Request For Proposal: Jaipur Metro Rail Corporation LTD
Request For Proposal: Jaipur Metro Rail Corporation LTD
TABLE OF CONTENTS
DISCLAIMER .................................................................................................................................................................. 4
DEFINITIONS ................................................................................................................................................................. 5
1. NOTICE INVITING BIDS ............................................................................................................................... 6
1.1 INTRODUCTION .............................................................................................................................................. 6
1.2 SCHEDULE OF BIDDING PROCESS ....................................................................................................... 9
1.3 ELIGIBILITY CRITERIA OF BIDDERS .................................................................................................... 11
1.4 SALES / DOWNLOAD OF RFP ................................................................................................................. 11
2. INSTRUCTIONS TO BIDDERS .................................................................................................................. 13
2.1 GENERAL INSTRUCTIONS ........................................................................................................................ 13
2.2 DUE DILIGENCE BY BIDDER .................................................................................................................. 15
2.3 PRE-BID CONFERENCE ............................................................................................................................ 16
2.4 CLARIFICATION / AMENDMENT /ADDENDUM ............................................................................... 17
2.5 COST OF BID DOCUMENT (TENDER FEE) AND E-TENDER PROCESSING FEE .................. 17
2.6 BID SECURITY .............................................................................................................................................. 18
2.7 SUBMISSION OF PROPOSAL ................................................................................................................... 19
2.8 EVALUATION OF PROPOSALS ................................................................................................................. 21
2.8.1 GENERAL ........................................................................................................................................................ 22
2.8.2 EVALUATION OF TECHNICAL BID......................................................................................................... 23
2.8.3 EVALUATION OF FINANCIAL BID .......................................................................................................... 26
2.8.4 COMBINED AND FINAL EVALUATION .................................................................................................. 27
2.8.5 AWARD OF CONTRACT, SIGNING OF AGREEMENT & PERFORMANCE SECURITY: .......... 27
2.9 CONFLICT OF INTEREST .......................................................................................................................... 30
3. TERMS OF REFERENCE (TOR) ............................................................................................................... 33
3.1 DETAILS OF AREA OF LAND / SPACES .............................................................................................. 33
3.2 SCOPE OF WORK ......................................................................................................................................... 33
3.2.1 INCEPTION REPORT: [DELIVERABLE: INCEPTION REPORT] ...................................................... 34
3.2.2 FEASIBILITY STUDY [DELIVERABLE: FEASIBILITY REPORT] .................................................... 34
3.2.3 DETAILED PROJECT STRUCTURING (DELIVERABLE : DPSR) ................................................... 36
3.2.4 PREPARATION OF TERM SHEET [DELIVERABLE: TERM SHEET] ............................................. 38
3.2.5 PREPARATION OF RFP DOCUMENT: [DELIVERABLE: DRAFT RFP & FINAL RFP] ............... 38
3.2.6 BID PROCESS MANAGEMENT AND SELECTION OF DEVELOPER/
CONCESSIONAIRE ...................................................................................................................................... 39
3.2.7 ASSISTANCE IN CONTRACT: ................................................................................................................... 39
3.2.8 CONSULTATION WITH JMRC .................................................................................................................. 40
3.2.9 OTHER TERMS & CONDITIONS: ............................................................................................................ 40
3.2.10 COORDINATION ........................................................................................................................................... 41
3.3 TIMELINES AND DELIVERABLES .......................................................................................................... 41
DISCLAIMER
DEFINITIONS
Document including
clarifications/
amendments, if any.
xiii. Last date and time for 18/09/2019 (1500 Hrs)
online Bid submission
xiv. Physical submission of 18/09/2019 (1700 Hrs)
original DD / BC / BG
for cost of Bid
document/ Tender fee,
Bid Security and e-
tender Processing Fee
(in favour of MD, RISL)
in JMRC office (Refer
Clause 2.8 iv)
xv. Date and time for 18/09/2019 (1730 Hrs)
opening of Technical Bid
xvi. Website for Online Bid https://eproc.rajasthan.gov.in
Submission
xvii. Bid Validity 180 days from the last date of
submission of the Bid.
Note:
i. The date of Pre-bid Conference and Query Submission/reply, etc.,
are tentative and may be changed at the discretion of JMRC. In
case of any change, same will be notified on the above mentioned
websites/portals.
ii. Corrigendum, Addendums and subsequent clarifications on bid
terms, if any, can be downloaded from the above mentioned
websites/portals. Intimation for change in the schedule of Bid
opening, etc., shall be notified on above-mentioned websites only.
Keep visiting these websites/portals for any subsequent
clarifications & modifications.
iii. Physical submission of bid is not allowed. Bid shall be
submitted ONLINE only at https://eproc.rajasthan.gov.in
iv. Technical Bids will be opened online on the specified date & time
in presence of bidders or their authorized representative who
chooses to attend. In the event of the date specified for bid opening
All the interested bidders are invited to attend the pre bid conference as
per schedule mentioned above.
