0% found this document useful (0 votes)
38 views

RFP

Uploaded by

chhavipics16
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
38 views

RFP

Uploaded by

chhavipics16
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 100

ଓଡ଼ିଶା େସତୁ ଓ ନିମାଣ ନିଗମ ଲି ଃ

(ଓଡ଼ିଶାସରକାର ପୂ ବିଭାଗ ଅ ନର ଏକ ଉେଦ ାଗ)

REQUEST FOR PROPOSAL

Selection of Consultant for preparation of Masterplan


and Transaction advisory services for formulation of
Vision 2036 for highways Network in the State of Odisha

Managing Director

Odisha Bridge & Construction Corporation Limited

Vikas Bhawan, Nayapalli, Bhubaneswar- 751012

RFP No 14/Tender/OBCC/2024-25

Page 1 of 100
DISCLAIMER

The information contained in this Request for Proposal document ("RFP") or any other
information subsequently provided to Bidders, whether verbally or in documentary or any other form
by or on behalf of the Client or any of its employees or advisers, is provided to the Bidders on the
terms and conditions set out in this RFP and such other terms and conditions subject to which such
information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the Client to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested Bidders
with information that may be useful to them in the formulation of their Proposals pursuant to the RFP.
This RFP includes statements, which reflect various assumptions and assessments arrived at by the
Client in relation to the Services. Such assumptions, assessments and statements do not purport to
contain all the information that each Bidder may require. This RFP may not be appropriate for all
persons, and it is not possible for the Client, its employees, or advisers to consider the objectives,
technical expertise and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in this RFP may not be complete, accurate,
adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments and information contained in this RFP and obtain independent advice from appropriate
sources.
Information provided in this RFP to the Bidders is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Client
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.
The Client, its employees and advisers make no representation or warranty and shall have
no liability to any person including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense,
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the RFP and
any assessment, assumption, statement or information contained therein or deemed to form part of
this RFP or arising in any way in this selection process.
The Client also accepts no liability of any nature whether resulting from negligence or
otherwise caused or arising from reliance of any Bidder upon the statements contained in this RFP.
The Client may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in this RFP.
The issue of this RFP does not imply that the Client is bound to select a Bidder or to appoint
the selected Consultant, as the case maybe, to provide the Services and the Client reserves the right
to reject all or any of the Proposals without assigning any reasons whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by the Client

Page 2 of 100
or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses
will remain with the Bidder and the Client shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by a Bidder in preparation or submission of the
Proposal, regardless of the conduct or outcome of the selection process.

Page 3 of 100
Page 4 of 100
Page 5 of 100
DATA SHEET

Sl.
Particulars Details
No.
Odisha Bridge & Construction Corporation
1 Name of the Client
Limited (OBCC)

2 Method of Selection Quality cum Cost Based (QCBS 80:20) Method

3 Proposal Validity 150 Days

4 Date of Issue of RFP 08.11.2024


Deadline for Submission of Pre-Proposal /
5 12.11.2024, 17:00 hours
Pre-Bid Queries
6 Pre-proposal meeting 13.11.2024, 12:00 hours

7 Issue of Pre-proposal Clarifications 15.11.2024

8 Proposal Due Date 28.11.2024, 17:00 hours

9 Date of opening of Technical Proposal 29.11.2024, 11:30 hours

10 Date of Technical Presentation To be intimated later

11 Date of opening of Financial Proposal To be intimated later

Expected Date of Commencement of


12 To be intimated later
Assignment

A pre-proposal meeting will be held on dtd.


13.11.2024, 12:00 hours on online mode.
Meeting Link: https://meet.google.com/fjp-thbq-
ukj
The name, address, and telephone number of the
13 Pre-proposal meeting nodal officer is:
Er. A. Mohanty
General Manager (D&P) = II,
Odisha Bridge & Construction Corporation Limited
Ph- 0674- 2396309
E-mail ID: [email protected]; [email protected]
Rs. 11,800/- (Rupees eleven thousand eight
14 Bid Processing Fee (Non-Refundable) hundred) only (including GST) through online
mode only as prescribed in e-procurement
procedure annexed as Section-8
Rs. 6,00,000/- (Rupees Six Lakh only) through
15 Earnest Money Deposit (EMD) (Refundable) online mode only as prescribed in e-procurement
procedure annexed as Section-8
The selected bidder is required to deposit 5% of the
16 Performance Bank Guarantee Work Order Value before execution of the contract
agreement with the client.

Page 6 of 100
Name: Er. A. Mohanty

17 Contact Person Designation: General Manager (D&P) = II


Odisha Bridge & Construction Corporation Limited
Tel no.: 0674- 2396309
Email: [email protected]

Odisha Bridge & Construction Corporation


Limited,
18 Place of Opening of Proposal: Vikas Bhawan, Nayapalli,
Bhubaneswar, Khurda,
Odisha. Pin - 751012

RfP can be downloaded from: www.tendersodisha.gov.in

Page 7 of 100
SECTION: 1

LETTER OF INVITATION

Page 8 of 100
LETTER OF INVITATION

Name of the Assignment: Selection of Consultant for preparation of Masterplan and Transaction
advisory services for formulation of Vision 2036 for highways Network in the State of Odisha:
Strategic Planning, Demand Analysis, and Infrastructure Augmentation.
The Managing Director, Odisha Bridge & Construction Corporation Limited, Odisha (the
“Authority”), in accordance with the provisions under the Guidelines for Engagement of
Consultants and Outsourcing of Services issued in the Office Memorandum No. 37323/F
Dt. 30.11.2018 of the Finance Department, now invites shortlisted agencies for providing
Preparation of a detailed development plan for the Vision 2036 Highway Network
Development in Odisha.

1. A bidder will be selected under Quality and Cost Based Selection procedure as prescribed in
the RFP Document in accordance with the procedures prescribed herewith circulated vide
Office Memorandum No. 37323/F, Dated: 30.11.2018 of Finance Department, Govt. of
Odisha.

2. This is a e-tendering process by Government of Odisha in Odisha Bridge & Construction


Corporation Limited. The proposal must be submitted online only. In online mode, the
electronic files are to be uploaded on the tender Portal www.tendersodisha.gov.in. The
original copy of EMD may be sent to the office of OB&CC Limited at the specified address as
per the Bidder Data Sheet via Speed post / Registered Post / Courier only. The post / courier
of proposal should reach to the client’s address at most within 48 hours of the last hour of
online bid submission. The Client shall not be responsible for postal delay or any
consequence. It is mandatory to submit the proposal in online mode only and EMD in both the
modes mentioned above.

3. The proposal should be submitted by shortlisted agency in two parts as follows: -


PART 1: TECHNICAL PROPOSAL
PART 2: FINANCIAL PROPOSAL
(as per BOQ provided in: www.tendersodisha.gov.in)
Evaluation of the technical proposals shall be undertaken as per the evaluation criteria
mentioned in the RFP prior to opening of financial proposal.

4. The two parts of the Proposal (Technical proposal and Financial proposal) must be submitted
on-line with all pages numbered serially, along with an index of submission. The Financial
Proposal must be submitted online only. Submission in any other form shall not be acceptable.
In the event, any of the instructions mentioned herein have not been adhered to, the Client
may reject the Proposal.

