Académique Documents
Professionnel Documents
Culture Documents
Under this process, the Pre-qualification/ Technical online bid Application as well as online Price Bid shall
be invited at single stage under two covers i.e. PQQ/Technical & Commercial Envelope. Eligibility and
qualification of the Applicant will be first examined based on the details submitted online under first
cover (PQQ or Technical) with respect to eligibility and qualification criteria prescribed in this Tender
document. The Price Bid under the second cover shall be opened for only those Applicants whose PQQ/
Technical Applications are responsive to eligibility and qualifications requirements as per Tender
document.
1. The payment for Tender Document Fee and e-Service Fee shall be made by eligible bidders online
directly through Debit Cards & Internet Banking Accounts and the payment for EMD can be made
online directly through RTGS/NEFT or OTC Please refer to ‘Online Payment Guideline’ available at
the Single e-Procurement portal of GoH (Govt. of Haryana) and also mentioned under the Tender
Document.
2. Intending bidders will be mandatorily required to online sign-up (create user account) on the website
https://haryanaeprocurement.gov.in to be eligible to participate in the e-Tender. He/She will be
required to make online payment of (Rs.50000/-) towards EMD fee in due course of time. The
intended bidder fails to pay EMD fee under the stipulated time frame shall not be allow to submit his
/her bids for the respective event / Tenders.
3. The interested bidders must remit the funds at least T+1 working day (Transaction day + One working
Day) in advance i.e. on or before (12.10.2018 16:00 PM); and make payment via RTGS /NEFT or OTC
to the beneficiary account number specified under the online generated challan. The intended
bidder / Agency thereafter will be able to successfully verify their payment online, and submit their
bids on or before the expiry date & time of the respective events/Tenders at
https://haryanaeprocurement.gov.in.
The interested bidders shall have to pay mandatorily e-Service fee (under document fee –Non refundable)
of Rs.1000/- (Rupee One Thousand Only) online by using the service of secure electronic gateway. The
secure electronic payments gateway is an online interface between bidders & online payment
authorization networks.
The Payment for document fee/e-Service fee can be made by eligible bidders online directly through
Debit Cards & Internet Banking.
The Bidders can submit their tender documents (Online) as per the dates mentioned in the key dates:-
Important Note:-
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
All the bidders intending to participate in the tenders process online are required to get registered on the
centralized e-Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website for
more details.
2. Obtaining a Digital Certificate:
2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate
to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved
Certifying Authority, by the Controller of Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant‟s PAN
Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master /
Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued.
For more details please visit the website – https://haryanaeprocurement.gov.in.
2.3 The bidders may obtain Class-II or (HQ) digital signature certificate from any Certifying Authority
or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain
information and application format and documents required for the issue of digital certificate from.
2.4 The bidder must ensure that he/she comply by the online available important guidelines at the
portal https://haryanaeprocurement.gov.in for Digital Signature Certificate (DSC) including the e-Token
carrying DSCs.
2.5 Bid for a particular tender must be submitted online using the digital certificate (Encryption &
Signing), which is used to encrypt and sign the data during the stage of bid preparation. In case, during
the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware
problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the
users are advised to keep a backup of the certificate and also keep the copies at safe place under
proper security (for its use in case of emergencies).
2
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
2.6 In case of online tendering, if the digital certificate issued to the authorized user of a
firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate
/power of attorney / lawful authorization to that User. The firm has to authorize a specific individual
through an authorization certificate signed by all partners to use the digital certificate as per Indian
Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent
adequate authority of the user to bid on behalf of the firm in the department tenders as per Information
Technology Act 2000. The digital signature of this authorized user will be binding on the firm.
2.7 In case of any change in the authorization, it shall be the responsibility of management / partners
of the firm to inform the certifying authority about the change and to obtain the digital signatures of the
new person / user on behalf of the firm / company. The procedure for application of a digital certificate
however will remain the same for the new user.
2.8 The same procedure holds true for the authorized users in a private/Public limited company. In
this case, the authorization certificate will have to be signed by the directors of the company.
3 Pre-requisites for online bidding:
In order to operate on the electronic tender management system, a user‟s machine is required to
be set up. A help file on system setup/Pre-requisite can be obtained from Nextenders (India) Pvt. Ltd. or
downloaded from the home page of the website - https://haryanaeprocurement.gov.in.. The link for
downloading required java applet & DC setup are also available on the Home page of the e-tendering
Portal.
4 Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders
floated through the single portal eProcurement system on the Home Page at
https://haryanaeprocurement.gov.in.
5 Download of Tender Documents:
The tender documents can be downloaded free of cost from the eProcurement portal
https://haryanaeprocurement.gov.in
6 Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting
Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the
system enforces time locks that ensure that no activity or transaction can take place outside the start
and end dates and the time of the stage as defined in the online Notice Inviting Tenders.
7 Online Payment of Tender Document Fee, eService fee ,EMD fees & Bid Preparation &
Submission (PQQ/Technical & Commercial/Price Bid):
i) Online Payment of Tender Document Fee + e-Service fee:
The online payment for Tender document fee, eService Fee & EMD can be done using the secure
electronic payment gateway. The Payment for Tender Document Fee and eService Fee shall be made by
bidders/ Vendors online directly through Debit Cards & Internet Banking Accounts and the Payment for
EMD shall be made online directly through RTGS / NEFT & OTC. The secure electronic payments gateway
is an online interface between contractors and Debit card / online payment authorization networks.
ii) PREPARATION & SUBMISSION Of online APPLICATIONS/BIDS:
Detailed Tender documents may be downloaded from e-procurement website
(https://haryanaeprocurement.gov.in) and tender mandatorily be submitted online.
Scan copy of Documents to be submitted/uploaded for Prequalification or Technical bid under online
PQQ/ Technical Envelope: The required documents (refer to DNIT) shall be prepared and scanned in
different file formats (in PDF /JPEG/MS WORD format such that file size is not exceed more than 10 MB)
and uploaded during the on-line submission of PQQ or Technical Envelope.
FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online under Commercial Envelope
and original not to be submitted manually)
intended bidder can also avail the following and can contact service provider as per below:
Office Timings of Help-desk support for Single e Procurement Portal of Government of Haryana-
Technical Support Assistance will be available over telephone Monday to Friday (09:00 am. to 5:30 pm)
& Training workshop will be conducted on every 1st, 2nd Friday (from 3:30 pm upto 6:00 pm) and 4th
Saturday (from 11:30 am upto 3:00 pm) of each month.
