserves the right to judge, appraise, and reject any or all proposals.
13.2 Evaluation of Financial Proposal For financial evaluation, total cost of financial proposal will be considered. This
however, does not include service tax, which is reimbursable.
The Authority will determine whether the financial proposals are complete, correct
and free from any computational errors and indicate correct prices in local currency
(Indian Rupee).
13.3 Selection of Transaction Advisor
The Applicant meeting the qualification criterion and quoting the Lowest Fee would be selected as the Transaction Advisor.
The Authority will notify the selected Consultancy Firm in writing by registered letter,
cable, telex, e-mail or facsimile.
After finalization of detailed scope of work, terms & conditions, schedule, and
professional fee for the services, the firm selected will be required to enter into a
contract agreement with the Authority to provide the envisaged services described in
the Scope of work.
14.0 CONTENTS OF PROPOSAL
14.1 The proposal should be submitted as follows:-
- Technical Proposal: - In two sets one original and one copy.
- Financial Proposal: - In one original copy
25
In the prescribed formats as under:
Technical/Qualification Proposal
FORM TECH-1: LETTER OF PROPOSAL SUBMISSION with Power Of Attorney
FORM TECH-2:TRANSACTION ADVISOR’S ORGANIZATION AND EXPERIENCE
FORM TECH-3: COMMENTS AND SUGGESTIONS ON THE TOR
FORM TECH-4: DESCRIPTION OF APPROACH, METHODOLOGY AND WORK
PLAN
FORM TECH-5: TEAM COMPOSITION AND TASK ASSIGNMENT/JOBS
FORMTECH-6: CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
FORM TECH-7: INFORMATION REGARDING ANY CONFLICTING ACTIVITIES
FORM TECH-8: DETAILS OF ELIGIBLE ASSIGNMENTS OF APPLICANTS:
Financial Proposal
FORM FIN-1: FINANCIAL PROPOSAL SUBMISSION LETTER
FORM FIN-2: FORMAT FOR FINANCIAL PROPOSAL
Standard Format for submission of the Proposal are enclosed with this RFP
Brief description of the submission of the proposal is given as under:
14.2 Transmittal Letter and Title Page
Include a transmittal letter containing a brief statement of the respondent’s
understanding of the work to be done and an indication of positive interest in
performing this work for Authority.
14.3 Table of Contents
Include a Table of Contents listing the various sections included in the proposal.
14.4 Proposal Contents
Each Consultancy Firm must include in the proposal an Executive Summary that
summarizes important features of the proposal, brief description of the Consultancy
26
Firm’s approach to the scope of work, a description of the project team, and a
description of how the proposed team meets the requirement set forth in this RFP.
The Executive Summary should not be more than 2 to 3 pages.
14.5 Team Identification and Organizational Chart
Identify your firm and each key professional by name, primary representative and
title, address of offices, telephone and fax numbers and email address. Indicate the
business structure of your firm (i.e., whether your firm is a corporation, joint venture,
partnership, or sole proprietor). Indicate the name(s) of the owner(s) of your firm.
14.6 Services and Work Plan
The proposal should include a work plan describing the services, approach and
methodology proposed for accomplishing the scope of work. The proposed phasing
of the project should be discussed. The proposal should be sufficient in detail to
allow an objective analysis of the firm’s capabilities and envisioned work plan in
comparison with competing firms. Discuss the roles and responsibilities of the project
team.
14.7 Qualifications and Experience
The proposal must supply information concerning the qualifications and experience
of the proposed project team for this assignment.
14.8 Power of Attorney
An authorized person of the firm shall sign the proposal, on behalf of the firm. The
Power of Attorney of the authorized person should be on stamp paper duly notarized
or Board resolution should be submitted along with the proposal. All necessary
forms and statements for the various miscellaneous provisions explained in this
document must be completed, properly signed, and submitted with the proposal.
14.9 Undertaking regarding conflict of Interest
Consultancy Firm must submit an undertaking clearly indicating that they or their
associates will not participate directly or indirectly in submitting bid on behalf of the
Private Entrepreneur so that there will not be any conflict of interest.
27
14.10 Proposal Validity Period
Proposal Validity Period must be minimum 120 days from the Proposal Due Date.
15.0 SUBMISSION OF PROPOSALS
The Consultancy Firms are required to submit sealed Technical Proposal and
separately sealed Financial proposal. Two separately sealed envelops containing
‘Technical/Qualification Proposal’ and ‘Financial Proposal’ shall be kept in a third
envelope. This envelope will be sealed and should be marked properly indicating the
contents, "Proposal for Appointment of Transaction Advisor for Development of
Tourism Projects through Private Sector Participation in Madhya Pradesh. Each
proposal (Technical and Financial separately) shall be hard bound and serially
numbered. Financial figures shall be laminated/covered with transparent adhesive
tape.
Written responses to the RFP must be prepared as specified to form, content, and
sequence as stated in earlier sections of this Request for Proposals. No additions or
changes to a proposal shall be allowed after the submittal date.
