Professional Documents
Culture Documents
The Indian Film Industry is one of the largest in the world. Dadasaheb Phalke
Chitranagari Popularly known as Filmcity located in a prime locality in Goregaon Mumbai.
Filmcity, has about 210 hectares of land in a area adjoining Sanjay Gandhi National Park
and overlooking Powai & Vihar lakes. It has natural sites such as mountains, lakes, in
addition to 16 studios & 40 outdoor locations within its boundaries. Out of total Films
produced in India nearly 70% are produced by Bollywood in Mumbai, which is next only to
Hollywood in the production of Films in the world.
FILMCITY provide an ideal pollution free environment for the film industry for
shooting purposes. It is also equipped with infrastructural facilities such as vast expance
of lush green land with over 40 outdoor shooting locations, 100,000 sq.ft. (approx) of
built-up air-conditioned studio facilities-with power, water, trained support staff, catering
and hospitality facilities together with post-production facilities and networking with the
best in the industry.
Over the last hundred years, the Indian Film Industry has grown by leaps and
bounds and has undergone amazing technological changes. It is also becoming global
and corporate thus arousing immense international interest. In keeping with global
standards and preserving the rich cultural legacy of the film industry Filmcity prepared
MASTER PLAN layout . The Master plan proposal has been submitted to government for approval.
The vision of project is to develop world class and modern facilities in the film city and
develop tourism centre in the filmcity, which may leads attractive tourism centre in India.
The approximate estimated cost of Master Plan and Bollywood Museum project
which approved by Board of Directors is Rs. 1842.61 crore as per PWD DSR 2013-14.
The project will be completed in two stages and in five years. The interest during five-year
construction period, inflation, the contingent matters, advisory and other initial costs and
potential changes at the end the estimated construction cost of the total project
completed come out about Rs. 2625.79 crore
2.1 The brief description of the assignment and its objectives are as per Scope of
work and Terms of Reference
2.2 To obtain first hand information on the assignment and on the local conditions, you
are encouraged to pay a visit to the client and the project site before submitting a
proposal and attend a pre-bid conference. You must fully inform yourself of local
and site conditions and take them into account in preparing your proposal.
2.3 You are expected to examine all terms and instructions included in the documents.
Failure to provide all requested information will be at your own risk and may result
in rejection of your proposal.
2.7. The Master Plan project have been submitted to government for approval. It is
expected to get approved within month. After approval of government work order for the
subjected work will be issued. The successful tenderers shall be required to sign
agreement within 10 days from the date of letter of intimating acceptance of the Tender.
2.8 PERIOD: The work is to be completed within twelve months from the date of written
work order to commence the work.
2.11: The bidders should attend the office with original papers submitted by them in the
Tender documents on 13/08/2014 from 11 a.m. onwards. Original papers submitted by
the bidders in the Tender documents in the manner specified in the “Additional
Instructions for the Guidance of Tenderers” will be verified in the office of the Deputy
Engineer, Maharashtra Film, Stage and Cultural Development Corporation Limited,
Goregaon, Mumbai 400 065 up to 15.00 hours on 13/08/2014 and those bidders who
are complying the tender conditions their price bid will be opened on the on 14/08/2014
16.00 hours, if possible in the presence of the tenderers or their authorized
representatives who choose to remain present
2.12: Tender Acceptance : Acceptance of the tender shall rest with The Managing
Director, Maharashtra Film, Stage and Cultural Development Corporation Limited,
Goregaon, Mumbai 400 065. Who reserves the right to reject any or all tenders without
assigning any reasons thereof.
To view- Tender Notice, Detailed Time Schedule, Tender Document for this
Tender and subsequently purchase the Tender Document and its supporting documents,
kindly visit following e-Tendering website of Government of Maharashtra (GoM):
https://maharashtra.etenders.in
The Contractors participating first time for e-Tenders on GoM e-tendering portal
will have to complete the Online Registration Process for the e-Tendering portal. A link for
enrollment of new bidders has been provided on https://maharashtra.etenders.in
e-Tendering Tool Kit for Bidders (detailed Help documents, designed for
bidders) has been provided on e-Tendering website in order to guide them through
different stages involved during e-Tendering such as online procedure for Tender
Document Purchase, Bid Preparation, Bid Submission.