All queries would require to be registered at our official email-chandigarh@nextenders.com for on-
time support (Only those queries which are sent through email along with appropriate screenshots or
error description will be considered as registered with the Help-desk)
Important Note:-
(a) Any intending bidder can contact the helpdesk on or before prior to 4 hours of the
scheduled closing date & time of respective e-Auction/ Tender event.
(b) For queries pertaining to e-Payment of EMD, please contact the helpdesk at least 2 business days prior
to the closing date & time of e-Auction/Tender event.
(c) Help-desk support will remain closed during lunch break i.e. from 1:30 PM up to 2:15 PM on each
working day.
Schedule for Training:-
Training workshop will be held on 1st, 2nd Friday (from 3:30 pm upto 6:00 pm) and 4th
Saturday (from 11: 30 am upto 3:00 pm) of each month at following addresses:
Nextenders (India) Pvt. Ltd Nextenders (India) Pvt.Ltd. Public Nextenders (India) Pvt. Ltd.,
Municipal Corporation Health Division No. 2 Nirman Sadan (PWD B&R),
Faridabad, Near Hisar, Model Town Opp. N.D Gupta Plot No.- 01, Basement,
B.K.Chowk, Opp. Hospital, Dakshin Marg, Sec- 33 A,
B.K.Hospital, NIT, Hisar Chandigarh -160020
Faridabad Contact: 9034357793 For Support- 1800-180-2097,
Contact no. 0172-2582008-2009
8743042801 / 9310335475
For help manual please refer to the „Home Page‟ of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link „How to...?‟ to download the file.
4
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
This solution shall allow the bidder having account with ICICI Bank, to make the payment
from any CMS enabled Branch of ICICI Bank in India. Bidders can make the payment via cash(if
amount is<=₹ 49,999), Demand Draft or ICICI Bank Cheque.
The procedure for paying through OTC mode is as follows:
(i) Bidder selects Over-the-Counter remittance option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount to be paid. Bidder chooses the bank account no. for
refund of the amount.
((HQ)) Bidder clicks on “Continue” button
(iv) The e-Procurement portal displays the details of payment. Bidders clicks on “print _challan”
and prints the OTC challan.
(v) Bidder submits the OTC challan at the counter of any designated branch of ICICI Bank with Cash /
Demand Draft / ICICI Bank Cheque (Payment in cash is allowed upto Rs.49,999/-)
(vi) ICICI Bank verifies the URN (format to be discussed and decided) and Amount with e-
Procurement portal prior to accepting the payment
(vii) On successful verification from e-Procurement portal, ICICI Bank accepts the payment. In case of
failure, ICICI Bank shall return back the OTC challan and payment to the Bidder.
(v(HQ)) ICICI Bank will commit the payment transaction (in case of successful verification from e-
Procurement portal) and sends the Bank Transaction Number (I-Sure Reference Number) online against
the URN and Amount.
(ix) ICICI Bank will generate receipt for the payment transaction and issues the same to the Bidder.
(x) The e-Procurement system updates the bank transaction number against the URN and Amount based
on details sent by ICICI Bank online prior to generation of receipt.
(xi) The status of payment will be displayed as “verification successful” in e-Procurement portal, when
the bidder clicks on verification option in the portal
(xii) Bidder would be required to upload the scan copy of receipt as received from ICICI Bank as part of
proof in Nextender portal before submitting the tender:-
6
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Do‟s
• It is the bidder‟s responsibility to ensure that RTGS/NEFT payments
are made to the exact details as mentioned in the challan which are:
1) Beneficiary account no: <client code> + <random number>
2) Beneficiary IFSC Code: As prescribed by ICICI Bank (this shall
remain same across all tenders)
3) Amount: As mentioned on the challan. It is specific for every
tender/transaction
4) Beneficiary bank branch: ICICI Bank Ltd, CMS
In the event of
5) Beneficiary name: As per the challan
making
1 • For every tender, details in the challan are different and specific to
Payment through
that tender only. Bidder should not make use of a challan for making
NEFT/RTGS
payment for another tenders‟ EMD
• It is advised that all the bidders make payment via RTGS/NEFT
at least one day in advance to the last day of tender submission as
certain amount of time is required for settlement and various parites
are involved. The payment may not be available for the bidder
validation. In such cases bidder may not be able to submit the tender
• Bidder has to make only single payment against a challan as per the
amount mentioned on the challan.
• Bidder must do the payment before tender validity gets expired
7
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Don’t’s
• Bidder should not enter erroneous details while filling the NEFT/RTGS
form at their bank. The following possibilities may arise:
1) Incorrect IFSC code mentioned:- Transaction would be rejected and
the amount would be refunded back in to the bidders account
2) Incorrect Beneficiary account number mentioned(<client
code> + <random number>):-
a) In case, the beneficiary account number mentioned is incorrect the
transaction would be rejected and the bid would not be accepted.
3) Incorrect Amount mentioned: The amount would be rejected if the
amount mentioned in while making the payment is incorrect. Such
cases will be captured as unreconciled transactions and will be auto-
refunded directly to bidder‟s account.
In the event of any discrepancy, payment would not be considered and
bidder would not be allowed to bid/ participate.
• Bidder is not supposed to use challan generated in one tender for
payment against another tender since details in the challan are unique
to the tender and bidder combination.
• Bidder must not make multiple or split payments against a particular
challan. Any split payment received against the same challan will be
refunded back to the bidder.