5. The proposal, complete in all respect as specified in the RFP Document, must be
accompanied with a Non- refundable amount of Rs. 11,800/- (Eleven thousand Eight

Page 9 of 100
hundred only) towards Bid Processing Fee and a Refundable amount towards EMD of
Rs. 6,00,000 /- (Rupees Six Lakh only) paid through online mode of transaction as
prescribed in the RFP failing which the bid will be rejected.

6. The Consultants must possess compatible Digital Signature Certificate (DSC) of Class-II or
Class-III. The online bidding procedure is indicated in the Section-8 of the RFP document.

7. Physical proposals will not be accepted, as the application has to submit the proposal through
on-line mode within the stipulated date and time as mentioned in the RFP.

8. The last date and time for submission of proposal, complete in all respect, on the tender portal,
complete in all respects, is as per the Bidder Data Sheet, and the date of opening of the
technical proposal is as mentioned in the Bidder Data Sheet, which will be done in the
presence of the bidder’s representative at the specified address as mentioned in the Bidder
Data Sheet (Sl. no.16). Representatives of the bidders may attend the meeting with due
authorization letter on behalf of the bidder.

9. This RFP includes following sections:


a) Letter of Invitation [Section – 1]
b) Instruction to Bidders [Section – 2]
c) Terms of Reference [Section – 3]
d) Technical Proposal Submission Forms [Section – 4]
e) Financial Proposal Submission Forms [Section –5]
f) Bid Submission Checklist [Section –6]
g) Standard Form of Contract [Section –7] (generic in nature, to be modified)
h) Procedure under E-Tendering [Section –8]
i) Annexure [Bid Submission Checklist & Performance Bank Guarantee Format and any
other relevant assignment related material needs to be provided]

10. While all information/data given in the RFP are accurate within the consideration of scope of
the proposed assignment to the best of the Client’s knowledge, the Client holds no
responsibility for accuracy of information, and it is the responsibility of the bidder to check the
validity of information/data included in this RFP. The Client reserves the right to accept / reject
any / all proposals / cancel the entire selection process at any stage without assigning any
reason thereof.

E-I-C Cum Managing Director


Odisha Bridge & Construction Corporation Limited

Page 10 of 100
SECTION: 2

INSTRUCTION TO BIDDERS

Page 11 of 100
1. Pre-Qualification Criteria:

Before opening and evaluation of the technical proposals, each bidder will be assessed based
on the following pre-qualification criteria. The bidder is required to produce the copies of the
required supportive documents / information as part of their technical proposal failing which the
proposals will be rejected.

Sr. No. Minimum Qualification Criteria Requirement


Experience of working in project management consultancy projects
with a project value greater than INR 5 crores for projects in India or
USD 1 Million for projects executed outside India, in the last 10 years,
on projects related to strategy development and program management
1 Number of Projects: 5
in Transportation Infrastructure, for Central / State Government /
PSUs / Multilateral Funding Institutions ongoing projects up to 90%
completed shall also be considered. The projects in the above mentioned
clauses shall not include exclusively IT implementation / Audit projects.

Average annual turnover from consultancy services for last 3 financial Average Annual
2 Turnover for last 3
years i.e. 2021-22, 2022-23 and 2023-24.
years: INR 200 Crores

* For the purposes of this RFP, consortium / JV is allowed. The lead bidder in the consortium / JV
shall be solely responsible for delivery of services envisaged under this RFP.

1. The consortium / JV partner(s), through a consortium agreement / MOU duly signed


by the authorized signatories, shall designate the roles of each partner.

2. The consortia / JV as a single entity should meet the eligibility criteria as stipulated in
eligibility criteria.

3. All the statutory documents of the consortium shall be furnished.

4. The Lead Member shall be solely responsible and be held liable for the purpose of
guaranteed obligation and any other matter as required under the contract and shall be
responsible for execution of the assignment.

5. The consortium / JV shall have a maximum of 2 (two) members.

2. Documents / Formats need to be submitted along with TECHNICAL PROPOSAL:

The bidders must furnish the following documents duly signed in along with their
Technical Proposal:

 Filled in Bid Submission Check List in Original (Annexure-I)


 Covering letter (TECH– 1) on bidder’s letterhead requesting to participate in the selection

Page 12 of 100
process.
 Bid Processing Fee & Earnest Money Deposit (EMD) as applicable
 General Details of the Bidder (TECH – 2)
 Power of Attorney (TECH – 3) in favour of the person signing the bid on behalf of the bidder.
 Undertaking for not having been black listed by any Central / State Government / Any other
autonomous bodies/ International & National Organization as on Proposal due date on the
letterhead of the bidder
 Affidavit regarding Conflict of Interest (TECH - 5)
 Comments and Suggestions on the Terms of Reference / Scope of Work and Counterpart
Staff and Facilities to be provided by the Client (TECH - 6)
 Approach & Methodology to undertake the assignment (TECH - 7)
 CV of Core Staff as per TOR (TECH - 8)
 Work Plan to carry out the assignment (TECH - 9)
 Declaration of No involvement in any legal conflicts or any pending legal issues with the
Client during last 3 years (on the letterhead of the bidder)

Bidders should submit the required supporting documents as mentioned above. Bids not
conforming to the eligibility criteria and non-submission of required documents as listed above
may lead to rejection of the bid. Submission of forged documents will also result in rejection
of the bid. Bidders are advised to study all instructions, forms, terms & conditions and other
important information as mentioned in the RFP Document. The proposal must be complete in
all respect, indexed and hard bound. Each page should be numbered and signed by the
authorized representative.

3. Bid Processing Fee:

The bidder must furnish as part of technical proposal, the required bid Document fee
amounting to Rs. 11,800/- (Eleven Thousand Eight Hundred Rupees Only) through online mode
of transaction as prescribed in the RFP failing which the bid will be rejected.

4. Earnest Money Deposit:

The bidder must furnish as part of the technical proposal, an Earnest Money Deposit (EMD
amounting to Rs.6,00,000 /- (Six Lakh Rupees only) through online mode of transaction as
prescribed in the RFP failing which the bid will be rejected.
The EMD of unsuccessful bidders shall be refunded after finalization of selection process
and award of contract. The EMD of the successful bidder will be released only after furnishing of
the required Performance Bank Guarantee (PBG) and signing of the contract. The EMD may be
forfeited on account of the following reasons:
 Bidder withdraws its proposal during the bid validity period as specified in RFP after the

Page 13 of 100
closure of bid.
 Bidder fails to sign the contract within designated period (15 days).
 Any / All information furnished by the bidder is found to be forged / false during the
evaluation process.
 If the bidder fails to furnish required Performance Bank Guarantee in time.
 Any other circumstance which holds the interest of the Client during the overall selection
process.

5. Validity of the Proposal:

Proposals shall remain valid for a period of 150 (One hundred and fifty) days from the date of
opening of the technical proposal. The Client reserves the rights to reject a proposal valid for a
shorter period as non-responsive and will make the best efforts to finalize the selection process and
award of the contract within the bid validity period. The bid validity period may be extended on mutual
consent.

6. Pre -Proposal Queries / Pre-Proposal Meeting:

Bidders are allowed to submit their queries in respect of the RFP and other details if any to
OBCC through e-mail at ([email protected]; [email protected]) till the timeline as per Bidder Data Sheet.
Clarifications to the above will be uploaded on the tender portal of Government of Odisha
www.tendersodisha.gov.in .
Pre-proposal meeting will be held as per the venue and schedule in Bidder Data Sheet. The
bidders will have to ensure that their queries for pre-proposal meeting should reach at least one
day before the pre-proposal meeting to the point of contact: General Manager (P&D)=II, Odisha
Bridge & Construction Corporation Limited.