Managing Director
Jaipur Metro Rail Corporation
2. INSTRUCTIONS TO BIDDERS
2
2.1 GENERAL INSTRUCTIONS
i. This (Request for Proposal) RFP document and any addenda thereto,
together with any further communications are issued for the purpose of
inviting bids only. The bidder shall not disclose any information
contained in the documents or otherwise supplied in connection with
this bid invitation to any third party except for the purpose of preparing
his Bid.
ii. The bidders are advised to explicitly read General Condition of Contract
(GCC) of JMRC available on its website https://www.jaipurmetrorail.in
and/or https://transport.rajasthan.gov.in/jmrc before submitting the
proposal. By submitting the proposal, the bidder agrees to all the points
included in the scope of lease/ RFP, relevant to the contract, terms &
conditions mentioned in the GCC referred above. Where the provisions of
this RFP are in conflict with the GCC, the former shall prevail.
iii. Each bidder will be deemed to have inspected the sites, the surroundings
and inspected all necessary documentation and made all inquiries, prior
to participating in the bid process.
iv. Corrections or overwriting, if any, should be avoided. However, if there
are any, must be accompanied with initials of authorised signatory only.
However, whitener should not be used for any corrections.
v. Bids submitted ONLINE ONLY at https://eproc.rajasthan.gov.in. Bids
sent by fax, post or e-mail will not be considered.
vi. If some or any of the document/annexure(s) is/are missing, the
Corporation has the right to reject the Bid as invalid Bid.
vii. The proposal shall not contain any conditional/ variable offer or scheme
etc. Bids containing such offers will be summarily rejected.
viii. Bids complete in all respects must be submitted online not later than the
date and time indicated in the schedule (clause 1.2). JMRC may, at its
discretion, extend this deadline for the submission of Bids by amending
the schedule and in that case all rights and obligations of JMRC and the
bidders previously subject to the original deadline shall thereafter be
subject to the deadline as extended.
ix. JMRC may at its sole discretion and at any time during the processing of
Bid, disqualify any bidder from the Bidding process if the bidder has :–
a. Made misleading or false representations in the forms, statements
and attachments submitted in proof of the eligibility requirements.
b. Submitted Bid document, which is not accompanied by required
documentation and Earnest Money Deposit (Bid Security) is non-
responsive.
c. Fails to provide clarifications related thereto, when sought.
x. JMRC, at its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to;
a. suspend and /or cancel the bidding Process and/ or amend and/ or
supplement the bidding Process or modify the dates or other terms
and conditions relating thereto;
b. consult with any bidder in order to receive clarification or further
information;
c. retain any information and/ or evidence submitted to the JMRC by,
on behalf of, and/ or in relation to any bidder; and/ or
d. Independently verify, disqualify, reject and/ or accept any and all
submission or other information and/ or evidence submitted by or
on behalf of any bidder.
xi. No further discussion /interface will be held with the bidders whose bids
have been rejected/ disqualified / technically disqualified.
xii. Any Bid not accompanied by valid Earnest Money Deposit (Bid
Security), e-tender processing fee and the cost towards Bid document,
in acceptable form will be liable to be treated as being non-responsive.
xiii. The Bid and all related correspondence and documents in relation to
the Bidding Process shall be in English or Hindi language. Supporting
documents and printed literature furnished by the bidder may be in
any other language provided that they are accompanied by
translations of all the pertinent passages in the English /Hindi
language, duly authenticated and certified by the bidder. Supporting
materials, which are not translated into English/Hindi, may not be
considered. For the purpose of interpretation and evaluation of the
Bid, the English language translation shall prevail.
xiv. The JMRC reserves the right to verify all statements, information and
documents submitted by the bidder in response to the Bid Document.
iv. Most of the information about JMRC is available in public domain and
accessible by everyone. The prospective bidders are advised to study the
information in public domain & seek more & more information if needed
and familiarise themselves with it. Accordingly, any claim related to lack
of information shall not be entertained.
2.3 PRE-BID CONFERENCE
i. For the purpose of providing an opportunity to the prospective bidders to
obtain clarifications and/or give suggestions with regard to this RFP and
bid process, a pre-bid conference has been arranged as per the schedule
& venue indicated in the Clause No. 1.2 of this RFP.
ii. During the course of Pre-Bid Conference, the bidders will be free to seek
clarifications and make suggestions for consideration of the JMRC. The
JMRC 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.
iii. Post meeting queries / request for clarification should be submitted
through e-mail or in writing by the date & time prescribed in the
schedule of the bidding process (clause 1.2) and the same received after
the date & time prescribed may not be taken into consideration.