• Bidder would not be entitled to claim that he is deprived of
participating in the tender because his funds are blocked with the
division on account of incorrect payment made by the bidder
Do’s
• It is the bidder‟s responsibility to ensure that OTC payments
are made to the exact details as mentioned in the challan which are:
Beneficiary account no: <client code> + <random number>
Amount: As mentioned on the challan It is specific for every
In the event of tender/transaction
making Beneficiary name: As per the challan
2
Payment through Bidder has to make only single payment against a challan as per the
OTC amount mentioned on the challan
• Bidder must do the payment before tender validity gets expired
• Bidder needs to mandatorily upload the scan copy of the payment
receipt issued by ICICI Bank, in Nextender
Portal before submitting the Tender
8
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Don’t’s
• If the bidding amount is greater than Rs.49,999,
then Bidder should not make payment in cash. In this
case, Bidder should pay via Demand Draft/ICICI Bank
Cheque
• It is bidders‟s responsibility to ensure that Demand
draft should be valid and should not have
discrepancies such as signature not found, stale
DD, mutilated, material alteration, favouring third
party etc., In the event of Demand Draft returned by
bidder‟s Bank on account of such discrepancies, ICICI
Bank shall ensure that such communication is sent to
the Client within 3 days from the date of rejection by
the Bidder‟s Bank
• For every tender, details in the challan are different
and specific to that tender only. Bidder should not
make use of a challan for making payment for another
tenders‟ EMD
9
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
and parallel of this contract schedule of rates. All those items which do not fall within
Haryana PWD schedule of rates, 1988 the ceiling premia shall be “ZERO”.
16. Payment only made to the contractor for the work actual done at site and accepted by the
department.
17. All the items in the contract schedule of rates are subject to the foot notes as given in the
Haryana PWD schedule of rates, 1988 regarding these items.
18. The department reserve the option to take away any item of work or any part there of at any
item during the currency of contractor and re-allot to another contractor with due notice to
the contractor without liability of compensation.
19. The item of HSR 1988 is described very briefly but the description would mean the complete
description in aforesaid PWD schedule of rates, 1988 regarding these items with upto date
amendments.
20. All the pages of the tender for must be signed by the tenderer before submitting the tender
failing which the tender shall be treated as invalid.
21. The validity of the tender shall be considered as three months and no lower limit even if
quoted by the contractor shall be considered.
22. In the DNIT CSR means CONTRACT SCHEDULE OF RATES.
23. If water connection is given to the contractor by the department ½% (Half percent) charges
shall be deducted from the bill of the work done. However, material required for water
connection will be arranged by the contractor.
24. The work will be carried out according to IRC, MORT & H / PWD specification latest edition
which will form a part and parcel of this contract schedule of rates.
25. Nothing extra shall be paid for any type of jungle clearance which the tenderer may have to
carry out.
26. If any damaged is done by the contractor to any existing work during the coarse of excavation
of the work. This shall have to be made good by him at his own cost.
27. The shall take all the precaution to avoid the accidents by providing and maintaining
necessary caution boards, day and night speed limit breakers, red flags and red light and
providing barriers as necessary at either end of the location. All these arrangements will be
considered as incidental to the work and contractor responsibility and nothing shall be payable
to him in this respects.
28. The contractor shall make his own arrangement for the electric connection of required and
make necessary payment directly to the department concerned.
29. The work will be open to third party inspection arranged by the department and contractor
will have no claims in this regard. The charges for third party inspection will be born by the
department.
30. Any item of work not provided in the contract schedule of rates but require to be executed,
will be at the Haryana PWD schedule of rates, 1988 together with the ceiling premium
exhibited in the NIT for various chapters where the item exists in the Haryana PWD schedule
of rates 1988 subject to premium or discount tendered by the contractor. In case of non
scheduled item, this will be governed by clause 12 of the contract agreement.
31. MCG has right to negotiate the rates to explore lower rates if required.
32. Contractor should strictly comply with the directions contained in the various orders of
Tribunal as well as the MOEF Guidelines 2010 in relation to precautions required to be taken
while carrying on construction.
33. Contractor shall put tarpaulin on scaffolding around the area of construction and the building.
No person including contractor, owner can be permitted to store any construction material
particularly sand on any part of the street, roads in any colony.
34. The construction material of any kind that is stored in the site will be fully covered in all
respects so that it does not disperse in the air in any form.
35. All the construction material and debris shall be carried in the trucks or other vehicles which
are fully covered and protected so as to ensure that the construction debris or the
construction material does not get dispersed into the air or atmosphere, in any form
whatsoever.
36. If any person, owner and or contractor is found to be violating any of the conditions stated in
this order or for their non compliance, such person,owner, contractor shall be liable to pay
compensation of Rs. 50,000/- per default in relation to construction activity at its site and Rs.
5,000/- for each violation during carriage and transportation of construction material, debris
10
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
through trucks or other vehicles, in terms of Section 15 of the NGT Act on the principal of
Polluter Pay. Such action would be in addition not in derogation to the other action that the
authority made take against such contractor, owner, person and transporter under the laws in
force.
37. If construction is being carried out without taking the preventive and protective
environment/steps as stated in this order and MOEF guidelines, 2010, the State Government,
SPCB and any officer of any department as foretasted shall be entitled to direct stoppage of
work.
38. No. Construction will be done upto 1.2 m from the stem of a tree while construction of roads,
streets of any specification attract a penalty of Rs. 10000/- per tree.
Executive Engineer-(HQ)
Municipal Corporation
Gurugram
11
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
12
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
19. Irrespective of what is stated in para 6 of the preface of Hr. PWD/ schedules of rates 1988 general
rules no carriage of cement, steel and bricks aggregate bitumen or any other type of material
shall be admissible irrespective of lead involved.
20. No payment will be made to the contractor for damage caused by the rains or other natural
claimants during the execution of the work and no claim on this account will be entertained.
21. This security shall be refunded after 3(three) months of completion of work but the contractor/
Agency shall submit deposit at call in the shape of bank Guarantee of equal amount for balance
09(nine) months in favour of Engineer-in-charge before release of security.
22. The aggregate & fine aggregate used shall be as per PWD/ Most specification and the water shall
be as per IS 456 2000.
23. All aggregates including water etc. and furnished products in RMC will be tested as per relevant
ISI standard.
24. The Fly ash may be used in mix designed for M-40 grade to max extent of 10% and design be got
approved by the NCCB/CRRI with minimum cement content 420 Kg of 43 grade per cubic meter.
25. Any item of work not provided in the contract schedule of rates but require to be executed, will
be paid at the Haryana PWD schedule of rates, 1998 together with the ceiling premium exhibited
in the NIT for various chapter where the item exists in the Haryana PWD schedule of rates 1988
subject to premium or discount tendered by the contractor. In case of non schedule items, this
will be governed by class 12 of the contract agreement.