7. Preparation and Submission of Proposal:

(i) Detail RFP may be downloaded from www.tendersodisha.gov.in and the Application should
be submitted online only. The procedure for E-Tendering is enclosed in this RFP at Section
8.
(ii) The following shall be the form of various documents in the Application:

A. Only Electronic Form (to be uploaded on the Tender Portal)

(a) Technical proposal as per format prescribed in SECTION-4 of RFP including documents
as indicated in para ‘B’ below.
(b) Financial proposal in the excel document template uploaded by the Authority for the
assignment based on SECTION-5 of RFP.

Page 14 of 100
B. Original to be uploaded in Electronic form on the Tender Portal

(iii) The Applicant shall upload scanned copies of the Technical Proposal as specified in Clause
7.1(ii)A(a) above on the Tender Portal before 5:00 PM IST on the Proposal Submission due
date as specified in Data Sheet. Financial Proposal as specified in clause 7.1(ii)A(b) is to be
submitted online only & no hard copy is to be submitted.
(iv) It may be noted that the scanned copies can be prepared in PDF file format for Technical
Proposal and in excel format for Financial Proposal, uploaded by the Authority in the
designated locations.
(v) Each page of the two parts should be page numbered and in conformation to the eligibility
qualifications and clearly indicated using an index page. The Client will not consider any
proposal that arrives after the deadline as prescribed in the Bidder Data Sheet. Any Proposal
received after the deadline will be outrightly rejected by the Client.

Any deviation from the prescribed procedures / information / formats / conditions shall
result in out-right rejection of the proposal. All the pages of the proposal must be
sealed and signed by the authorized representative of the bidder. Bids with any conditional
offer shall be out rightly rejected. All pages of the proposal must have to be sealed and
signed by the authorized representative of the bidder. Any conditional bids will be rejected.

8. Opening of the proposal:

(i) Completed proposal must be submitted on or before the time and date stated in the Data
Sheet.

(ii) Opening of Proposals will be done through online.

(iii) For participating in the tender, the authorized signatory holding Power of Attorney shall be the
Digital Signatory. In case the authorized signatory holding Power of Attorney and Digital
Signatory are not the same, the bid shall be considered non-responsive.

(iv) The Financial Proposal 7.1 (ii) A (b) will be opened for the shortlisted applicants who qualify
for financial opening as per RFP. The date of opening of Financial Proposal will be notified
later.

9. Evaluation of Proposal:

A Three step evaluation process will be conducted as explained below for evaluation of the
proposals:
 Preliminary Evaluation (1st Step): Preliminary evaluation of the proposals will be done
to determine whether the proposal comply with the prescribed eligibility condition and
the requisite documents / information have been properly furnished by the bidder or not.
Submission of following documents / information will be verified:

Page 15 of 100
o Filled in Bid Submission Check List in Original (Annexure-I)
o Covering letter (TECH – 1) on bidder’s letterhead requesting to participate in the
selection process.
o Bid Processing Fee & Earnest Money Deposit (EMD) as applicable.
o General Details of the Bidder (TECH – 2).
o Power of Attorney (TECH – 3) in favor of the person signing the bid on behalf of
the bidder (as per instruction in pre-qualification section of the RFP)
o Self-Declaration on Conflict of Interest (TECH - 5).
o Comments and Suggestions on the Terms of Reference / Scope of Work and
Counterpart Staff and Facilities to be provided by the Client (TECH - 6)
o Approach & Methodology to undertake the assignment (TECH - 7)
o CV of Core Staff as per TOR (TECH - 8)
o Work Plan to carry out the assignment (TECH - 9)
o Undertaking for not having been black listed by any Central / State Government
/ Any other Autonomous Bodies/ International & National Organization in the
recent past.
o All the pages of the proposal and enclosures / attachments are signed by the
authorized representative of the bidder.
o Any pending legal issues / involvement in legal conflicts in last 3 years.

* Bids not complying with any of the above requirement will be out rightly rejected at the
discretion of the Client.

TECHNICAL EVALUATION (2nd Stage): Technical evaluation will be done only for those applicants
who clear the requirements set in the ‘Pre-Qualification Criteria’. The Technical eligibility of the
candidate shall be assessed based on the following criteria:

(i). Evaluation criteria for Core Staff is as follows:


Educational Qualification -- 25%
Minimum & Total Experience -- 15%
Relevant Project Experience -- 60%

Sr. No Description Score

A Relevant Project experience 25


Experience of working on projects in roads, rail and other transportation
infrastructure projects in India, with project value of at least Rs. 5 Crore, in
last 10 years on projects related to strategy development/ planning/
program management in Transportation Infrastructure for Central / State
A1 9
Government / PSUs / Multilateral Funding Institutions.
Ongoing projects upto 90% completed may also be considered. The projects in
the above-mentioned clauses shall not include exclusively IT
implementation / Audit projects

Page 16 of 100
< 3 Projects -
3 Projects 6
6 Projects 9
Number of global projects (executed outside India) in roads, rail and other
transport infrastructure projects with project value of at least USD 1 Million, in
A2 6
last 10 years on projects related to strategy development and program
management, excluding IT implementation/ Audit project
< 3 Projects -
3 Projects 4
5 Projects 6
One detailed case study on completed contract on program management
A3 of large-scale highway infrastructure development in India executed in the 10
last 3 years
B Quality of Approach & Methodology 35
B1 Project understanding of assignment 12
B2 Project approach and methodology 12
B3 Duties and responsibilities of the team leader and other key personnel 5
B4 Work plan and staffing schedule 6
C Qualification & competence of the key staff for the assignment* 40
Total 100

*Overall marks for CVs of Key Staff


Scaled Down
S. No. Key Personnel
Score (on 40)
1 Team Leader 12
2 Traffic & Transportation Expert 7
3 Highway Infrastructure Expert 5
4 Financial Expert 5
5 Project Manager 5
6 Senior Project Associates – 3 (2 marks each) 6

(ii). A Proposal shall be rejected if the Team Leader scores less than 70% (sixty per cent)
marks. In case the Selected Applicant has one Core Staff, other than the Team
Leader, who scores less than 60% marks, he would have to be replaced during
negotiations, with a better candidate who, in the opinion of the Authority, would score
60% (sixty per cent) or above.
(iii). Date, time, and venue for Technical Presentation shall be intimated separately
to applicants who clear the pre-qualification criteria.
(iv). The highest evaluated Technical Proposal (Th) shall be given maximum Technical

Page 17 of 100
Score (St) of 100. The formula for determining the Technical Scores (St) of all other
proposals is calculated as following:

St = 100 x T/Th, in which “St” is the Technical Score, “Th” is the highest Technical
Score given, and “T” is the Technical Score of the proposal under consideration.

(v). In the first stage, the Technical Proposal will be evaluated based on the applicants
Technical Presentation and the experience of Core Staff (as stated above). Only
those Applicants whose Technical Proposals get a score of 75 (seventy five) marks
or more out of 100 (one hundred) shall qualify for further consideration and shall be
ranked from highest to the lowest based on their technical score (St).