The queries regarding this RFP, may be addressed to :
Joint General Manager (Administration),
Jaipur Metro Rail Corporation,
2 Floor, Wing-A, Admin Building, Metro Depot,
nd
RFP Clause/
Query / Clarification
S. No. Annexure Subject/Title
sought
Reference No.
v. For any help in entry & location of pre-bid conference venue, JGM
(Administration) may be contacted over Telephone No. 0141-2822753
1
2
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.8.1 GENERAL
i. The bids will be opened online on e-procurement portal on the date
and time, as specified in the Clause 1.2 (schedule to RFP) of this RFP
in the presence of bidders or their authorized representatives who
choose to attend the opening of Bid. The bidders or their authorized
representatives who are present to witness the Bid opening shall sign
a attendance sheet/ register evidencing their attendance as a witness
to the Bids opening process. In the event of the specified date of Bid
opening being declared a holiday, the Bids will be opened on the next
working day at the same time and place or on any other day/time, as
intimated by the JMRC.
ii. Only Technical Bids will be opened first and evaluated as per the
eligibility criteria set forth in this RFP document.
iii. Financial Bids will remain unopened until the evaluation of technical
bids. The Financial Bids of only those bidders who are short listed in
Technical evaluation stage will be opened & evaluated. The time and
date of opening of Financial Bids shall be communicated to technically
qualified bidders through state e-procurement portal
https://eproc.rajasthan.gov.in. The technically qualified bidders may
attend the opening of the Financial Bid, if they so desire.
iv. The bidders or their authorized representatives who want to be present
to witness the Financial Bid opening shall sign on attendance sheet /
register evidencing their attendance as a witness to the Financial Bid
2. Experience of Completion
providing Certificate
Parameter Marks
consultancy from assignor
services for 10 or more but less than 15 15 or copy of
completed or in (completed+ongoing) Projects Agreement or
hand projects Allotment
15 or more (completed+ ongoing) 20
during last 7 years, letter as
Projects
i.e., on or after 1st applicable
April 2012
4. Experience of Completion
providing certificate from
consultancy Parameter Marks assignor with
services for one a proof of
similar Real Estate/ Project value => ₹50 < 200 Crores 3 project value
Land development
Project value > ₹200 < 500 Crores 5
project or PPP
consultancy project Project value > ₹500 Crores 8
from any of the
state #2 marks will be awarded additionally if any of
Government's/ above completed project is related to land/real
Central estate property development in transport
Government's/ sector (Airport/Indian Railways/State
department/PSU Transport corporation/Metro Rail Corporation,
(for at Least 01 etc) under PPP model
project) (Maximum
10 marks)
5. Average annual Audit Balance
consultancy fees sheet or CA
receipt of Last 3 Parameter Marks certified copy
Financial Years of ITR or any
Rs. 50 Crore or more but less than 6
ending on March other CA
Rs. 100 Crore
31, 2019 certified
(Maximum 10 Rs. 100 Crore or more but less 8 document
marks) than Rs. 200 Crore having details
Rs. 200 Crore or more 10 of receipt of
consultancy
fees
6. Key Staff Proposed Parameter Marks CV of the
for the Project expert signed
(Maximum 23 PPP Expert: MBA Experience of 3
/PGDM or 7-10 Years by self in the
marks)
Notes:
a. The JMRC expects all the Key Personnel specified in the bidder‟s
proposal to be available with the Agency and deployed during
execution of work and fulfilment of all contractual obligations
pursuant to this RFP. No replacement of the Key Personnel whose
details were submitted along with the bid should be made unless
absolutely essential. If such a replacement becomes unavoidable, it
should be informed immediately to JMRC in writing, together with
reasons thereof. Non-essential changes shall be treated as significant
deficiency in execution of work, attracting penalty as per provisions of
this RFP.
b. The successful bidder shall not have the option of replacing any Key
Personnel during the period of contract with personnel possessing
lower qualifications than those submitted along with the bid.
c. While the team leader and experts will be visiting Jaipur as per
requirement, the associate will be stationed in Jaipur during the
course of assignment.
iv. The Technical Bids, which are found acceptable in accordance with
Clause 2.8.2(iii), shall be deemed as responsive Bids. The Applicants with
such responsive Bids and securing technical score (ST) of minimum 60
marks would be considered as Short-listed Applicants and would be
eligible for next stage of the evaluation Process, i.e., Financial
Evaluation.
v. The JMRC will open “Financial Bid” of only of Short-listed Applicants for
evaluation in accordance with Clause below.
i. In the second stage, the financial evaluation will be carried out. Each
Financial Bid will be assigned a Financial Score (SF).