26. Municipal Corporation Gurugram has right has to negotiate the rates to explore lower rates if
required.
Executive Engineer-(HQ)
Municipal Corporation
Gurugram
13
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
14
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
17. The rate quoted by the agency/ contractor shall including the entire cost of royalty, Municipal
tax, direct or indirect including all loading, unloading, carriage on Kacha/ Pacca bed or road and
stacking including all labour for supply of material at the destination and nothing extra shall be
paid. The contractor shall quote his accordingly.
18. The contractor will arrange and use its own all type of machinery and T&P incidental to all
operation for the work. The rates to be quoted should be inclusive of the same.
19. The stacking will be done at hot mix plant site for various type of material in the sequence as
approved by the Engineer-in-charge, which will have to be maintained.
20. The contractor shall remove all bituminous on kerbs and channels and all heaps of wasted mix
from gully grating, bell mount and other installation at the end of the day work, failing which the
same shall be done at his risk and cost.
21. In case of important roads where the intensity of traffic is high, the contractor shall be
constructed by the Engineer-in-charge, restrict the work to non peak period as determined by the
Engineer-in-charge. No claim/ compensation on account of the same shall be entertained.
22. Collection of material should be so planned that it is commensurate with physical progress.
23. The quality control for road work and materials will be exercised as per section 900 of MORT&H
specification latest revision/ amendment and for determining the quality of bitumen used by
extraction method as per procedure laid for doing such tests by IRC, the frequency of sampling
will be:-
a) MSS/ Pre Mix Carpet/ LBM & BC: One test per 50 meter cube and not less than two tests per
day.
b) BM: One test per 100 meter cube and not less than two tests per day.
24. At the time of start of work, the contractor shall get a sample work done in presence of Engineer-
in-charge who shall fix up the degree of compaction/ consolidation required for a particular item
of work and conduct suitable tests at regular intervals to determine for the work done approaches
the desired limit. In case tests reveal any deficiency, the contractor shall made good the same
without extra payment or work will be rejected if not according to required specification.
25. The contractor shall progress on different parts simultaneously to ensure completion of the road
so that minimum breakage and repairs are involved.
26. To arrive at the desired grading of materials for BM, the exact quantities of material of different
gauges shall be determined and stacked on the basis of laboratory tests from time to time. The
extra payment on this account worked not be admissible.
27. To ensure quality of intermediate traction test check may be carried out and sample taken from
materials. In case that is not found according to specification the work may be rejected.
However, the engineer-in-charge if considered it expedient and in the interest of work, he may
ask the contractor to supply the missing fraction up to quantity as determined by him separately,
free of cost.
28. Before tendering the tendered shall inspect the site of work and shall fully acquaint/satisfy
himself about the condition with regard to site, nature of soil, availability of materials, suitable
location for construction of godowns stores and labor huts, the extent of leads and lifts is involved
in the work (over the entire duration of contract) including locals conditions, traffic restriction,
obstructions and other conditions as required for a satisfactory execution of work. His rate should
take into consideration all such factors and contingencies. No claim what so ever shall be
entertained by the department on this account.
29. Weather and seasonal limitation: The work of laying shall not be taken up during rainy or foggy
weather or when base course is damp or wet or during dust storm or when atmospheric
temperature is 10 degree C or less at site of work of particular reach.
30. The rate quoted should include hire charges of land or purchase of land for installation of Ht Mix
Plant etc.
31. Only actual quantities of work completed and accepted by the Engineer-in-charge shall be paid
for if any damage in done by the contractor to any existing work during the course of execution of
work this shall have to be made good by him at his own cost.
32. Samples will also be got tested from CRRI/ Shree Ram Test House/ IIT`s or any other reputed test
house & testing laboratory. Samples will be given by the agency free of cost and testing charges
will be borne by the contractual agency.
33. Before start of the work contractor will get his machinery inspected and approved from the
Engineer-in-charge of the work.
Executive Engineer-(HQ)
Municipal Corporation
Gurugram
15
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Executive Engineer-(HQ)
Municipal Corporation
Gurugram
16
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Executive Engineer-(HQ)
Municipal Corporation
Gurugram
17
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
FOR
18
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Table of Contents
GENERAL
1.1 Background ....................................................................................... 21
1.2 Request for Proposal ............................................................................ 21
1.3 Due diligence by Applicants .................................................................... 21
1.4 Sale of RFP Document ........................................................................... 21
1.5 Validity of the Proposal ......................................................................... 21
1.6 Brief description of the Selection Process ................................................... 22
1.7 Currency conversion rate and payment ...................................................... 22
1.8 Schedule of Selection Process ................................................................. 22
1.9 Pre-Proposal Conference ....................................................................... 22
1.10 Project Overview .............................................................................. 23
1.11 Bid Security .................................................................................... 23
2. INSTRUCTIONS TO BIDDERS ..................................................................... 23
2.1 Scope of Proposal ................................................................................ 23
2.2 Conditions of Eligibility of Applicants......................................................... 24
2.3 Conflict of Interest .............................................................................. 24
2.4 Number of Proposals ............................................................................ 26
2.5 Cost of Proposal .................................................................................. 26
2.6 Visit to the Municipal Corporation Gurugram for Assessment ............................. 26
2.7 Acknowledgement by Applicant ............................................................... 26
2.8 Right to reject any or all Proposals ........................................................... 27
2.9 Clarifications / Corrigendum / Addendums .................................................. 27
2.10 Amendment of RFP............................................................................ 27
2.11 Language ....................................................................................... 28
2.12 Format and signing of Proposal ............................................................. 28
2.13 Financial Proposal ............................................................................. 28
2.14 Submission of Online Proposal............................................................... 29
2.15 Proposal Due Date............................................................................. 29
2.16 Late Proposals ................................................................................. 30
2.17 Modification/ substitution/ withdrawal of Proposals .................................... 30
2.18 Performance Security......................................................................... 30
2.19 Evaluation of Proposals....................................................................... 30
2.20 Clarifications from Applicants ............................................................... 31
2.21 Negotiations.................................................................................... 31
2.22 Substitution of Key Personnel ............................................................... 31
2.23 Indemnity....................................................................................... 32
2.24 Award of Transaction Advisory Services ................................................... 32
2.25 Execution of Agreement...................................................................... 32
2.26 Commencement of Assignment ............................................................. 32
2.27 Proprietary data ............................................................................... 32
3. EVALUATION PROCESS........................................................................... 33
3.1 Evaluation of Financial Proposal ............................................................... 33
3.2 Combined and final evaluation………………………………………………………………………………… 20
4. FRAUD AND CORRUPT PRACTICES ............................................................. 33
5. PRE-PROPOSAL CONFERENCE .................................................................. 34
6. SCOPE OF WORK ................................................................................. 35
6.1 Scope of Work of the Assignment ............................................................. 35
6.2 Responsibilities of the Transaction Advisor .................................................. 37
7. MISCELLANEOUS .................................................................................. 38
7.1 General Provisions ............................................................................... 38
7.2 Payment Milestones & Project Timelines..................................................... 38
7.3 Working Conduct ................................................................................. 39
7.4 Other Terms and Conditions.................................................................... 39
8. CONTENTS OF THE PROPOSAL ................................................................. 40
8.1 Transmittal Letter and Title Page ............................................................. 40
19
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
20
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
1. GENERAL
1.1 Background
Municipal Corporation, Gurugram (Haryana) has decided to undertake the Development of a Multi-
level Car Parking at Kaman Sarai, Gurugram through Public-Private Partnership (the “Project”) on a
suitable model.