 FINANCIAL EVALUATION (3 rd Stage): The financial proposals of the bidders


qualifying the technical evaluation (2 nd Stage) only shall be opened at this stage in the
presence of the bidder’s representative who wishes to attend the meeting with proper
authorization letter. The name of the bidder along with the quoted financial price will
be announced during the meeting.
(vi). The lowest evaluated financial proposal will be given a maximum financial score (Fm)
of 100 points. The formula for determining the financial scores of other proposals will
be computed as follows:

Sf = 100 x Fm/F, in which “Sf” is the financial score, “Fm” is the lowest price, and
“F” the price of the Proposal under consideration.

10. Evaluation Process:

Proposals shall be ranked according to their combined technical (St) and financial (Sf) scores using
the weights (T = the weight given to the Technical Proposal (0.8); P = the weight given to the
Financial Proposal (0.2); T + P = 1) as following:

S = St x T + Sf x P,

The Selected Applicant shall be the First Ranked Applicant (having the highest combined
score). The Second and Third Ranked Applicant shall be kept in reserve and may be invited for
negotiations in case the first ranked Applicant withdraws or fails to comply with the requirements
specified in the RFP document.

11. Award of Contract:


After completion of the contract negotiation stage, the Client will notify the successful bidder
in writing by issuing an offer letter for signing the contract and promptly notifying all other bidders
about the result of the selection process. The successful bidders will be asked to sign the contract
after fulfilling all formalities within 15 days of issuance of the offer letter. After signing of the contract,
no variation or modification of the terms of the contract shall be made except by written amendment
signed by both the parties. The contract will be valid for 24 months from the date of effectiveness of
the contract and will be extended on mutual consent.

Page 18 of 100
12. Conflict of Interest:
Conflict of interest exists in the event of:
(i). Conflicting assignments, typically monitoring and evaluation of the same project by the
empaneled bidder;
(ii). Consultants, agencies, or institutions (individuals or organizations) who have a
business or family relation with the Client directly or indirectly; and
(iii). Practices prohibited under the anti-corruption policy of the Government of India and
Government of Odisha. The bidders are to be careful so as not to give rise to a situation
where there will be any conflict of interest with the Client as this would amount to their
disqualification and breach of contract.

13. Disclosure:
(i). Bidders have an obligation to disclose any actual or potential conflict of interest. Failure to
do so may lead to disqualification of the bidder or termination of its contract.
 Bidders must disclose if they are or have been the subject of any proceedings (such as
blacklisting) or other arrangements relating to bankruptcy, insolvency, or the financial
standing of the Bidder, including but not limited to appointment of any officer such as a
receiver in relation to the Bidder’s personal or business matters or an arrangement with
creditors, or of any other similar proceedings.

(ii). Bidders must disclose if they have been convicted of, or are the subject of any proceedings
relating to:
 a criminal offence or other serious offence punishable under the law of the land,
or where they have been found by any regulator or professional body to have
committed professional misconduct;
 corruption including the offer or receipt of an inducement of any kind in relation
to obtaining any contract;
 failure to fulfill any obligations in any jurisdiction relating to the payment of taxes
or social security contributions.

14. Anti-corruption Measure:


(i). Any effort by Bidder(s) to influence the Client in the evaluation and ranking of financial
proposals, and recommendation for award of contract, will result in the rejection of the
proposal.
(ii). A recommendation for award of Contract shall be rejected if it is determined that the
recommended bidder has directly, or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for the contract in question. In such cases,
the Client shall blacklist the bidder either indefinitely or for a stated period of time,
disqualifying it from participating in any related bidding process for the said period.

Page 19 of 100
15. Language of Proposals:
The proposal and all related correspondence exchanged between the bidder and the Client
shall be written in the English language. Supporting documents and printed literature that are part
of the proposal may be in another language provided they are accompanied by an accurate
translation of the relevant passages in English with self-certification for accuracy, in which case, for
the purposes of interpretation of the Proposal, the translated version shall govern.

16. Cost of Bidding:


The Bidder shall bear all costs associated with the preparation and submission of its
proposal. The Client shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process. A bidder is not allowed to submit more than one proposal under
the selection process. Alternate bids are also not allowed.

17. Legal Jurisdiction:


All legal disputes are subject to the jurisdiction of the civil court of Bhubaneswar only within
Odisha.

18. Governing Law and Penalty Clause:


The schedule given for delivery is to be strictly adhered to in view of the strict time schedule.
Any unjustified and unacceptable delay in delivery shall render the bidder liable for liquidated
damages and thereafter the Client holds the option for cancellation of the contract for pending
activities and completes the same from any other agency. The Client may deduct such sum from
any money from their hands due or become due to bidder. The payment or deduction of such sums
shall not relieve the bidder from his obligations and liabilities under the contract. The rights and
obligations of the Client and the bidder under this contract will be governed by the prevailing laws
of Government of India / Government of Odisha. Failure on bidder’s part to furnish the deliverables
as per the agreed timeline / milestone will enforce a penalty @ 1% per week of subject to
maximum of 10% of the total contract value. The amount will be deducted from the subsequent
payment. In addition, the PBG amount may also be forfeited. The decision of the authority placing
the contract, whether the delay in development has taken place on account of reasons attributed
to the bidder shall be final. In such situations, the firm will be debarred from participation in future
bids of this department for next five years from the date of this occurrence and notifications.

19. Confidentiality:
Information relating to evaluation of proposals and recommendations concerning awards
shall not be disclosed to the bidders who submitted the proposals or to other persons not officially
concerned with the process, until the publication of the award of contract. The undue use by any
Consultant of confidential information related to the process may result in rejection of its proposal
and may be subject to the provisions of the Client’s antifraud and corruption policy. During the

Page 20 of 100
execution of the assignment except with prior written consent of the Client, the consultant or its
personnel shall not at any time communicate to any person or entity any confidential information
acquired in the course of the contract.

20. Amendment of the RFP Document:


At any time before submission of proposals, the Client may amend the RFP by issuing an
addendum at https://tendersodisha.gov.in. Any such addendum will be binding on all the bidders.
To give bidders reasonable time in which to take an addendum into account in preparing their
proposals, the Client may, at its discretion, extend the deadline for the submission of the proposals.

21. Client’s right to accept any proposal and to reject any or all proposal(s):
The Client reserves the right to accept or reject any proposal, and to annul or amend the
bidding / selection / evaluation process and reject all proposals at any time prior to award of contract
award, without assigning any reason there of and thereby incurring any liability to the bidders.

22. Copyright, Patents and Other Proprietary Rights:


Odisha Bridge & Construction Corporation Limited shall be entitled to all intellectual
property and other proprietary rights including but not limited to patents, copyrights and trademarks,
with regard to documents and other materials which bear a direct relation to or are prepared or
collected in consequence or in the course of the execution of this contract. At the Client’s request,
the Consultant shall take all necessary steps to submit them to the Client in compliance with the
requirements of the contract.

23. Replacement of Key Personnel:


The key professionals to be deployed under this contract must continue till the end of this
assignment and only be replaced under unavoidable circumstances with candidate with equal or
higher qualification and experience.

24. Force Majeure:


For purpose of this clause, ‘’Force Majeure’’ means an event beyond the control of the
agency and not involving the agency’s fault or negligence and not foreseeable. Such events may
include, but are not restricted, wars or revolutions, fires, floods, riots, civil commotion, earthquake,
epidemics, pandemics or other natural disasters and restriction imposed by the Government or
other bodies, which are beyond the control of the agency, which prevents or delays the execution
of the order by the agency. If a force Majeure situation arises, the agency shall promptly notify
Client in writing of such condition, the cause thereof and the change that is necessitated due to the
condition. Until and unless otherwise directed by the Client in writing, the Agency shall continue to
perform its obligations under the contract as far as is reasonably practical and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure event. The
agency shall advise Client in writing, the beginning, and the end of the above causes of delay,

Page 21 of 100
within seven days of the occurrence and cessation of the Force Majeure condition. In the event of
a delay lasting for more than one month, if arising out of causes of Force Majeure, Client reserves
the right to cancel the contract without any obligation to compensate the agency in any manner for
whatsoever reason.