The interested contractors / bidders will have to make online payment (using credit
card/debit card/net banking) of Rs. 1038/- (inclusive of all taxes) per bid per tender to
online service provider of e-Tendering system (Sify NexTenders) at the time of entering
Online Bid Submission stage of the tender schedule.
The Tender form will be available online only. Tender forms will not be sold /
issued manually from Deputy Engg.,Civil Dept. Maharashtra Film, Stage &Cultural
Development Corporation Ltd., Dadasaheb Phalke Chitranagari, Goregaon (East),
Mumbai - 400 065.Filmoffice
Only those Tender offers shall be accepted for evaluation for which non-refundable
Tender Fee of Rs.5000/- ( INR Five Thousand Only), in the form of Demand Draft
drawn in favour of “MAHARASTRA FILM, STAGE & CULTURAL DEVELOPMENT
CORPORATION LTD." _” payable at par at Mumbai, is deposited in the office of
Maharashtra Film, Stage &Cultural Development Corporation Ltd., Dadasaheb Phalke
Chitranagari, Goregaon (East), Mumbai - 400 065.on or before 12.08.2014 from
15.00hrs to 17.00hrs.
The bidders are required to download the tender document within the prescribed
date and time mentioned in online tender schedule. After expiry of the date and time for
tender document download, Corporation will not be responsible for any such failure on
account of bidders for not downloading the document within the schedule even though
they have paid the cost of the tender to the Corporation. In such case the cost of the
tender paid by the bidders will not be refunded.
Both the Bids (Technical as well as Commercial) shall have to be prepared and
subsequently submitted online only. Bids not submitted online will not be entertained.
TECHNICAL BID
The list of documents for Technical Envelope is given with this tender document.
COMMERCIAL BID
All financial offers must be prepared and submitted online (An online form will be
provided for this purpose in Online Commercial Envelope (C1), during Online Bid
Preparation stage).
Any bidder should not quote his offer any where directly or indirectly in Technical
Envelope (T1), failing which the Commercial Envelope (C1) shall not be opened and his
tender shall stand rejected.
Note: During Online Bid Preparation stage, bidders are allowed to make any changes or
modifications in the bid data uploaded by them in Technical (T1) as well as Commercial
(C1) envelope. Once a bidder successfully completes the Bid Preparation stage (by
generating the Hash Values for T1 and C1), system won’t allow him/her to make any
further changes or modifications in the bid data.
During this stage, bidders who have successfully completed their Bid Preparation
stage are required to transfer the data, already uploaded by them during Bid Preparation
stage, from their custody to department’s custody. During this stage, bidders won’t have
any capability to make any kind of changes or editing into technical as well as commercial
data.
During the activity of Bid Preparation, the tenderer is required to upload all the
documents of the technical bid by scanning the documents and uploading it in the PDF
format. This activity of uploading the documents as well as preparation of commercial
bid and other Annexures enclosed with the tender (if any) should be completed within
the pre-scribed schedule given for bid preparation.
After Bid Preparation, the tenderer is required to complete Bid Submission activity
within pre-scribed schedule without which the tender will not be submitted.
Interested contractors / bidders will have to make online payment (using credit
card/debit card/net banking/Cash Card) of Rs. 1038/- (inclusive of all taxes) per bid per
tender to online service provider of e-Tendering system (Sify NexTenders) at the time of
entering Online Bid Submission stage of the tender schedule.
Non-payment of processing fees will result in non submission of the tender and
Department will not be responsible if the tenderer is not able to submit their offer due to
non- payment of processing fees to the e-tendering agency.
The date and time for online submission of envelopes shall strictly apply in all
cases. The tenderers should ensure that their tender is prepared online before the expiry
of the scheduled date and time and then submitted online before the expiry of the
scheduled date and time. No delay on account of any cause will be entertained. Offers
not submitted online will not be entertained.
If for any reason, any interested bidder fails to complete any of online stages
during the complete tender cycle, department shall not be responsible for that and any
grievance regarding that shall not be entertained.
OPENING OF TENDERS :
On the date, specified in the Tender Schedule, following procedure will be adopted
for opening of the Tender.