With a view to inviting bids for the Project, Municipal Corporation, Gurugram (Haryana) has decided
to conduct a feasibility study for determining the technical feasibility and financial viability of the
Project. If found, technically feasible and financially viable, the Project may be taken up for
procurement for selection of a private entity (the “Concessionaire”) selected through a competitive
bidding process for development. The Project would be implemented in accordance with the terms
and conditions stated in the Concession Agreement to be entered into between the Municipal
Corporation, Gurugram(Haryana) and the Concessionaire (the “Concession Agreement”).
In pursuance of the above, the Municipal Corporation Gurugram (Haryana) has decided to carry out
the process for selection of a Transaction Adviser for preparing the Feasibility Report and bid
documents including the draft Concession Agreement, appraise the Project, develop a revenue
model and project structure, and assist the Municipal Corporation Gurugram (Haryana) in the bidding
process, till the signing of the Concession Agreement in accordance with the Terms of Reference
specified.
The appointment of Transaction Advisor shall be made on Cost Based Selection (CBS) basis.
21
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
All payments to the Transaction Advisor shall be made in INR in accordance with the provisions of
this RFP. The Transaction Advisor may convert INR into any foreign currency as per Applicable Laws
and the exchange risk, if any, shall be borne by the Transaction Advisor.
22
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
1.11.1 The Applicant shall furnish online as part of its Proposal, a bid security of Rs.50,000 (Rupees
Fifty Thousand Only). The Selected Applicant‟s Bid Security shall be returned, or adjusted in
the amount of the Performance Security in accordance with the provisions thereof.
1.11.2 Any Bid not accompanied by the Bid Security shall be rejected by the Departments as
nonresponsive.
1.11.3 The Municipal Corporation, Gurugram (Haryana) shall not be liable to pay any interest on the
Bid Security and the same shall be interest free.
1.11.4 The Applicant, by submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to the Municipal Corporation, Gurugram (Haryana) any
other right or remedy hereunder or in law or otherwise, the Bid Security shall be forfeited and
appropriated by the Corporation as the mutually agreed pre-estimated compensation and
damage payable to the Corporation for, inter alia, the time, cost and effort of the Corporation
in regard to the RFP including the consideration and evaluation of the Proposal under the
following conditions:
If an Applicant submits a non-responsive Proposal;
If an Applicant engages in any of the Prohibited Practices specified in Section 4 of this
RFP;
If an Applicant withdraws its Proposal during the period of its validity as specified in
this RFP and as extended by the Applicant from time to time;
In the case of the Selected Applicant, if the Applicant fails to reconfirm its
commitments during negotiations as required vide Clause 2.23;
If the Applicant is found to have a Conflict of Interest as specified in Clause 2.3.
1.11.5 The Applicants shall submit their Bid Security online and proof of payment made in a
physically sealed Bid Security envelope and the same should reach the concerned Office as
stated in the Request for Proposal by post or in person. Delays in post shall be the
responsibility of Applicants.
1.11.6 The Applicants have to upload scanned copy of Bid Security instrument along with the
reference details in the online Proposal in „Envelope – B‟ section.
2. INSTRUCTIONS TO BIDDERS
Transaction Advisory Services, it may participate in the Selection Process (the “Applicant”).
The manner in which the Proposal is required to be submitted, evaluated and accepted is
explained in this RFP.
2.1.2 No Applicant shall submit more than one Bid for the Project.
2.1.3 Applicants are advised that the selection of Transaction Advisor shall be on the basis of an
evaluation by the Municipal Corporation Gurugram, (Haryana) through the Selection Process
specified in this RFP. Applicants shall be deemed to have understood and agreed that no
explanation or justification for any aspect of the Selection Process will be given and that the
Corporation‟s decisions are without any right of appeal whatsoever.
2.1.4 The Applicant shall submit its Proposal in the form and manner specified in this Section of the
RFP. The Financial Proposal shall be submitted in the form at Appendix-II. Upon selection, the
Applicant shall be required to enter into an agreement with the MC, Gurugram.
25
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
providing goods or works or services related to the construction and operation of the same
Project and any breach of this obligation shall be construed as Conflict of Interest; provided
that the restriction herein shall not apply after a period of 1 (one) years from the completion
of this assignment or to any consulting assignments granted by banks/ lenders at any time;
provided further that this restriction shall not apply to Transaction Advisory Services/ advisory
services performed for the Municipal Corporation Gurugram (Haryana) in continuation of this
Transaction Advisory Services or to any subsequent Transaction Advisory Services/ advisory
services performed for the Municipal Corporation Gurugram, (Haryana) in accordance with the
rules of the Corporation For the avoidance of doubt, an entity affiliated with the Transaction
Advisor shall include a partner in the Transaction Advisor‟s firm or a person who holds more
than 5% (five per cent) of the subscribed and paid up share capital of the Transaction Advisor,
as the case may be, and any Associate thereof. For the avoidance of doubt, in the event that:
(a) the Financial Expert of an Applicant/ Transaction Advisor was a partner or an employee of
another firm, which attracts the provisions relating to Conflict of Interest hereunder; and (b)
was directly or indirectly associated with any assignment that causes a Conflict of Interest
hereunder, then such Team Leader / Financial Expert shall be deemed to suffer from Conflict
of Interest for the purpose hereof.