ii. The lowest Financial Bid (FL) among the bidders will be given a financial
score (SF) of 100 points. The financial scores of other Bids will be
computed as follows:
Financial Score (SF) = 100 x FL/F
(F = Amount of Financial Bid of a bidder)
xii. JMRC shall have the right to invoke and en-cash the amount of Security
Deposits in whole or in part, without notice to the Bidder in the event of
breach of this Agreement or for recovery of liquidated damages or
penalties.
xiii. JMRC shall reserve the right for deduction of JMRC dues from the
Performance Security Deposit at any stage of agreement, i.e., currency/
completion/termination, against:
a. Any amount imposed as penalty and adjustment for all losses/
damages suffered by JMRC for any non-conformity with the terms &
condition of the agreement.
b. Any amount for which JMRC becomes liable to the Government/Third
party due to any default by any employee / agent of the Bidder.
c. Any payment/ fine imposed under the order/judgment of any court/
consumer forum or law enforcing Bidder or any person working on
behalf of the Bidder.
d. Any other outstanding JMRC‟s dues/ claims, which remain
outstanding after completing the course of action as per this Lease
Agreement.
xiv. JMRC shall retain the right to withdraw the LoA in the event of the
successful bidder‟s failure to accept the LoA within the limit specified. In
that event, JMRC shall forfeit the Bid Security of the successful bidder.
The bidder shall not seek any claim, compensation, damages or any
other consideration whatsoever on this account.
xv. In case of non-acceptance of LoA or non deposition of security deposit by
the successful bidder, even after 15 days of issue of LoA and/ or non
signing of agreement within permissible time, JMRC shall cancel the LoA
and may award the contract to the bidder next in the ranking, at its
discretion.
xvi. After acknowledgement of the LOA as aforesaid by the Selected
Applicant, it shall execute the Agreement within the prescribed period.
The Selected Applicant shall not be entitled to seek any deviation in the
Agreement. In the event that the Selected Applicant does not sign the
Agreement by the stipulated date, the JMRC may, unless it consents to
extension of time for submission thereof, cancel the LOA and the next
highest ranking Applicant may be considered or Risk and Cost action
may be taken at its discretion.
xvii. After signing of Contract Agreement, the JMRC shall issue NTP (Notice to
Proceed), and the Agency shall commence the work within seven days of
the issuance of thisNTP.
2.9 CONFLICT OF INTEREST
i. The bidder shall not have a conflict of interest that may affect the
Selection Process or the Work (the “Conflict of Interest”). Any bidder
found to have a Conflict of Interest shall be disqualified. In the event of
disqualification, the JMRC shall forfeit and appropriate the Bid Security
and the Performance Security and may refund an amount after
deduction of mutually agreed genuine pre-estimated compensation and
damages payable to the JMRC for, inter alia, the time, cost and effort of
the JMRC including consideration of such Applicant‟s Bid, without
prejudice to any other right or remedy that may be available to the JMRC
hereunder or otherwise.
ii. The JMRC requires that the Agency provides professional, objective, and
impartial advice and at all times hold the JMRC‟s interests paramount,
avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The Agency shall not accept
or engage in any assignment that would be in conflict with its prior or
current obligations to other clients, or that may place it in a position of
not being able to carry out the assignment in the best interests of the
JMRC.
iii. Without limiting the generality of the above, the bidder shall be deemed
to have a Conflict of Interest affecting the Selection Process, if:
a. the bidder or a Constituent thereof has common controlling
shareholders or other ownership interest with another bidder or a
Constituent thereof; provided that this disqualification shall not apply
in cases where the direct or indirect shareholding of an bidder or a
Constituent thereof (or any shareholder thereof having a shareholding
of more than 5 per cent of the paid up and subscribed share capital of
such bidder) in the other bidder is less than 5 per cent of the
subscribed and paid up equity share capital thereof; or
b. a constituent of such bidder is also a constituent of another bidder; or
c. such bidder, or any constituent thereof receives or has received any
direct or indirect subsidy, grant, concessional loan or subordinated
debt from any other bidder, or any constituent thereof or has provided
any such subsidy, grant, concessional loan or subordinated debt to
any other bidder or any constituent thereof; or
d. such bidder has the same legal representative for purposes of this Bid
as any other bidder; or
e. such bidder, or any constituent thereof has a relationship with
another bidder, or any constituent thereof, directly or through a
common third party, that puts either or both of them in a position to
have access to each others‟ information about, or to influence the Bid
of either or each other; or
f. Such bidder or any constituent thereof is in the business of property
development or has share holding exceeding 5 per cent in any
property development concern. However, for the purpose of this
Clause, property development consultancy shall not be deemed to be
“the business of property development” and a property development
consultancy concern shall not be deemed to be a “property
development concern.”
iv. In addition to this, the provisions of Rajasthan Transparency in Public
Procurement Act, 2013 & Rules made thereunder, including but not
limited to Rules 81, shall also be applicable; and the bidders must take
cognizance of the same for due compliance.
