1
MP State Tourism Development Corporation Limited Paryatan Bhawan, Bhadbhada Road, Bhopal
Notice Inviting Request for Proposal
For appointment of Consultant for Development of Tourism Projects through Private Sector Participation in Madhya Pradesh
Tender No: 4379/Dir-TPU/MPT Bhopal, dated: 15/05/2013 The MP State Tourism Development Corporation invites Request for Proposal from interested parties for appointment of Consultant for Development of Tourism Projects through Private Sector Participation in Madhya Pradesh. The appointed consultant would be responsible for providing consulting services towards developing tourism projects through private sector participation as per the Terms of Reference.
Sr. No. Activity Date and Time
1 Pre bid meeting 24th May 2013 at 11:30hrs
2 Submission of Proposal 10th June 2013 at 15:30 hrs
3 EMD of Rupees 2.00 Lakh only
The detailed have been outlined in the RFP document which can be obtained from the office of “MPSTDC, Paryatan Bhawan, Bhadbhada Road, Bhopal” at the cost of Rs. 5,000 only or can be downloaded from www.mptourism.com.
Managing Director
2
REQUEST FOR PROPOSAL (RFP)
FOR APPOINTMENT OF
CONSULTANT
for
Development of Tourism Projects through Private
Sector Participation in Madhya Pradesh
MP State Tourism Development Corporation
Limited, Bhopal
May, 2013
3
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.
4
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.
5
1.0 Table of Contents
S. No. Particulars Page
- Disclaimer -
1 Table of Content 5
2 Letter of Invitation 7
3 Data Sheet 8
4 Introduction and Background 11
4.1 Introduction 11
4.2. Project Objectives 11
4.3 Overview 12
5 Request for Proposal 13
5.1 RfP 13
5.2 Sale of RfP 13
5.3 Earnest Money Deposit 13
5.4 Validity 14
6 Objectives of Consultancy Services 14
7 Terms of Reference/Scope of Work 15
7.3 Deliverables and Duration of Services 16-17
8 Payment Schedule 18
9 Project Process 19
10 Eligibility Criteria 19
11 Brief Description of Selection Process 23
12 Terms and Conditions 24
13 Evaluation and Selection process 25
14 Contents of Proposal 25
15 Submission of proposal 28
16 Pre-Bid Conference 28
17 Last Date for Submission 28
Schedule I - Details of Projects 28-29
6
Technical Proposal- Standard Forms ................................................................................................................ 30
FORM TECH 1: Letter of proposal submission .............................................................................................. 31
FORM TECH 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
7
2.0 LETTER OF INVITATION
Letter No. ------------------------- Bhopal, Dated 15th May 2013
Dear Sir/Madam:
Managing Director, M P State Tourism Development Corporation Limited, Bhopal (the
“Authority”) invites proposals to provide the following consulting services: “Selection of
Consultant for Development of Tourism Projects through Private Sector Participation ,in
Madhya Pradesh". Further details of the services requested are provided in the enclosed
Scope of Services/Terms of Reference.
Please note that while all the information and data regarding this RFP is to the best of
Authority’s knowledge accurate within the considerations of scoping the proposed project,
the Authority holds no responsibility for the accuracy of this information and it is the
responsibility of the Consultants to check the validity of data included in the document.
The RFP is issued to the Consulting Firms meeting the qualification and experience criteria
mentioned in the RFP. RFP is also notified on our website: www.mptourism.com
Yours sincerely,
(Name and Signature of Issuing Authority)
-----------------------------,
Managing Director,
M.P. State Tourism Development Corporation Ltd.
Bhopal 462003.
8
3.0 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: 24th May 2013 Time: 11:30 AM
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 endeavour 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 endeavour 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:
Managing Director,
M.P.State Tourism Development Corporation Limited,
Paryatan Bhawan,
9
Bhadbhada Road
Bhopal – 462003
Tele : 0755-2774450
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 Consultant is required to include with its Proposal written confirmation of
authorization to sign on behalf of the Consulting Firm: Yes
8 The Consultant 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 Consultant for Development of Tourism Projects through Private Sector
Participation in Madhya Pradesh.-Do not open except in presence of
Evaluation Committee”. 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:
10th June 2013 at 15:30 hours. Bid received after this time will not be
10
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 10th June
2013 at 16:00hours
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.
11
4.0 INTRODUCTION & BACKGROUND
4.1 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 available with it, having potential for
tourist attraction at various locations in the state.
In pursuance of above,the Authority has identified 05 (Five) land Parcels- available with
it at various locations and wishes to develop these five land parcels through Private
Sector Participation-(PSP mode) (“The Project”)
4.2 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 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.
12
4.3 PROJECT OVERVIEW:
4.3.1: The Authority intends to develop following 05 (FIVE) Tourism Projects through
Private Sector Participation(PSP);
Sn. No
District Village Area (in Hectare)
1 Indore Indore 2
2 Khandwa Phephiryakhaurd &
Hanuwantia 16.88 and
10.00
3 Raisen Ninod 77.718
4 Raisen Dhakna chapna
(Sanchi) 4.34
5 Dhar Mehandikheda 6.78
4.3.2: The Proposed Tourism Projects are to be developed through Private Sector
Participation (PSP) on land Lease, Design, Build, Finance, Operate basis. The land will be
provided by the Authority on lease basis to the Private Sector Developer 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 Land shall be used for the Tourism Projects for development of star category
Hotels/Resorts and depending on Potential as well as viability for development of
other Tourism related facilities e.g. Convention Center, Golf Course, Amusement
park/Theme Park etc. and /or other such activites duly approved by the authority.