2.3.6 In the event that the Transaction Advisor, its Associates or affiliates are auditors or financial
advisers to any of the bidders for the Project, they shall make a disclosure to the Municipal
Corporation Gurugram (Haryana) as soon as any potential conflict comes to their notice but in
no case later than 7 (seven) days from the opening of the RFP applications for the Project and
any breach of this obligation of disclosure shall be construed as Conflict of Interest. The
Municipal Corporation Gurugram, (Haryana) shall, upon being notified by the Transaction
Advisor under this Clause 2.3.6, decide whether it wishes to terminate this Transaction
Advisory Services or otherwise, and convey its decision to the Transaction Advisor within a
period not exceeding 15 (fifteen) days.
26
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Interest; and (f) agreed to be bound by the undertaking provided by it under and in terms
hereof.
2.7.2 The Municipal Corporation Gurugram, (Haryana) shall not be liable for any omission, mistake
or error in respect of any of the above or on account of any matter or thing arising out of or
concerning or relating to RFP or the Selection Process, including any error or mistake therein
or in any information or data given by the Corporation.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the Municipal Corporation Gurugram,
(Haryana) reserves the right to reject any Proposal if: (a) at any time, a material
misrepresentation is made or discovered, or (b) the Applicant does not provide, within the
time specified by the Municipal Corporation Gurugram, (Haryana), the supplemental
information sought by the Corporation for evaluation of the Proposal. Misrepresentation/
improper response by the Applicant may lead to the disqualification of the Applicant. If such
disqualification / rejection occurs after the Proposals have been opened and the highest
ranking Applicant gets disqualified / rejected, then the Municipal Corporation Gurugram,
(Haryana) reserves the right to consider the next best Applicant, or take any other measure as
may be deemed fit in the sole discretion of the Municipal Corporation Gurugram, (Haryana),
including annulment of the Selection Process.
Applicant, modify the RFP document by the issuance of Addendum/ Amendment and posting it
on the https://mcgurgaonharyanaeprocurement.gov.in and by conveying the same to the
prospective Applicants (who have purchased the RFP document) by e-mail.
2.10.2 All such amendments will be notified through e-mail to all Applicants who have purchased the
RFP document. The amendments will also be posted on the
https://mcgurgaonharyanaeprocurement.gov.in along with the revised RFP containing the
amendments and will be binding on all Applicants.
2.10.3 In order to afford the Applicants a reasonable time for taking an amendment into account, or
for any other reason, the Municipal Corporation Gurugram, (Haryana) may, in its sole
discretion, extend the PDD.
2.11 Language
2.11.1 The Proposal with all accompanying documents (the “Documents”) and all communications in
relation to or concerning the Selection Process shall be in English language and strictly on the
forms provided in this RFP. No supporting document or printed literature shall be submitted
with the Proposal unless specifically asked for and in case any of these Documents is in
another language, it must be accompanied by an accurate translation of all the relevant
passages in English, in which case, for all purposes of interpretation of the Proposal, the
translation in English shall prevail.
Authorised Representative. In the event of any difference between figures and words, the
amount indicated in words shall prevail. In the event of a difference between the arithmetic
total and the total shown in the Financial Proposal, the lower of the two shall prevail.
2.13.2 Financial bid should be submitted only online in “COMMERCIAL or Envelope - C” and nowhere
else in technical option or physically. If financial bid is submitted online along with technical
bid documents or physically the tender shall be rejected.
2.13.3 While submitting the Financial Proposal, the Applicant shall ensure the following: (i) All the
costs associated with the assignment shall be included in the Financial Proposal. These shall
normally cover remuneration for all the Personnel (Expatriate and Resident, in the field,
office etc.), accommodation, air fare, equipment, printing of documents, etc. The total
amount indicated in the Financial Proposal shall be without any condition attached or subject
to any assumption, and shall be final and binding. In case any assumption or condition is
indicated in the Financial Proposal, it shall be considered non-responsive and liable to be
rejected. (ii) The Financial Proposal shall take into account all expenses and tax liabilities.
For the avoidance of doubt, it is clarified that all taxes shall be deemed to be included in the
costs shown under different items of the Financial Proposal. Further, all payments shall be
subject to deduction of taxes at source as per Applicable Laws. ((HQ)) Costs (including break
down of costs) shall be expressed in INR.
29
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
2.15.2 The Municipal Corporation Gurugram, (Haryana) may, in its sole discretion, extend the PDD by
issuing an Addendum in accordance with the provisions of this RFP uniformly for all Applicants.
2.19.4 The Municipal Corporation Gurugram, (Haryana) shall subsequently examine and evaluate
Proposals in accordance with the Selection Process and the criteria set out in Section 3 of this
RFP.
2.19.5 The opening of Financial Proposals shall be done in presence of respective representatives of
Applicants who choose to be present. The Municipal Corporation Gurugram, (Haryana) will not
entertain any query or clarification from Applicants who fail to qualify at any stage of the
Selection Process. The financial evaluation and final ranking of the Proposals shall be carried
out in terms of Clauses 3.1 and 3.2.
2.19.6 Applicants are advised that Selection shall be entirely at the discretion of the Municipal
Corporation Gurugram, (Haryana) applicants shall be deemed to have understood and agreed
that the Municipal Corporation Gurugram, (Haryana) shall not be required to provide any
explanation or justification in respect of any aspect of the Selection Process or Selection.
2.19.7 Any information contained in the Proposal shall not in any way be construed as binding on the
Municipal Corporation Gurugram, (Haryana) its agents, successors or assigns, but shall be
binding against the Applicant if the Transaction Advisory Services is subsequently awarded to
it.