3
3.1 DETAILS OF AREA OF LAND / SPACES
a) JMRC has land spaces adjacent to its Metro Stations of Phase 1A and
roof space above Chandpole Metro Station as detailed below:
S. Metro Station Approximate Area of land/space near
No. (Sqm.)
GateNo.1 GateNo.2
1 Mansarovar 3278 -
2 New Atish Market 2505 5560
3 Vivek Vihar 3785 998
4 Ram Nagar 1790 2314
5 Civil Lines (South) - 980
6 Railway Station (Chandpole side) 1710 -
7 Land adjacent to Metro 957 -
Chandpole Station
Space above Metro 1700* -
Station
*Space is available above Chandpole Metro Station and the station
building is to be vertically extended and to be integrated with the parking
space adjacent to Metro Stations.
b) Most of these spaces are being used for parking purpose and JMRC
desires to develop these spaces for commercial purpose including for
parking to facilitate commuters and to earn non-fare revenue after
feasibility analysis. The commercial space so developed will be integrated
with the existing Metro Station. These spaces shall be developed through
different option of Public Private Partnership (PPP).
The RFP(s) shall also include rights and obligations of both parties,
grant of authorization, authorization period, actions in support of
authorization, condition precedents, representation and warranties,
implementation framework, project inspection during construction
period monitoring, mechanism during project operation duration,
any of the land space from the scope of consultancy as per its
requirement at the time of award of contract.
c. JMRC will not pay any additional fees to the consultant in case RFP is
to be re-floated upto next 2 rounds, due to failure of process in
previous rounds. The consultant shall provide assistance to JMRC in
Review of RFP, ToR and Bid process management for subsequent
round of RFP process without any additional cost to JMRC.
d. In case of non-availability of consultant's office in Jaipur, the
consultant will establish its office at its own expense & intimate to
JMRC.
e. JMRC will arrange/ provide meeting space during meetings /
presentations to be held in JMRC.
3.2.10 COORDINATION
The Agency shall nominate a lead Consultant who shall be the single
contact point for the JMRC for all matters related to the implementation
of this Work. From the side of the JMRC, the following shall be the single
contact point for the Agency for all matters related to coordination
between the JMRC and the Agency with respect to implementation of this
Work:
Executive Director (Corporate Affairs)
Jaipur Metro Rail Corporation Limited,
2nd Floor, Wing-A, Admin Building
Metro Depot, Bhrigu path Mansarovar, Jaipur –302020
Note : While the milestones for Serial No. 1 above will be combined for all
Metro Stations, the mile stones for subsequent deliverables shall be dealt
separately for each package/stations.
reasons other than on JMRC‟s account, JMRC may, if satisfied that the
work can be completed by the Agency within a reasonably short time
thereafter, allow the Agency for an extension of time upon a written
request from the Agency. On such extension, JMRC will be entitled
without prejudice to any other right or remedy available on that behalf to
recover from the Agency, agreed damages, and not by way of penalty, a
sum of 0.5% of the total payable amount (i.e. the entire actual payable
amount in respect of the particular land parcel with regard to which the
delay has occurred) for each week of extension or part thereof. The total
recovery on account of the above shall be subject to a maximum of 10%
(ten percent) of the total payable amount (i.e. the entire actual payable
amount in respect of the particular Land Parcel with regard to which the
delay has occurred).
c. Extension of time due to delay on JMRC’s account: If the progress of
work is delayed at any time due to act or omission by JMRC, then the
Agency shall immediately give notice thereof in writing to JMRC
indicating the period for which the work is likely to be delayed, and shall
be bound to ask for necessary extension of time. JMRC on receipt of
such request shall consider the same and shall grant such extension of
time as is reasonable with regard to the nature and period of delay and
the time and quantum of work affected thereby. No compensation shall
be payable for works so carried forward to the extended period of time;
the same rates, terms and conditions of Agreement being applicable as if
such extended period was originally provided in the original Agreement
itself.
3.6 LIQUIDATED DAMAGES
a. Liquidated Damages for delay – In case of delay in execution of work as
per the specified time schedule (Clause 3.3), liquidated damages not
exceeding an amount equal to 1% of the total payable amount (i.e. the
entire actual payable amount in respect of the particular land space with
regard to which the delay has occurred), for each week of delay or part
thereof shall be recovered from the Agency unless prior extension of time
has been granted by the JMRC under Clause 3.4(c) above.
b. Total Liquidated Damages – The total liquidated damages on account of
the above shall be subject to a maximum of 10% (ten percent) of the total
payable amount (i.e. the entire actual payable amount in respect of the
particular land space with regard to which the delay has occurred).