13
5.0 REQUEST FOR PROPOSAL:
5.1 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 refereed 05 (five) 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 "Consultant") 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 Consultant will be required till the signing of the Agreements. The Consultant 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 Consultant) 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 Consultant through an open competitive bidding in accordance
with the Procedure set out herein.
5.2 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).
5.3 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
14
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.
5.4 VALIDITY OF THE PROPOSAL:
The Proposal shall be valid for a period of not less than 120 days from the Proposal Due
Date (PDD).
6.0 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 Consultant 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 Consultant will undertake all activities in accordance with the Terms of Reference/
Scope of Work.
15
7.0 TERMS OF REFERENCE AND SCOPE OF WORK:
7.1 TERMS OF REFERENCE (TOR):
The Five land parcels identified may be used for :
i. Development of Star Hotels/ Resorts/Convention Center
ii. Development of Golf Course and Amusement/theme Park
iii. Development of any other tourism related activity duly apporved by the
Authority.
Consulting Firm (The "Consultant") 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.
7.2 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 masterplan, seperately for each location..
Preparation of Pre Feasibility reports (seperately for each location).
It shall also include Value for Money analysis (VFM) and project rationale (for
each one).
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 Lease Agreements to be entered
into by the private developer and the Authority, the Project Information
16
Memorandum (PIM), Bidding Formats, Advertisement, Bid Evaluation Criteria
and other relevant documents.
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 organising 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
Preperation and submission of
draft Pre feasibility reports for
each project, its process design,
likely Qualification Criteria for
potential private parties/bidders,
RFQ cum RFP documents, Lease
Agreement to be entered in to by
30 days
17
the bidders and the Authority,
Project Information
Memeorandum(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 Consultant 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
Consultants must have sufficient manpower inputs to comply with the Scope of Services.
The total Duration and time line for the above deliverables shall not exceed 120 days.
The Consultant is required to ensure that the total envisaged work is completed within 120
days.
18
8.0 PAYMENT SCHEDULE:
8.1 TOTAL FEE:
The Fee for the proposed assignment (project as a whole, i.e., for all the 5 locations)
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 10%
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.
15%
3 Submission of Final Documents and issue of
RFQ/RFP documents
15%
4 Evaluation report on bid documents 15%
5 Issue of LOI 15%
6 Signing of lease agreement 30%
19
Note & Clarification: The payment of the 40% 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 ‘Consultant’. 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 consultant 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 Consultant 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 Consultant shall be restricted up to the stage the services have
actually been provided by the Consultant.
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 Consultant 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 Consultant will be
required to be available at a short notice as and when required by the Authority at
their office in Bhopal.
20
10.2 All the prospective Consultants shall have sufficient qualified personnel, sub-
Advisers, and resources to accomplish all the services described herein within the
prescribed time. The Consultant 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 Consultants, 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 Consultants/ 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 2009-10, 2010-11 & 2011-12.
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 2011-12 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 expanditures not written-off
and reserves not available for distribution to equity share holders shall be deducted.
21
10.3.2 Technical Capability:
A): EXPERIENCE:
a) The Applicant firm must have direct Consultancy/advisory experience with
atleast 5 (five) PSP based projects during the last 10 years.
b) The projects quoted for experience should be of minimum value of Rs.30
crores each.
c) Out of above 5 (five) projects quoted for experience atleast 3 (Three) projects
should be related to Tourism sector. E.g. Hotels, Leisure resorts, Hospitality,
Theme parks, Amusement parks etc.
d) Out of the 3 (Three) Tourism related Projects quoted for experience, atleast for
2 (Two) projects, Letters of Awards(LOA) have been issued and the
Development Agreements have already been signed between the
Government Authority and Private Developer.
22
B): CONSULTANCY TEAM:
The Consultant 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 agreement, and legal documents.
23
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/consultant 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 Finanacial
Proposal Stage) and whose financial bids can be opened and evaluated in accordance
with the provisions of the RFP.The Fianacial Bids of all the short listed/qualified bidders
will be opened on a pre-decided date and time. All qualified bidders will be invited to
the opening of financial bids.
The Bidder quoting the lowest Fees will be selected as the CONSULTANT.
24
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 Firmand/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 Consultant the appropriate tax
deduction certificate evidencing payment of such taxes.
12.8 The Consultant 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.
25
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 Consultant
The Applicant quoting the Lowest Fee would be selected as the Consultant.
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
26
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
27
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.
28
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 Consultant 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 24th May 2013, at 11:30 hrs.
17.0 LAST DATE FOR SUBMISSION OF PROPOSAL
Last Date for Submission of Proposal is 10th June, 2013 up to 15:30hrs. Authority
will not consider any proposals received late.
29
Schedule 1
Details of Projects
30
Project Details
Sn. No
District Village Area (in Hectare)
Weightage as per priority of the projects
1 Indore Indore 2 0.25
2 Khandwa Phephiryakhaurd &
Hanuwantia 16.88 and
10:00 0.25
3 Raisen Ninod 77.718 0.25
4 Raisen Dhakna chapna
(Sanchi) 4.34 0.15
5 Dhar Mehandikheda 6.78 0.10
31
Technical Proposal- Standard Forms
32
FORM TECH 1: LETTER OF PROPOSAL SUBMISSION
[Location, Date]
___________________
___________________
___________________
___________________
Subject: Selection of Consultant 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:
33
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]
34
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 Consulatnt, if any:
35
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.
36
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]
37
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.]
38
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)
39
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]
40
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]:
41
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:
42
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. Inthe
absence of the same, the experience will not be considered for evaluation.
43
Financial Proposal - Standard Forms
44
FORM FIN 1: FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
--------------------------,
----------------------------------------------------,
--------------------------------------------------------
Bhopal – 462 0--
Subject: Selection of Consultant 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:
45
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:……………………………
Top Related