2.19.8 Confidentiality Information relating to the examination, clarification, evaluation, and
recommendation for the selection of Applicants shall not be disclosed to any person who is not
officially concerned with the process or is not a retained professional adviser advising the
Municipal Corporation Gurugram, (Haryana) in relation to matters arising out of, or concerning
the Selection Process. The Municipal Corporation Gurugram, (Haryana) shall treat all
information, submitted as part of the Proposal, in confidence and shall require all those who
have access to such material to treat the same in confidence. The Municipal Corporation
Gurugram, (Haryana) may not divulge any such information unless it is directed to do so by
any statutory entity that has the power under law to require its disclosure or to enforce or
assert any right or privilege of the statutory entity and/or the Municipal Corporation
Gurugram, (Haryana) or as may be required by law or in connection with any legal process.
2.21 Negotiations
2.21.1 The Selected Applicant may, if necessary, be invited for negotiations.
better qualified and experienced personnel being provided to the satisfaction of the Municipal
Corporation Gurugram, (Haryana).
2.22.2 The Municipal Corporation Gurugram, (Haryana) expects the Key Personnel to be available
during implementation of the Agreement. The Corporation will not consider substitution of the
Key Personnel except for reasons of any incapacity or due to health. Such substitution shall
ordinarily be limited to one Key Personnel subject to equally or better qualified and
experienced personnel being provided to the satisfaction of the Municipal Corporation
Gurugram, (Haryana).
2.23 Indemnity
The Transaction Advisor shall, subject to the provisions of the Agreement, indemnify the
Municipal Corporation Gurugram, (Haryana) for an amount not exceeding the value of the
Agreement, for any direct loss or damage that is caused due to any deficiency in Services.
32
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
3. EVALUATION PROCESS
4.1 The Applicants and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary
contained in this RFP, the Municipal Corporation Gurugram, (Haryana) shall reject a Proposal
without being liable in any manner whatsoever to the Applicant, if it determines that the
Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the Corporation shall, without
prejudice to its any other rights or remedies, forfeit and appropriate the Performance Security, if
available, as mutually agreed genuine pre-estimated compensation and damages payable to the
Corporation for, inter alia, time, cost and effort of the Authority, in regard to the RFP, including
consideration and evaluation of such Applicant‟s Proposal.
4.2 Without prejudice to the rights of the Municipal Corporation Gurugram, (Haryana) under Clause 4.1
hereinabove and the rights and remedies which the Corporation may have under the LOA or the
Agreement, if an Applicant or Transaction Advisor, as the case may be, is found by the Municipal
Corporation, Gurugram (Haryana) to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue of the LOA or the execution of
the Agreement, such Applicant or Transaction Advisor shall not be eligible to participate in any
tender or RFP issued by the Municipal Corporation, Gurugram (Haryana) during a period of 2 (two)
years from the date such Applicant or Transaction Advisor, as the case may be, is found by the
Corporation to have directly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case
may be.
4.3 For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them: (a) “corrupt practice” means (i) the offering, giving, receiving, or
soliciting, directly or indirectly, of anything of value to influence the action of any person
connected with the Selection Process (for avoidance of doubt, offering of employment to or
employing or engaging in any manner whatsoever, directly or indirectly, any official of the
Municipal Corporation, Gurugram (Haryana) who is or has been associated in any manner, directly
or indirectly with the Selection Process or the LOA or has dealt with matters concerning the
Agreement or arising there from, before or after the execution thereof, at any time prior to the
expiry of one year from the date such official resigns or retires from or otherwise ceases to be in
the service of the Authority, shall be deemed to constitute influencing the actions of a person
33
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
connected with the Selection Process; or (ii) save as provided herein, engaging in any manner
whatsoever, whether during the Selection Process or after the issue of the LOA or after the
execution of the Agreement, as the case may be, any person in respect of any matter relating to
the Project or the LOA or the Agreement, who at any time has been or is a legal, financial or
technical Transaction Advisor/ adviser of the Municipal Corporation, Gurugram (Haryana) in
relation to any matter concerning the Project; (b) “fraudulent practice” means a
misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the
Selection Process; (c) “coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any persons or property to influence any person‟s participation or
action in the Selection Process; (d) “undesirable practice” means (i) establishing contact with any
person connected with or employed or engaged by the Municipal Corporation, Gurugram (Haryana)
with the objective of canvassing, lobbying or in any manner influencing or attempting to influence
the Selection Process; or (ii) having a Conflict of Interest; and (e) “restrictive practice” means
forming a cartel or arriving at any understanding or arrangement among Applicants with the
objective of restricting or manipulating a full and fair competition in the Selection Process.
5. PRE-PROPOSAL CONFERENCE
5.1 Pre-Proposal Conference of the Applicants shall be convened at the designated date, time and
place. Only those Applicants, who have downloaded the same from the
https://mcgurgaonharyanaeprocurement.gov.in, shall be allowed to participate in the Pre-
Proposal Conference. A maximum of two representatives of each Applicant shall be allowed to
participate on production of an authority letter from the Applicant.
5.2 During the course of Pre-Proposal Conference, the Applicants will be free to seek clarifications and
make suggestions for consideration of the Authority. The Municipal Corporation, Gurugram
(Haryana) 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.
34
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
6. SCOPE OF WORK
35
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
d) Concept plan, designs, drawings and layouts for the multilevel car parking showing salient
features such as alignment, overall length, width showing arrangement of vehicles cross
section, deck level etc. and to amalgamate the same by creating necessary provisions for
commercial assessment so as to meet the suitability of the product mix for execution on
PPP mode
e) Suggest suitable technologies to meet specifications desired by the and agreed upon by its
consultants
f) Recommend phasing of the facility in response to the pace of future development
g) Estimate time to construct recommended facility
h) Specifications and block cost estimates for the project and estimated cost per ECS as per
the proposed technology
i) Estimate for annual maintenance costs for the parking facility
j) Provide a strategy for operating guidelines, parking revenue and enforcement of a parking
structure
k) Recommend appropriate management/staffing and pricing strategies for parking structure.
l) Recommend the appropriate structure for development of project
m) Presenting the case studies on similar projects being implemented elsewhere in the country
identifying the key issues, challenges faced and advise on the regulatory support for
implementation of the project
n) Review the development guidelines for the Project including: Specific facilities to be
developed including parking, open/green space, commercial area, etc and assess the
necessary Construction standards as per the governing bye laws, Master Plan provisions etc
o) Review and Carry out additional market assessment to frame up and present to the
Municipal Corporation, Gurugram (Haryana) the modality for implementation including
activities such as
o Demand Assessment & Segmentation
o Project components, sizing and support infrastructure
o Common utilities and facilities required
o Determining Project Phasing
o Project cost estimate and financial projections
p) Conduct a thorough financial analysis and viability assessment of the project through
activities such as preparation of financial model based on the results of the market surveys,
designs prepared by its technical team and private sector inputs.