The Agency shall be eligible for receipt of “Success Fee” @ 1.5% of the
upfront lease premium plus 1.5% NPV of annual minimum assured
payments / lease as revenue share payable by selected Lessee
/developer(s) of respective bidder. The discounting rate for calculating
NPV shall be @ 15%. Only the initial period of agreement between the
property developer(s) and the JMRC shall be taken into account for
calculation of NPV and any extendable period shall be ignored. The
Success Fee will be payable to the Agency by the selected property
developer(s) on signing of the development agreement(s) between the
selected property developer(s) and the JMRC including receipt by JMRC
of instalment of payment due immediately after or along with such
signing as per the development agreement(s).
3.8 APPROVALS AND PROGRESS REPORTS
The Agency shall apprise the JMRC at suitable intervals the progress of
the work, discuss the various technical aspects involved in the study,
attend meetings related with the Project and subsequently draw minutes
and make presentations at various forums as and when required. The
Agency shall discuss and seek approval to various aspects of the study
before submission of reports and deliverables.
3.9 TERMINATION OF CONTRACT AGREEMENT
a) JMRC reserves the right to terminate the contract at any time should,
in JMRC‟s opinion, the cessation of work become necessary due to any
reason whatsoever, in which case the value of the work done to date by
the Agency will be paid for in full at the rates specified in the
Agreement. Notice in writing from JMRC of such termination and the
reasons thereof shall be conclusive evidence of termination.
b) The JMRC may, by not less than thirty (30) days‟ written notice
of termination to the Agency, terminate the Contract Agreement if the
Agency fails to remedy any breach hereof or any failure in the
performance of its obligations as specified in the Scope of Work, and
fails to deliver the work as per the prescribed Timelines and
Deliverables (Clause 3.3) to the satisfaction of the JMRC. This is
without prejudice to any penal action against the Agency which the
JMRC may initiate under Clause 3.10.
c) If any change/addition/deletion is made by the bidder in the RFP
document and if the same is detected at any stage even after the award
have commenced from the day a written and valid demand for
arbitration is received by the MD, JMRC. The place of arbitration will
be Jaipur. The provisions of the Arbitration and Conciliation Act, 1996
shall apply and the language of arbitration shall be English.
iii. The courts at Jaipur shall have exclusive jurisdiction over all matters
arising out of this tender process or out of the Agreement pursuant to
it or out of any arbitration hereunder.
iv. It will be no bar that the Arbitrator appointed as aforesaid is or has
been an employee of the JMRC and the appointment of the Arbitrator
will not be challenged or be open to question in any Court of Law, on
this account.
3.14 FRAUD AND CORRUPT PRACTICES
i. 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 JMRC shall reject a Bid 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 “Prohibited Practices”) in
the Selection Process. In such an event, the JMRC shall, without
prejudice to its any other rights or remedies, forfeit and appropriate
the Bid Security and the Performance Security, and may refund the
amount after deduction, mutually agreed genuine pre-estimated
compensation and damages payable to the JMRC for, inter alia, time,
cost and effort of the JMRC, in regard to the RFP, including
consideration and evaluation of such Applicant‟s Bid.
ii. Without prejudice to the rights of JMRC hereinabove and the rights
and remedies which the JMRC may have under the LOA or the
Agreement, if the Applicant or Agency, as the case may be, is found by
the JMRC to have directly or indirectly or through an agent, engaged
or indulged in any Prohibited Practice (as defined above) during the
Selection Process, or after the issue of the LOA or the execution of the
Agreement, such Applicant or Agency shall not be eligible to
participate in any tender or RFP issued by the JMRC during a period
of 2 (two) years from the date such Applicant or Agency, as the case
may be, is found by the JMRC to have directly or through an agent,
ANNEXURE - I
CHECK LIST
ANNEXURE – II
To, Dated
Executive Director (Corp. Affairs)
Jaipur Metro Rail Corporation Limited,
2nd Floor, Wing-A, Admin Building,
Metro Depot, Bhrigu Path, Mansarovar, Jaipur- 302020
I/ we submit this Bid under and in accordance with the terms of the RFP
document.
Yours faithfully,
Date:
(Signature, name and designation of the Authorised Signatory)
Place:
Name and seal of the Applicant
ANNEXURE-III
(On Non - judicial stamp paper of amount as per Govt. of Rajasthan rules)
AND, we do hereby agree to ratify and confirm all acts, deeds and things
lawfully done or caused to be done by our said Authorized Representative
pursuant to and in exercise of the powers conferred by this Power of Attorney
and that all acts, deeds and things done by our said Authorised Representative
in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us.
For .......................................
(Signature, name, designation and address)
Witnesses:
1.
2.
Accepted
........................................