25. Settlement of Dispute:


The Client and the agency shall make every effort to resolve amicably, by direct negotiation,
any disagreement or dispute arising between them under or arising from or in connection with the
contract. Disputes not so resolved amicably within 30 days of receipt of notice of such a dispute
shall be resolved by a sole arbitrator nominated by the Managing Director, Odisha Bridge &
Construction Corporation Limited. The arbitration proceeding shall be held in Bhubaneswar
within Odisha only.

26. Disqualification of Proposal:


The proposal is liable to be disqualified in the following cases as listed below:
 Proposal submitted without Bid Processing Fee & EMD as applicable.
 Proposal not submitted in accordance with the procedure and formats as prescribed in
the RFP.
 During validity of the proposal, or its extended period, if any, the bidder increases his
quoted prices.
 Proposal is received in incomplete form.
 Proposal is received after due date and time for submission of bid.
 Proposal is not accompanied by all the requisite documents / information.
 A commercial bid submitted with assumptions, conditions, or uncertainty.
 Bids with any conditional technical and financial offer.
 If the bidder provides any assumptions in the financial proposal or qualifies the
commercial proposal with its own conditions, such proposals will be rejected even if
the commercial value of such proposals is the lowest / best value.
 Proposal is not properly sealed or signed.
 Proposal is not conforming to the requirement of the scope of the work of the
assignment.
 Bidder tries to influence the proposal evaluation process by unlawful/corrupt/ fraudulent
means at any point of time during the bid process.
 If, any of the bid documents (including but not limited to the hard and soft/electronic
copies of the same, presentations during evaluation, clarifications provided by the
bidder), excluding the commercial bid, submitted by the bidder is found to contain any
information on price, pricing policy, pricing mechanism or any information indicative of
the commercial aspects of the bid.
 Bidders or any person acting on its behalf indulges in corrupt and fraudulent

Page 22 of 100
practices.
 Any other condition / situation which holds the paramount interest of the Client
during the overall section process.

27. Liability:
The Liability of the selected consultant under this agreement in any case shall not be
beyond the amount of fees payable to the selected consultant under this agreement.

28. Indemnity:
The Consultant at all times during the pendency of this agreement, keep the Government/
Authority Indemnified to an amount not exceeding the total fees payable to the consultant under
this agreement.

Page 23 of 100
SECTION: 3

TERMS OF REFERENCE (ToR)

Page 24 of 100
1. Background

Odisha has a network of 5,536 km of National Highways, 4,143 km of State Highways and 21,647 km of
Major District Roads & Other Roads. Works Department, Government of Odisha is entrusted with the
responsibility of development and maintenance of State Highways, Major District Roads & Other District
Roads and Bridges. In addition, Works Department, Government of Odisha undertakes development and
maintenance of a section of National Highways on behalf of the Government of India.

Works Department, through its various Wings, undertakes the Planning, development and maintenance
of Highways under its scope. It is also responsible for research & development and quality control related
to highway development in the State of Odisha. Works Department implements Highway projects under
various schemes of Government of India, Government of Odisha and through funding from the World
Bank.

Government of Odisha is preparing a comprehensive Vision to realize the objective of Viksit Odisha by
2036, in line with the Vision 2047 of Government of India. Government of Odisha has entrusted the Works
Department to develop the Vision 2036 for Highways in Odisha to achieve the objective of logistics
efficiency and regional equity leading to economic and social development in the State of Odisha through
a phase-wise (Short, medium and long term) approach of 4 years each

2. Objective
Works Department, Government of Odisha wishes to appoint a consultant to develop a Vision 2036 for
Highways and identify the highway network to be developed in the State of Odisha including National
Highways, State Highways, Major District Roads and Other District Roads. The objective of the study is
to identify the next wave of Highway corridors including Expressways/ Access-controlled corridors to be
developed to drive economic growth through improved connectivity to industrial centers as well as
economically backward regions. In addition, the study needs to identify augmentations required to improve
the efficiency of the existing Highway network in the State of Odisha.

The aim of the study also includes identification of infrastructure gaps hindering high-speed movement of
vehicle thereby impacting logistics efficiency currently. The consultant shall design the network of
Expressways, Access Controlled Corridors and other Highway corridors required to cater to the traffic till
2047 with achievement of high speed for economic competitiveness.

The consultant would operate under the overall supervision and guidance of Works Department,
Government of Odisha.

3. Scope of Services

Page 25 of 100
The broad scope of the consultant is to develop a detailed report on the network strategy and
identify the highway network to be taken up for development in State of Odisha. The broad scope of
work for the consultant includes, but not limited to:
i. As-is assessment and Baselining of National Highway, State Highway, MDR and ODR
Network in Odisha
ii. Identification of existing and proposed Economic/ Mining/Tourism/Industrial/ Agricultural
hubs and Consumption Centre’s and its connectivity in railway sliding/ports
iii. Assessment of Transportation Demand and defining of Vision for Highways in Odisha.
iv. Assessment of Demand – Supply Gap in Highway and Roads transportation
v. Identification and prioritization of highway network for development in line with Vision for
Highways in Odisha
vi. Program development and proposal for approval. Suggest transaction structure of
proposed priority corridors considering the Economic and Financial Viability post
finalization of master plan

3.1. Baselining National Highway, State Highway, MDR and ODR Network in Odisha
a. Baseline the National Highway, State Highway, MDR, ODR, VR (RD Dept., PR Dept.,
Irrigation Dept.) network in Odisha along with status of infrastructure viz., Length, Road
Type (Expressway, Access-controlled corridor, non-Access-controlled corridor), Lane
configuration, Toll type, Toll rate, Average Traffic speed (Passenger Vehicle), Current
Traffic (as available), Project Status
i. Conduct surveys on sample basis on a total of 2,000 km i.e., 1,000 km on the
network of State Highways (i.e., ~25% of SH network of 4,100 km) and 1,000 km
on MDR and ODRs (i.e., ~5% of MDR and ODR network of 22,000 km in OD) to
get a comprehensive baseline of the state of the network covering information on
alignment (GIS kml layer creation), lane configuration, average speed, traffic
volume, O-D Survey (at targeted locations for substantiating requirement of
Greenfield corridors), toll rate & toll revenue (if any), status of ongoing / planned
upgradation (if any), ROW available, alignment efficiency/ geometric profile of the
highway
ii. Collect similar information on status of National Highways from concerned
stakeholders in Ministry of Road Transport and Highways and National Highways
Authority of India
iii. Leverage information on the PM Gati Shakti National Master Plan portal and
recently completed DPRs
iv. Develop an offline database (spreadsheet based) on baseline of the road network
in Odisha, upto the level of ODR (based on information collected from sample
surveys & from existing data-sources).
v. Support updation of the baseline information on the highway network in Odisha
(upto level of ODR) on a GIS platform by coordinating with either
i. BISAG-N for updating information on the PM Gati Shakti National Master
Plan Portal

Page 26 of 100
ii. IT vendor (as appointed by Government of Odisha) for updating the
existing database maintained by Government of Odisha (Public Works
Department) or in online platforms, namely, ORAMS (Odisha Road Asset
Management Systems)
b. Baselining of previous studies by Government of Odisha and Government of India
including methodology, recommendations and status of recommendations etc., if any
c. Conduct Gap Analysis of the current scenario of Road network in the state of Odisha
along with suggestions for best practices.