16.0 PRE-BID CONFERENCE
A pre- bid meeting will be held on 2n July 2015 at 1100 hrs.
17.0 LAST DATE FOR SUBMISSION OF PROPOSAL
Last Date for Submission of Proposal is 17th July 2015 up to 1500 hrs. Authority
will not consider any proposals received late.
28
Schedule 1
Details of Projects
29
Project Details
S.No. Name of the
Property
City Area
1 Minto Hall Bhopal 1.Heritage building- Total premises5.33 acres and building itself 37660 sft. built up. This is to be converted into a convention hall of around 500 capacity. 2. Present location of Aquarium – Total land is around 10.39 acre on which aquarium with built up area of 124589 sft. This is to be converted into a 5 star hotel of more than 100 rooms after demolishing the aquarium.
2 Madhavgarh Fort Satna Total land is approx. 3.56 acre on which a heritage hotel is to be established.
30
Technical Proposal- Standard Forms
31
FORM TECH 1: LETTER OF PROPOSAL SUBMISSION
[Location, Date]
Subject: Selection of Transaction Advisor for DEVELOPMENT OF Tourism Projects through Private Sector Participation in Madhya Pradesh by MPSTDC, Bhopal.
Dear Sir,
We, the undersigned, offer to provide the consulting Assignment/job for Consultancy in
accordance with your Request for Proposal dated [Insert Date]. We are hereby submitting
our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under
a separate envelope. We hereby declare that all the information and statements made in this
Proposal are true and accept that any misinterpretation contained in it may lead to our
disqualification.
Our Proposal is binding upon us and subject to the modifications resulting from Contract
negotiations.
We understand you are not bound to accept any Proposal you receive. We remain,
Yours sincerely,
Authorized Signatory [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
32
FORM TECH 2: CONSULTANT’S ORGANIZATION AND EXPERIENCE
A - Organization
i. Experience of the Lead Consultancy Firm : Summary credentials specifying
infrastructure PSP projects (project titles and /or project overview) successfully
awarded (India and overseas);
[Provide here a brief description of the background and organization of your firm/entity and
each associate for this Assignment/job. The brief description should include ownership
details, date and place of incorporation of the firm, objectives of the firm etc. Also if the
Consultant has formed a consortium, details of each of the member of the consortium, name
of lead members etc shall be provided]
B - Experience
[Using the format below, provide information on each Assignment/job for which your firm,
and each partner in the case of consortium or joint venture, was legally contracted either
individually as a corporate entity or as one of the major partners within an association, for
carrying out consulting Assignment/job similar to the ones requested under this
Assignment/job (If possible, the employer shall specify exact assignment / job for which
experience details may be submitted). In case of consortium, association of Consultant, the
Consultant must furnish the following information for each of the consortium member
separately]
33
Firm Name:
1 Assignment/job name:
1.1 Description of Project
1.2 Approx. value of the contract (in Rupees):
1.3 Country:
1.4 Location within country:
1.5 Duration of Assignment/job (months) :
1.6 Name of Employer/Authority/Client:
1.7 Address:
1.8 Total No of staff-months of the Assignment/job:
1.9 Approx. value of the Assignment/job provided by your firm under the contract
(in Rupees):
1.10 Start date (month/year):
1.11 Completion date (month/year):
1.12 Name of associated Consultant, if any:
34
1.13 No. of professional staff-months provided by associated Consultants:
1.14 Name of senior professional staff of your firm involved and functions
performed.
1.15 Description of actual Assignment/job provided by your staff within the
Assignment/job:
1.16 Present Status of the Project:
Note: Please provide documentary evidence from the client i.e., copy of work
order, contract for each of above-mentioned assignment. The experience shall
not be considered for evaluation if such requisite support documents are not
provided with the proposal.
35
FORM TECH 3: COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON
COUNTERPART STAFF AND FACILITIES TO BE PROVIDED BY THE EMPLOYER
A - On the Terms of Reference
[Suggest and justify here any modifications or improvement to the Terms of Reference you
are proposing to improve performance in carrying out the Assignment/job. Such suggestions
should be concise and to the point, and incorporated in your Proposal. The Authority is not
bound to accept the comments/modifications suggested]
B - On Inputs and Facilities to be provided by the employer
[Comment here on Inputs and facilities to be provided by the Employer to Consultants]
36
FORM TECH 4: DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT/JOB
Technical approach, methodology and work plan are key components of the Technical
Proposal.
You are suggested to present your Technical Proposal divided into the following three
chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,
a) Technical Approach and Methodology (max 5 pages). In this chapter you should
explain your understanding of the objectives of the Assignment/job, approach to the
Assignment/job, methodology for carrying out the activities and obtaining the expected
output, and the degree of detail of such output. You should highlight the problems being
addressed and their importance, and explain the technical approach you would adopt to
address them. You should also explain the methodologies you propose to adopt and
highlight the compatibility of those methodologies with the proposed approach.
b) Work Plan (max 3 pages). The Transaction Adviser should propose and justify the main
activities of the Assignment/job, their content and duration, phasing and interrelations,
milestones (including interim approvals by the Employer), and delivery dates of the reports.