(Signature, name, designation and address of the Attorney)
Notes:
a) The mode of execution of the Power of Attorney should be in accordance
with the procedure, if any, laid down by the applicable law and the
charter documents of the executant(s) and when it is so required, the
same should be under common seal affixed in accordance with the
required procedure.
b) 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.
c) Alternatively, a Board Resolution authorising the Signatory to sign the
bid on behalf of the company can also be submitted.
d) Any change in the authorised representative shall immediately be
notified.
ANNEXURE-IV
Note:
The following documents needs to be attached with this Exhibit:
1. In case of a Partnership Firm, notarized copy of the Registered
Partnership Deed
2. In case of Sole Proprietorship, a proof of GST Registration
number/PAN/TAN
3. In case of Limited Company, a certified copy of the Memorandum and
Articles of Association and Certificate of Incorporation.
Undertaking
I/We hereby certify that our organisation/firm has neither been black listed or
debarred for any period nor our contracts have been terminated /foreclosed
due to non-fulfilment of contractual obligations by any company /Govt.
departments/Public Sector organisation during last three financial years
ending 31/03/2019 and during current financial year till date of bid
submission.
Date
Signature of Applicant
Place
Name & Seal of Authorised Representative
ANNEXURE-V
STATEMENT OF MANAGERIAL & FINANCIAL CAPACITY
1. Date of incorporation : _______________________
2. Date of commencement of operations in India : ______________
3. Details of annual receipt of consultancy fees turnover :
1 Year 2016-17
2 Year 2017-18
3 Year 2018-19
Average consultancy fee for above three Financial Years
Date Signature
Place Name
Designation
Seal of Authorised Signatory (bidder)
ANNEXURE-VI
Cumulative
S. No. Name of Project Client Name area Project Completed
(In Acres)
Note:
ANNEXURE-VII
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Key Qualifications:
Education:
Employment Record:
[Starting with present position, list in reverse order every employment held. List
all positions held by staff member since graduation, giving dates, names of
employing organizations, titles of positions held, and locations of assignments.
For experience details, kindly provide types of activities performed and client
references, where appropriate. Use about two pages.]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these
data correctly describe me, my qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the Firm]
Day/Month/Year
ANNEXURE-VIII
Indicate in detail the method covering the approach and methodology proposed
for carrying out the work, including such detailed information as is deemed
relevant. The Applicant should indicate all tasks proposed to be carried out in
detail (i.e., Work Plan). During the process of technical evaluation, JMRC may
seek presentation on this approach & methodology submitted by the bidder
and accordingly award the marks.
ANNEXURE-IX
1. The Project Development Fee quoted above is/are after taking into consideration all the
terms and conditions stated in the RFP and all the conditions that may affect the bid.
2. GST shall be extra, as applicable.
3. Success fees shall be payable extra on success of respective tenders/RFP as per the
provisions of this RFP [Clause 3.7.2].
Date Signature
Place Name
Designation
Seal of Authorised Signatory
Note: This sheet is to be signed blank and no rate should be quoted here. The rates are to be
quoted in downloaded BOQ sheet (soft copy) only. The bid will be summarily rejected in
case rates are disclosed in technical bid.
ANNEXURE-X
Sir,
In accordance with your RFP for “Selection of Consultant/ Transaction
Advisor for Project Structuring and Bid Process Management for Leasing
of Land Spaces adjacent/above Metro Stations of Phase-1A (RFP No. F.1(R-
86)/JMRC/DCA/Rev./2017-18/09 Dated: 13/08/2019) M/s. ........................
(Name & full address of the firm) (herein after called the “bidder”) intends to
submit a Bank Guarantee to participate in the said tender as mentioned in the
RFP document.
It is a condition in the RFP document that the bidder has to deposit Earnest
Money amounting to Rs. ___________ (Rupees ____________ Only) in respect to
the tender, with Jaipur Metro Rail Corporation, Jaipur (hereinafter referred to
as “JMRC”) by a Bank Guarantee from a Scheduled Bank having its branch at
Jaipur irrevocable and operative till 30 days after the bid validity date (i.e. 210
days from the last date of bid submission). It may be extended if required in
concurrence with the bid validity.
And whereas the bidder desires to furnish a Bank Guarantee for a sum
Rs.___________(Rupees_________________________ only) to the JMRC as earnest
money deposit.
And whereas the bidder has approached the .....................................................
(Bank) for such purpose.
2. Now, therefore, we the ……………………………….…… (Bank), a body
corporate constituted under the Banking Companies (Acquisition and
Transfer of Undertaking) Act. 1969 (delete, if not applicable) and branch
Place: ……………………………
Date: ………………………….... (Signature of the Bank Officer)
Rubber stamp of the bank
Note:
1. This guarantee should be issued on non-judicial stamp paper, stamped
in accordance with the Stamps Act.
2. The stamp papers of appropriate value shall be purchased in the name of
the Bidder.