The financial analysis could cover the following but not limited to the following points in
detail:
o Assessment of the financial viability of the project based on detailed cash flow
projections, including scope for cross subsidization, scope for economies of scale,
detailed cost analysis
o Detailed cash flow projections for the project
o Financial structuring
o Financial analysis – return on investment, DSCR etc.
o Cost-Benefit analysis for the Municipal Corporation, Gurugram (Haryana) as well as
the Private Investor
o Assessment of project sustainability
o VfM Analysis
q) The financial model will be finalized with suitable revised assumptions, a base case,
sensitivities, and outputs (projected project financial statements - balance sheet, cash
flow, income statement, key ratio analysis); key assumptions should be tested against key
outputs such as Internal Rate of Return (IRR), Debt Service Coverage Ratio (DSCR), Net
Present Value of the Project and other ratios.
36
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
r) Finalization of Project Structure: In the light of the revised financial model and the
qualitative and quantitative input received from the market surveys, a final project
structure will be presented highlighting the commercial benefits and legal obligations of
the Authority
s) Examining various commercial and legal options, for project structuring to recommend a
suitable PPP modality and suitable implementation structure such as concession /
management contract / Development Agreement, Joint Venture, etc; based on the existing
PPP policy of the state, regulatory framework of the Municipal Corporation, Gurugram
(Haryana) and the state in general.
t) Based on the feasibility study, and agreed Project Implementation Structure, a separate
marketing document on the lines of a Project Information Memorandum (PIM) shall be
prepared for taking views from the real estate sector representatives, stakeholders and
anchors for early buy-in the project. The objective of the PIM would be to provide
comprehensive information on the Project to facilitate comprehensive evaluation of the
business opportunity that the project presents. This would also help the developers in
syndication of finances. It would cover all the aspects that have been analyzed thus far and
will be presented in a summarized form.
u) Conducting demand assessment studies, willingness to pay surveys, and arrive at a suitable
fare structure that is compatible for the users and the Developer considering overall risk
framework and long term sustainability of the project.
v) Arrive at a OPEX plan to ensure smooth and seamless functioning of the car parking system
37
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
6.2.2 All the prospective members of the team of the Transaction Advisor shall have sufficient
qualified personnel, sub-Consultants, 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 Transaction Advisory Services assignment described below in the Scope of Work.
6.2.3 Municipal Corporation, Gurugram (Haryana) is seeking Transaction Advisor, which can bring
together a team of professionals and sub-professionals capable of completing all aspects of
the Transaction Advisory Services assignment. This will require a high degree of management
and technical expertise and experience directly related to structuring of Public-Private
Partnership for similar projects.
7. MISCELLANEOUS
38
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
39
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Concession Agreement. All the reports and agreements shall be submitted on CDs (2 sets)
containing all basic as well as processed data.
7.4.7 In case of difference in Original and copy of submission the Original shall prevail.
Once submitted, the proposal, including the composition of the consulting team, cannot be altered
without prior written consent of Authority. The proposal should be submitted in two sets one original
and one copy in the prescribed formats as under:
Standard Format for submission of the Proposal are enclosed with this RFP
Include a Table of Contents listing the various sections included in the proposal.
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.
40
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
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. In absence of the Service and Work Plan not accompanying the
proposal, it shall be entirely at the discretion of the Municipal Corporation, Gurugram (Haryana) to
consider the Proposal as nonresponsive.
The proposal must supply information concerning the qualifications and experience of the proposed
project team for this assignment.
41
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Appendix – 2
42
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
[Location, Date]
To,
Commissioner
Municipal Corporation, Gurugram (Haryana)
Plot No. C-I, Tower-B,
2nd Floor, Info City-I,
Sector-34, Gurugram - 122004 (Haryana)
Dear Sir,
We, the undersigned, offer to provide the consulting Assignment/job for Transaction Advisor for
Development of Car Parking cum Commercial Complex on PPP mode 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 inclusive of the Domestic taxes excluding 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.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
43
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Authorized Signature:………….....
Name: ……………………………..
Designation ……………………….
Name of firm:………………………
Address:……………………………
44
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
[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.]
B – Financial Capacity
(Provide the certified copy on information related to turnover of the Applicant firm, as required in
Clause 2.2.2]
[Using the format below, provide information on each Assignment/job for which your firm, 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).]
1. Firm‟s name:
1 Assignment/job name:
1.3 Country:
1.7 Address:
1.9 Approx. value of the Assignment/job provided by your firm under the
contract (in Rupees):
45
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
1.14 Name of senior professional staff of your firm involved and functions
performed.
46
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
FORM FIN-4 (COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON COUNTERPART
STAFF AND FACILITIES TO BE PROVIDED BY THE EMPLOYER)
[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 as deleting some
activity you consider unnecessary, or adding another, or proposing a different phasing of the
activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]
[Comment here on Inputs and facilities to be provided by the Employer to Transaction Advisors
including: administrative support, office space, Domestic transportation, equipment, data, etc.]
47
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
FORM FIN-5(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. 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. The Transaction Advisor 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 Advisor 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.]
48
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Professional Staff
Area of Position / Task
Sr. No. Name of Staff Name of Firm Expertise assigned for
this job
We hereby declare that our firm, our associate / group firm 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.
49
RFP for Selection of Transaction Advisor for Development of Multi-Level Car Parking at Kaman Sarai, Gurugram, Haryana.
Accepted ........................................
(Signature, name, designation and address of the Attorney)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executants(s) and
when it is so required the same should be under common seal affixed in accordance with the
required procedure.
Wherever required, the Applicant should submit for verification the extract of the charter
documents and other documents such as a resolution/power of attorney in favour of the
person executing this Power of Attorney for the delegation of power hereunder on behalf of
the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney
is being issued. However, the Power of Attorney provided by Applicants from countries that
have signed The Hague Legislation Convention, 1961 are not required to be legalised by the
Indian Embassy if it carries a conforming Apostille certificate.
50