3.2. Identification of existing and proposed Economic/ Industrial/ Agricultural hubs and
Consumption centers

a. Identify important existing and proposed Economic/Industrial/Agricultural hubs and


consumption centers to finalize traffic attraction points with the objective to identify new
highway corridors
b. In depth consultation to be done with relevant departments in Government of Odisha
for identification of production and consumption hubs such as, but ot limited to.
Department of Industries, Department of Steel & Mines, Finance Department, Commerce
and Transport Dept., Dept. of Food and Supply, Department of Agriculture and Farmers’
Empowerment, Department of Housing and Urban Development, Department of Rural
Development etc.

3.3. Definition of Vision for Highways in Odisha and Assessment of Transportation Demand

a. Define the Vision for Highways in Odisha including objectives such as access to High-
speed Highway Corridors within 100 km to citizens, Access-controlled highway
connectivity to all major and large non-major ports and Non access-controlled
highway connectivity with adequate capacity to other non-major ports, etc.
b. Collate data on freight movement between relevant Origin and Destination pairs
including freight originating and terminating outside Odisha, but using the network in
Odisha, leveraging sources such as Total Transport System Study (TTSS) data, e-
Waybills (GSTN) and FASTag (NETC), as available (from the custodians of the data –
Eg. GSTN / MoF for e-Waybill data, IHMCL / MoRTH for FASTag data, etc.)
c. Collate data on relevant passenger movement between Origin and Destination pairs
(including Passengers originating and terminating outside Odisha, but using the network
in Odisha) from sources such as FASTag (NETC), as available
d. Develop a transportation model for Highways the State of Odisha to allocate
transportation demand for freight and passenger on the existing and planned highway
network
e. Calibrate the transportation model using traffic information available from baselining
phase (e.g., Odisha Road Asset Management portal, surveys conducted in the
baselining phase, DPRs) and Central government sources (e.g., toll collection data,
traffic surveys, Proposals for appraisal/ approval and DPRs), as available

Page 27 of 100
f. Develop plan and strategy for future traffic surveys by Works Department in the
Highway network to further improve the calibration of the transportation model in the next
iteration
g. Project the Freight and Passenger transportation demand till 2047 (with interim
assessment for 2036) using correlation with projected GDP and other such economic
parameters, as relevant

3.4. Assessment of Demand – Supply Gap in Highway Transportation


a. Assess the gap in transportation demand (freight and passenger) as compared to
existing and planned highway network in the State of Odisha
b. Assess the impact of infrastructure programs on competing modes such Indian
Railways, Inland Waterways and Coastal Freight movement, etc. (based on the
information available) on the traffic demand on highways
c. Project the congestion on the highway network and its impact on the quality of travel
using defined standards by MoRT&H and Works department
d. For the highways sections wherein congestion is expected in the future, identify the
additional lanes required to address the congestion till 2047 (with interim assessment
for 2036)

3.5. Identification and prioritization of highway network for development in line with Vision for
Highways in Odisha
a. Identify the major highway corridors required to cater to the projected traffic till 2047
based on parameters of logistics efficiency as well as regional equity
b. Identify spurs for connectivity from major highway corridors to cities / economic /
transport nodes for providing first and last-mile connectivity
c. Identify interventions for decongestion of highways around Cities/ Towns through ring
roads/ bypasses/ elevated corridors
d. Identify Port connectivity roads to cater to future traffic growth at operational and under-
implementation ports
e. Identify interventions for upgradation of existing highway network to remove
bottlenecks and cater to the projected growth in traffic and to meet minimum standards
defined by the Works department
f. Prioritize corridors / projects for development based on an assessment of
i. Project Viability – Assessment of potential toll revenues and indicative cost of
project development including cost of land acquisition
ii. Financial, Economic & Social Impact - Assessment on potential for economic
development vis-à-vis the investment required for developing highways.
Assessment to include impact on regional equity (viz. connectivity to aspirational,
LWE, Tribal districts), economic nodes, tourist locations, etc.
iii. Ease of Implementation – Status of existing contracts (BOT contracts),
readiness for project execution (DPR, land acquisition, EC, Forest Clearance,
utility shifting, cost implication along with timeline for execution etc.)

Page 28 of 100
3.6. Program Development and Proposal for Approval
a. Develop a program / scheme for development of prioritized corridors highlighting the
following
i. Length of prioritized network for development by different category of
highways viz., Expressways/ Access-Controlled Corridors, Spurs, Port
Connectivity Roads, Highways for Decongestion of Cities/ Towns, Upgradation
of Existing Highways, etc.
ii. Duration of program with timelines for award and construction
iii. Investment required for execution – both capital cost and cash flows till 2036
iv. Potential sources of funds clearly highlighting quantum of budgetary support
and asset monetization (viz. Infrastructure Investment Trust, Toll-Operate-
Transfer, Special Purpose Vehicle) expected
3.6.a.iv.1. Evaluate options for additional resource mobilization including
but not limited to Value Capture Financing, land monetization (passenger
amenities, commercial & industrial facilities) on top 5 corridors identified for
development to improve the viability of the program
v. Proposed mix of implementation mode (viz. Build Operate Transfer, Hybrid
Annuity Mode, Engineering Procurement Construction), project appraisal
and approval process, etc.
vi. Suggest modalities of transactions in the priority corridors taking into
consideration its economic and financial viability.
b. Draft proposals for approval of the program by the Competent Authority including but
not limited to memo for finance department, cabinet notes, etc.

Page 29 of 100
4. Deliverables & Payment Schedule

Timeframe Payment
Sr. (from
Deliverable
No. Contract On On
Signing) submission approval
Submission of Inception report depicting the approach,
1. methodology, timelines and work plan and approval of competent 2 weeks 2.5% 2.5%
Authority.
Submission of report on Baselining demand for freight and
2. passenger transport in Odisha (OD matrices) and approval of 14 weeks 5% 5%
competent Authority.
Submission of Report on baselining National Highway, State
Highway, MDR and ODR Network in Odisha and identification of
3. existing and proposed Economic/ Industrial/ Agricultural hubs and 24 weeks 10% 10%
Consumption center’s covering all points as given in Scope of
Work Para 1 and 2 and approval of competent Authority.
Submission of Draft Report on, definition of Vision for Highways in
Odisha, assessment of Transportation Demand (projections) and
4. assessment of Demand – Supply Gap in Highway transportation 30 weeks 10% 10%
covering all points as given in Scope of Work Para 3 and 4 and
approval by the competent Authority
Submission of Draft report on identification and prioritization of
highway network for development in line with Vision for Highways
5. 42 weeks 10% 10%
in Odisha covering all points as given in Scope of Work Para 5
and approval by the competent Authority
Submission of Final Report on program development and
proposal covering all points as given in Scope of Work Para 6
6. including making required modifications/ additions to various draft 52 weeks 10% 15%
reports as per client feedback, regular interaction etc. And
approval by the competent Authority

The Authority shall approve / provide comments on all the deliverables within 14 working days of
submission of the deliverable. The consultant shall address the comments and re-submit the
deliverable to the satisfaction of the Authority within 10 working days of receipt of the comments. The
Authority shall approve the revised deliverable within 10 working days of submission from the client.