ANNEXURE-XI
To
Managing Director,
Jaipur Metro Rail Corporation Limited (JMRCL),
2nd Floor, Admin Building, Metro Depot,
Bhrigu Path, Mansarovar, Jaipur-302020 (Raj).
any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have the effect of so relieving us.
7. This Guarantee will not be discharged due to the change in the
constitution of the Bank or the Agency(ies).
8. We, ……………….. (indicate the name of Bank) lastly undertake not to
revoke this Guarantee during its currency except with the previous
consent of the JMRC in writing.
9. For the avoidance of doubt, the Bank‟s liability under this Guarantee
shall be restricted to Rs. …… crores (Rupees …… crores) only. The Bank
shall be liable to pay the said amount or any part thereof only if the
JMRC serves a written claim on the Bank in accordance with paragraph
2 hereof, on or before ___________. [42 months from the date of issuance
of PBG]
Dated, the ………. day of ………. 20
For ..............................................................
(Name of Bank)
(Signature, name and designation of the authorised signatory)
Seal of the Bank:
NOTES:
(i) The Bank Guarantee should contain the name, designation and code
number of the officer(s) signing the Guarantee.
(ii) The address, telephone no. and other details of the Head Office of the
Bank as well as of issuing Branch should be mentioned on the covering
letter of issuing Branch.
ANNEXURE-XII
FORMAT OF AGREEMENT
(iv) The RFP Document in its entirety along with all its Annexures,
Appendices, etc.
(v) General Condition of Contract of JMRC.
In case of any conflict in the interpretation, the provision of documents
shall prevail in the order or their place in the list above.
2. The selected Bidder shall be responsible for providing project structuring
and bid process management services for leasing land spaces
adjacent/above Metro stations of phase-1A at Jaipur (Rajasthan) as per
the Term of Reference (ToR) mentioned in this RFP document and in
accordance with the provision of the agreement signed between JMRC
and the selected Bidder.
3. The selected Bidder shall ensure that all deliverables submitted to JMRC
within the timelines as mentioned in this RFP document. Selected Bidder
shall be subjected to liquidate damages mentioned in this RFP for the
delays caused in submission of deliverables.
4. JMRC shall make payment to the selected Bidder as per the payment
scheduled mentioned in this RFP document. GST and any other taxes, as
applicable shall be payable extra by JMRC to the Selected Bidder as per
the prevailing rate and rules. All payments to the Selected Bidder shall
be subjected to deduction of Tax Deducted at Source (TDS) and any other
applicable taxes.
5. That the Consultant has deposited Performance Security, amounting
Rs. ___________ (Rupees __________________________ only) by way of a
Demand Draft / Banker‟s Cheque / Bank Guarantee/ pledged FD vide
No.________________ Dated_____________ in favour of Jaipur Metro Rail
Corporation, Jaipur.
6. This contract shall be valid for the period of 03 years which may be
further extended as per provisions of this RFP document, by JMRC on
the request of agency, as per the prevailing situations and requirement.
7. Any party to the agreement may terminate this agreement by a written
notice of not less than 30 days. Further termination provisions &
procedures shall follow the relevant clause of this RFP, which shall be
final in this regard.
8. Any dispute arising out of or in connection with this agreement
(including a dispute regarding the existence, validity or termination of
this Agreement) shall be exclusively fall under the court of law having
seat in Jaipur only.
9. Any dispute arising out of or in connection with this contract, including
any question regarding its existence, validity or termination, shall be
referred to and finally resolved by arbitration under the provisions of the
Arbitration and Conciliation Act, 1996, which Rules are deemed to be
incorporated by reference into this clause. The seat, or legal place, of
arbitration shall be Jaipur (Rajasthan). Selection of Arbitrator shall be
done as per provisions of this RFP.
10. That in the event of the Consultant committing any breach of the terms
& conditions of this RFP or agreement executed in pursuance to this
RFP, JMRC shall, without prejudice to other rights and remedies, be
entitled to forfeit the Security Deposit or any part thereof. In such an
event the Consultant shall pay in the same manner as stated above
such additional sum immediately as he may be called upon by JMRC to
pay, so that the Security Deposit shall at all times during the
continuance of this agreement, be for the same amount. On the
expiration or earlier termination / of the Agreement, the JMRC shall
return the Security Deposit, to the Consultant, without interest.
11. That the Consultant shall equip himself with all necessary permits,
licenses and such other permissions as may be required under the law in
force at any time with regard to the operation of the subject Lease.
12. That the JMRC shall not be responsible for any loss or damage caused to
the Consultant on any accounts whatsoever.
13. The RFP document issued by JMRC and submitted by selected Bidder
along with its Bid shall form essential part of this Agreement.
In witness whereof, the Parties hereto have caused this Agreement to be signed
in their respective names as of the day and year first above written.