A) ENVELOPE NO. 1 :- (Documents)
First of all Technical Bid of the tender will be opened online to verify its contents as
per requirements. If the various documents contained in this envelope do not meet the
requirements of the Department, a note will be recorded accordingly by the tender
opening authority and the said tenderer’s Price bid will not be considered for futher
action and the same will be recorded.
The decision of the tender opening authority in this regard will be final and binding
on the contractors.
B) ENVELOPE NO. 2 :- (Financial Bid)
This envelope shall be opened immediately after opened online of Technical Bid,
only if contents of Technical Bid are found to be acceptable to the Department, the
tendered fee shall then be read out.
in the presence of bidders who remain present at the time of opening of Price Bid.
MEMORANDUM OF DOCUMENTS TO ACCOMPANY THE TENDER
2) Earnest Money D. D.
3) Registration of Firm
3.1. The Tenderer shall be presumed to have carefully examined the drawing, conditions
of contract and scope of work. He shall also be deemed to have inspected the site and to
have satisfied himself so as to nature of work.
3.2. The Tender should be submitted in two separate online envelops as per details in
below :
(A) The first Envelope “ENVELOPE NO.1” shall contain the following documents.
i) Copy of Demand Draft drawn for the amount of Rs. 25, 000/- Earnest money in
favour of Managing Director, Maharashtra Film, Stage and Cultural
Development Corporation Limited, Goregaon, Mumbai 400 065 payable at par
at Mumbai issued to be deposited in the office of Maharashtra Film, Stage and
Cultural Development Corporation Limited.
ii) Details of Technical Personnel on the rolls of the bidder.
iii) Details of other works tendered for and in hand with the value of work
unfinished on the last date of submission of tender. The certificate from the
head of the office under which the works are in progress should be enclosed. It
shall be in format given in the bid document.
3.4. The tender Notice with Corrigendum issued shall form a part of the Contract
Agreement.
3.5. No addition or alterations in the forms of the tender or no additions in the shape of
special stipulation etc. are permitted. The tenders who do not fulfill all or any of the
above conditions or are incomplete in any respect are liable to summarily rejection.
3. 6. All pages of the tender documents, conditions, and drawings etc., shall be initialed
at lower right hand corners and signed where required in the tender prepared by the
tenderer or a person holding a Power of Attorney, authorizing him to sign on behalf of
the partnership, before submission of the tender.
3.7. Each tender shall be accompanied by Earnest Money as indicated in the Detailed
Tender Notice in favour of Managing Director, Maharashtra Film, Stage and Cultural
Development Corporation Limited, Goregaon, Mumbai 400 065.
3.8. The Managing Director, Maharashtra Film, Stage and Cultural Development
Corporation Limited, Goregaon, Mumbai 400 065 shall have the right to revise or to
amend the contract document prior to the date of receipt or opening of the tenders
aforesaid. Such revision or amendments or extension, if any shall be communicated to all
concerned by notice in the press or as may be considered necessary.
3.9. Acceptance of the tender would be intimated to the contractor telegraphically or
otherwise and either by the Deputy Engineer, Maharashtra Film, Stage and Cultural
Development Corporation Limited, Goregaon, Mumbai 400 065, or his representative and
such intimation shall be deemed to be intimation of acceptance of tender, given by the
authority competent to accept the tender.
4.0. PREPARATION OF PROPOSAL
4.1.1. The Consultant interested in being considered for this project must fulfill the
following eligibility criteria:
i. Should be a registered firm/company.
ii. Should have a successful track record on the full scope of activities outlined.
iii. Should not be involved in any major litigation
iv. Should not be black-listed by any Central / State Government / Public Sector
Undertaking in India or parent country / country of origin.
4.1.3. The experience certificate from clients in support of having completed the project
or for the project in hand is required to be submitted. Certificate should indicate
clearly the firms experience in related field as per the requirement of the work.
Scope of services rendered by the firm should be clearly indicated in the certificate
from the client.
4.1.5.1. The bid shall be accompanied by EMD as mentioned in bid in the form
of Demand Draft / Bankers cheque in favour of MFSCDC (Ltd.),
Mumbai.
4.1.5.2. Any bid not accompanied by the EMD will be rejected.
4.1.5.3. If after submitting the bid, the bidder withdraws his offer or modifies the
same or if after acceptance of his bid, fails or neglects to furnish the
security deposit, without prejudice to any rights and powers of the Client
here under or in law, the Client shall be entitled to forfeit the full amount
of EMD deposited by the bidder.