5. Specific Requirements for the Projects


The scope of Services in clause C hereinabove provides the details of Services to be provided.
Some of the key monthly management and technical assistance tasks are listed below:
a) Monthly Progress Update on data collection, demand forecasting and modelling, financial
modelling, stakeholder consultations, inter-departmental co-ordination, etc.
b) External coordination meetings
c) Capturing and sharing lessons learnt with stakeholders and knowledge management.

6. Timeline
12 months with maximum two no. of 6 -month extensions each on satisfactory performance of the
consultant at the same terms and conditions with an annual escalation of 5% per annum in addition
to the fee quoted for services in the Financial Proposal beyond the first year, as permissible.

Page 30 of 100
7. Reporting
a) The Consultant will work closely with the Authority. The Authority has established a Working
Group (the “WG”) to enable conduct of this assignment. WG will play a coordinating role in
dissemination of the Consultant’s outputs, facilitating discussions, and ensuring required
reactions and responses to the Consultant.
b) The Consultant will prepare issue papers highlighting issues that could become critical for the
timely completion of the Project and that require attention from the Authority.
c) The Consultant is required to prepare and submit a monthly report that includes and describes,
inter alia, general progress to date; data and reports obtained and reviewed, conclusions to date,
if any; concerns about availability of, or access to, data, analyses, reports; or any other matters
regarding the project deliverables.
d) Regular communication with the WG and the Team Leader is required in addition to all key
communications. This may take the form of telephone/ teleconferencing, emails, faxes, and
physical meetings.

8. Data Collection
The Consultant will be responsible for collecting all information related to the assignment, However
the Authority will provide all administrative support to the Consultant including an introduction letter,
to facilitate the date collection and stakeholder consultation process.

9. Completion of Services

a) All the Consultancy outputs shall be compiled, classified, and submitted by the Consultant to the
Authority as indicated in the TOR. All the Deliverables shall remain the property of the Authority
and shall not be used for any purpose other than that intended under these TOR without the
written permission of the Authority.
b) Unless terminated earlier in accordance with the terms of the Agreement, this Consultancy shall
stand completed upon the later of (i) expiry of a period of 90 (ninety) days after the acceptance of
the final deliverable by the Authority (the Authority will issue a certificate to the effect); and (ii) the
expiry of 4 (four) years from the Effective Date, should the Authority and the Consultant mutually
agree to extend the Agreement for a further period as required. Upon Termination, the
Authority shall make payments of all amounts due to the Consultant hereunder.

Page 31 of 100
10. Eligibility Criteria

Sr. No. Minimum Qualification Criteria Requirement


Experience of working in project management consultancy projects
with a project value greater than INR 5 crores for projects in India or
USD 1 Million for projects executed outside India, in the last 10 years,
on projects related to strategy development and program management
1 Number of Projects: 5
in Transportation Infrastructure, for Central / State Government /
PSUs / Multilateral Funding Institutions ongoing projects up to 90%
completed shall also be considered. The projects in the above mentioned
clauses shall not include exclusively IT implementation / Audit projects.

Average annual turnover from consultancy services for last 3 financial Average Annual
2 Turnover for last 3
years i.e. 2021-22, 2022-23 and 2023-24.
years: INR 200 Crores

Page 32 of 100
11. Detailed Evaluation Criteria

Sr. No Description Score

A Relevant Project experience 25


Experience of working on projects in roads, rail and other transportation
infrastructure projects in India, with project value of at least Rs. 5 Crore, in
last 10 years on projects related to strategy development/ planning/
program management in Transportation Infrastructure for Central / State
9
Government / PSUs / Multilateral Funding Institutions.
Ongoing projects upto 90% completed may also be considered. The projects in
A1 the above-mentioned clauses shall not include exclusively IT
implementation / Audit projects
< 3 Projects -
3 Projects 6
6 Projects 9
Number of global projects (executed outside India) in roads, rail and other
transport infrastructure projects with project value of at least USD 1 Million, in
A2 6
last 10 years on projects related to strategy development and program
management, excluding IT implementation/ Audit project
< 3 Projects -
3 Projects 4
5 Projects 6
One detailed case study on completed contract on program management
A3 of large-scale highway infrastructure development in India executed in the 10
last 3 years
B Quality of Approach & Methodology 35
B1 Project understanding of assignment 12
B2 Project approach and methodology 12
B3 Duties and responsibilities of the team leader and other key personnel 5
B4 Work plan and staffing schedule 6
C Qualification & competence of the key staff for the assignment* 40
Total 100

Page 33 of 100
*Overall marks for CVs of Key Staff
Scaled Down
S. No. Key Personnel
Score (on 40)
1 Team Leader 12
2 Traffic & Transportation Expert 7
3 Highway Infrastructure Expert 5
4 Financial Expert 5
5 Project Manager 5
6 Senior Project Associates – 3 (2 marks each) 6

12. Consultancy Team


1. Core Staff
The consultancy team shall consist of the following key personnel (the “Core Staff”) who shall
discharge their respective responsibilities as specified below:

Each of the Core Staff should fulfil the conditions of eligibility specified below:

S. No. Expert Qualification required Time


team Commitm
ent (Out
of 12
months)

1 Team  MBA/Postgraduate diploma in management from an Institution 3 months


Leader recognized by AICTE/NAAC or affiliated to an Indian/global
University of repute Qualification - Degree from any reputed
and recognized University or institution with minimum average
grade of 60 % across undergraduate and post-graduate
education
 Min. 15 years of professional experience
 Relevant experience of at least 8 years in Highway sector in
public/private companies/govt. agencies on topics related to
program management of large-scale infrastructure
development, processes & operational efficiency improvement
in infrastructure projects in Road’s sector for govt organizations
/ PSUs
 Must have successfully delivered at least one State / Central
level programme on augmenting Highway infrastructure Plan

Page 34 of 100
S. No. Expert Qualification required Time
team Commitm
ent (Out
of 12
months)

2 Traffic and  Post Graduate in Transportation Engineering/Transportation 4 months


Transportati Planning from an Institution recognized by AICTE/NAAC or
on Expert affiliated to an Indian/global University of repute or equivalent.
 Minimum 12 years of professional experience.
 Relevant Experience across public/private companies/govt.
agencies globally and in India on topics related to transport
modeling for roads, railways, shipping, inland water
transportation.
 Must have successfully delivered at least one State / Central
level programme on augmenting Highway infrastructure Plan

3 Highway  Post Graduate in Civil Engineering from an Institution 4 months


Infrastructur recognized by AICTE/NAAC or affiliated to an Indian/global
e Expert University of repute or equivalent.
 Minimum 10 years of professional experience.
 Experience across public/private companies/govt. agencies in
India on topics related to DPR preparation, technical feasibility
assessment for highway projects
 Must have successfully delivered at least one State / Central
level programme on augmenting Highway infrastructure Plan

4 Finance  Degree in Chartered Accountancy or MBA Finance from a 3 months


Expert reputable University or Institution.
 Minimum 10 years of professional experience.
 Relevant Experience across public/private companies/govt.
agencies globally and in India on topics related to financial
modeling and financial assessment of projects related to roads,
railways, shipping, and inland water transportation.
 Must have successfully delivered at least one State / Central
level program on augmenting Highway Infrastructure Plan