The proposed work plan should be consistent with the technical approach and methodology,
showing understanding of the TOR and ability to translate them into a feasible working plan.
A list of the final documents, including reports, drawings, and tables to be delivered as final
output, should be included here.
c) Organization and Staffing. The Transaction Adviser should propose and justify the
structure and composition of your team. You should list the main disciplines of the
Assignment/job, the key expert responsible, and proposed technical and support staff.]
37
FORM TECH 5: TEAM COMPOSITION AND TASK ASSIGNMENT/JOBS
Name Area of
Expertise
Position
Assigned
Task
Assigned
Employment
Status (full-
time/ other)
Education/
Degree
(Year /
Institution)
No. of years
of relevant
project
experience
CV
signature
by (expert/
other)
38
FORM TECH 6: CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
(Max 3 pages per CV)
1. Proposed Position:
[For each position of key professional separate form Tech-6 will be prepared]:
2. Name of Firm:
[Insert name of firm proposing the staff]:
3. Name of Staff:
[Insert full name]:
4. Date of Birth:
5. Nationality:
6. Education:
[Indicate college/university and other specialized education of staff member, giving names
of institutions, degrees obtained, and dates of obtainment]:
7. Membership of Professional Associations:
8. Other Training:
9. Countries of Work Experience:
[List countries where staff has worked in the last ten years]:
10. Languages [For each language indicate proficiency: good, fair, or poor in speaking,
reading, and writing]:
11. Employment Record:
[Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of
employment, name of employing organization, positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
12. Detailed Tasks Assigned
[List all tasks to be performed under this Assignment/job]
39
13. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among
the Assignment/jobs in which the staff has been involved, indicate the following
information for those Assignment/jobs that best illustrate staff capability to handle the
tasks listed under point 12.]
Name of Assignment/job or project:
Year:
Location:
Employer:
Main project features:
Positions held:
Activities performed:
14. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
Place:
[Signature of staff member or authorized representative of the staff]
[Full name of authorized representative]:
40
FORM TECH 7: INFORMATION REGARDING ANY CONFLICTING ACTIVITIES AND
DECLARATION THEREOF
We hereby declare that our firm, our associate / group firm or any of the member of the
consortium are not indulged in any such activities which can be termed as the conflicting
activities. We also acknowledge that in case of misrepresentation of the information, our
proposals / contract shall be rejected / terminated by the Employer which shall be binding on
us. The determination of what construes conflicting activities, if any, shall be the prerogative
of the Employer.
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
41
TECH FORM-8: DETAILS OF ELIGIBLE ASSIGNMENTS OF APPLICANT
Eligible Assignments of Applicant
Name of Applicant:
Name of the Project:
Present Status of the Project:
Description of services performed
by the Applicant firm:
Name of client and Address:
Name, telephone no. and fax no. of client’s
representative:
Estimated capital cost of Project
(in Rs crore or US$ million):
Payment received by the Applicant as
professional fees (in Rs. Crore)£:
Start date and finish date of the services
(month/ year):
Brief description of the Project:
Notes:
1. Use separate sheet for each Eligible Assignment.
2. Exchange rate should be taken as Rs. [50] per US $ for converting to Rupees.
3. Please note that in support of each of the Project Assignment (quoted for experience), a
certificate from the Client duly certifying the details is required to be submitted. In the
absence of the same, the experience will not be considered for evaluation.
42
Financial Proposal - Standard Forms
43
FORM FIN 1: FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
--------------------------,
----------------------------------------------------,
--------------------------------------------------------
Bhopal – 462 0--
Subject: Selection of Transaction Advisor for Development of Tourism Projects
through Private Sector Participation in Madhya Pradesh- by MPSTDC, Bhopal. Dear Sir,
We, the undersigned, offer to provide the consulting Assignment/job for in accordance with
your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached
Financial Proposal is for the sum of [Insert amount(s) in words and figures]. This amount is
Exclusive of the Service Tax. We hereby confirm that the financial proposal is unconditional
and we acknowledge that any condition attached to financial proposal shall result in rejection
of our financial proposal.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal.
Commissions and gratuities paid or to be paid by us to agents relating to this Proposal and
Contract execution, if we are awarded the Contract, are listed below: Name and Address Amount and Purpose of Commission Gratuity
of Agents
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
44
FORM FIN 2: FORMAT FOR FINANCIAL PROPOSAL
S
No.
Project / Name
Total fee
1.
Consultancy Services for DEVELOPMENT OF Tourism Projects
through Private Sector Participation in Madhya Pradesh. [Indicate
total fee]
2. Taxes Incl. Service Taxes, if any [ ]
3. Total [ ]
[ ] to be filled in by the Applicant
Authorized Signature:………….....
Name: ……………………………..
Designation ……………………….
Name of firm:………………………
Address:……………………………
45