Page 35 of 100
S. No. Expert Qualification required Time
team Commitm
ent (Out
of 12
months)

5 Project  MBA/Post graduate from an Institution recognized by 12 months


Manager AICTE/NAAC or affiliated to an Indian/ global University of
repute
 Qualification - Degree from any reputed and recognized
University or institution with minimum average grade of 60 % in
post-graduate education
 Min. 6 years of professional experience.
 Experience in program management of large-scale
transformation program in Government / PSUs, with focus on
infrastructure development
 Must have successfully delivered at least one State / Central
level programme on augmenting Highway infrastructure Plan

6 Senior  MBA/Post graduate from an Institution recognized by 12 months


Project AICTE/NAAC o affiliated to an Indian/ global University of
Associate (3 repute
No.)
 Qualification - Degree from any reputed and recognized
University or institution with minimum average grade of 60 % in
post-graduate education
 Min. 3 years of professional experience.
 Experience in program management of large-scale
transformation programs in India / abroad
FIN - 1

SUMMARY OF FINANCIAL PROPOSAL

(For illustrative purpose only. Please fill excel file downloaded from E-Tendering Page Portal)

Name of the
Applicant

FINANCIAL PROPOSAL
(This template must not be modified/replaced by the bidder and the same should be uploaded after filling the
relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder
Name and Values only)
NUMBER
NUMBE NUMBE
TEXT # NUMBER # NUMBER # TEXT #
R# R#
NUMBER
PROFESSIONAL PROFESSIONAL PROFESSIONAL
Sl. GST in %
FEES FEES FEES
Item Description (As
No. applicable) excluding GST including GST In Words

1 2 3 4 5 6
Professional Fees
for Selection of
Consultant for
preparation of
Masterplan and
Transaction 18
0 0 0 INR Zero Only
advisory services
for formulation of
Vision 2036 for
highways Network
in the State of
Odisha
o Bidders shall submit the financial proposal as per the prescribed format given above
in both figures and words and signed by the Bidder's Authorized Representative. In
the event of any difference between figures and words, the amount indicated in words
shall prevail.
o Taxes will be paid by the Client as per the applicable rate under GST Act from time to
time. Consultancy fee proposed for the assignment shall remain fixed till completion of
the contract.
o Any additional resources in the form of manpower, specialized inputs, travel, board,
lodging, material, equipment is part of the above quoted professional fees and the contract
value will not exceed the above mentioned amount.
Annexure – I

Sl. Description Submitted Page No.


No. (Yes/No)

TECHNICAL PROPOSAL (ORIGINAL UPLOADED)


1 Filled in Bid Submission Check List (ANNEXURE-I)

2 Covering Letter (TECH -1)

3 Bid Processing Fee of Rs. /- in online mode

4 EMD of Rs. /- in online mode

5 TECH – 1 Cover Letter


6 TECH – 2 Bidder’s Organization
7 TECH – 3 Power of Attorney in favor of the person signing
the bid on behalf of the bidder

8 TECH – 4 Power of Attorney in favor of Lead Member of


Consortium (if applicable)
9 TECH – 5 Self Declaration on Conflicting Activities
10 TECH – 6 Comments on Terms of Reference

11 TECH – 7 Approach & Methodology

12 TECH – 8 Format of CVs

13 TECH – 9 Work Plan

FINANCIAL PROPOSAL (ORIGINAL + 1 COPY)


1 Summary of Financial Proposal (FIN-1) (Only Excel file to
be filled.)

Undertaking:

o All the information has been submitted as per the prescribed format and procedure.
o Each part has been separately bound with no loose sheets and each page of all the two
parts are page numbered along with Index Page.
o All pages of the proposal have been sealed and signed by the authorized representative.

Authorized Signatory [In full and initials]:

Name and Designation with Date and Seal: __________________________________


. 3.5 The risks and the insurance coverage shall be as follows:
(Note : Delete/modify whichever is not applicable)

(a) Third Party motor vehicle liability insurance in respect of motor


vehicles operated in the Government’s country by the Consultant or its
Personnel or any Sub-Consultants or their Personnel, with a minimum
coverage of [insert amount and currency];

(b) Third Party liability insurance, with a minimum coverage of [insert


amount and currency];

(c) Professional liability insurance to cover the employer against any


loss suffered by the employer due to the professional service provided by the
Consultant, with a minimum coverage of [insert amount and currency];

(d) Workers’ compensation insurance in respect of the Personnel of the


Consultant and of any Sub-Consultants, in accordance with the relevant
provisions of the Applicable Laws of India, as well as, with respect to such
Personnel, any such life, health,accident, travel or other insurance as may
be appropriate; and

(e) Insurance against loss of or damage to

(i) equipment purchased in whole or in part with funds provided under this
Contract,

(ii) the Consultant’s property used in the performance of the Services, and

(iii) any documents prepared by the Consultant in the performance of the


Services, by theft, fire or any natural calamity.

Note: If there are no other actions, delete this Clause SC 3.6. If the Services
consist of or include the supervision of civil works, the following action should
be inserted:

{taking any action under a civil works contract designating the Consultant as
“Engineer”, for which action, pursuant to such civil works contract, the written
approval of the “Employer” as “Employer” is required.}
10. 4.6 {The person designated as resident project manager in Appendix C shall
serve in that capacity, as specified in Clause GC 4.6.}

Page 87 of 100
Appendix B: Reporting Requirements

Please refer TOR

Page 91 of 100
8.1 Resubmission of bid by the bidders for any number of times before the final date and time of
submission is allowed.

8.2 Resubmission of bid shall require uploading of all documents including price bid a fresh.
8.3 If the bidder fails to submit his modified bids within the pre-defined time of receipt, the system
shall consider only the last bid submitted.

8.4 The bidder should avoid submission of bid at the last moment to avoid system failure or
malfunction of internet or traffic jam or power failure etc.

8.5 The Bidder can withdraw his bid before the closure date and time of receipt of the bid by uploading
scanned copy of a letter addressing to the Procurement Officer Publisher (Officer Inviting Tender)
citing reasons for withdrawal. The system shall not allow any withdrawal after expiry of the closure
time of the bid.

9. OPENING OF THE BID:

9.1 Bid opening date and time is specified during tender creation or can be extended through
corrigendum / adendum. Bids cannot be opened before the specified date & time.

9.2 The bidders & guest users can view the summary of opening of bids from any system. Contractors
are not required to be present during the bid opening at the opening location if they so desire.

9.3 In the event of the specified date of bid opening being declared a holiday for the Officer inviting
the Bid, the bids will be opened at the appointed time on the next working day.

10. EVALUATION OF BIDS:

10.1 All the opened bids shall be downloaded and printed for taking up evaluation. The officer
authorized to open the tender shall sign and number on each page of the documents downloaded
and furnish a certificate that “the documents as available in the portal containing 99 nos of pages”.

10.2 The bidder may be asked in writing/ online to clarify on the uploaded documents provided in the
Technical Bid, if necessary, with respect to any doubts or illegible documents. The officer inviting
tender may ask for any other document of historical nature during Technical evaluation of the
tender. Provided in all such cases, furnishing of any document in no way alters the Bidder’s price
bid. Non submission of legible documents may render the bid non-responsive.

10.3 The bidders will respond in not more than 7 days of issue of the clarification letter, failing which
the bid of the bidder will be evaluated on its own merit.

Page 99 of 100
Page 100 of 100

You might also like