4.1.5.4. In the event of bid being not accepted, the amount of EMD deposited by
the bidder shall unless it is prior thereto to forfeit under provision of sub
clause 3.1.4.4 above, be refunded to him on passing of receipt thereto
without any interest.
We hereby declare that our bid is made in good faith and the information contained
therein is true and correct to the best of our knowledge and belief.
Thanking You,
Yours faithfully
(Authorized Signatory)
Name :
Designation :
Seal :
Date :
Place :
Business
Address:
Minimum Eligibility
1.1 Name of the
Firm/Company
1.2 Year of Registration/
Incorporation *
1.3 Number of Employees as
on
March 31, 2009
FY 2011-12 FY 2012-13 FY 2013-14
1.4 Annual Turnover from
Consultancy Services**
1.
Name of the Consultant/Firm :
2.
Assignment/job name :
3.
Nature of Assignment :
4.
Description of Project
5. Approx. value of the contract (in
Rupees)
6.
Country :
7.
Location within the country :
8.
Duration of Assignment/ job (months) :
9. Name of Employer :
10.
Address and contact details :
11. Total No of staff-months of the
assignment/job:
12. Approx. value of the Assignment/job
provided by your firm under the contract
(in Rupees /or in US dollars.
13.
Start date (month/year):
14.
Completion date (month/year):
15.
Name of associated Consultants, if any:
16. No of professional staff months
provided
by associated Consultants
17. Name of senior professional staff of
your
firm involvedofand
18. Description functions
actual performed
Assignment/job
provided by your staff within the
Assignment/job:
Authorized Signatory:
Signature
Name
Designation
Company/Firm
Date
4.4.: Declaration Letter.
i. Declaration of JV firms including parent company is also needed even if the
relevant Memorandum of Understanding (MoU) is submitted Declaration
Letter on official letter head stating the following:
ii. We are not involved in any major litigation that may have an impact of
affecting or compromising the delivery of services as required under this
contract
iii. We are not black-listed by any Govt. of India / State Government in India /
Public Sector Undertaking in India / Govt. of country at origin.
Authorized Signatory:
Signature
Name
Designation
Company/Firm
Date
The selection of the bidder shall be done on the basis of maximum combined score
(Technical and Financial Proposal).
5.5 In the second stage, financial proposal of all eligible firms who pass in technical
evaluation shall be opened. The client will allocate weight to the financial proposal
as given in the bid.
5.6 Total score will be worked out by adding the points scored on the technical and
financial proposals. The consultant scoring highest points will be invited to
negotiate a contract. The client will determine if the financial proposal is complete
and without computational error.
6.0 AWARD OF CONTRACT
6.1 The contract will be awarded after the successful negotiations with the
successful consultant.
6.2 At the time of executing the agreement, the successful bidder shall sign all
pages of bid, which will be made available by client himself.
7.0 SCOPE OF SERVICES
7.1 scope of work for MOEF permission
This work/ services is for provide Architectural, MOEF and MEP Consultancy for the
development of Master plan for Dadasaheb Phalke Chitranagari at Filmcity,
Goregaon.
B. MOEF Consultancy
Consultancy services related to;
• Environmental Clearance
• Consent to Establish from MPCB
C. MEP Services
Consultancy services related to;
• Electrical
• PHE and Plumbing Services
• Fire Fighting
3. The consultant will prepare a report on the synopsis of each activity which will
contain
• Architectural planning guidelines
• Utility services requirement
• Car parking and transportation system requirement
• Waste management
b. Conservation of Water
The broad guidelines will lay the protocol for water efficient landscape, the use
of innovative waste water technologies, the reduction of water use, the use of
STP water for flushing and irrigation, air conditioning etc.
c. Conservation of Energy
The broad guidelines for obtaining the use of energy, the use of renewable
energy and green power technologies, guidelines for energy efficient facade,
the guidelines for use of energy efficient lighting fixtures and HVAC.
e. Material Specification
The consultant will prepare a broad and general specification of eco friendly
materials such as bamboo wood, low voc points, low voc adhesives, locally
available materials, low energy embodied material etc.
1. Environmental Clearance:
This will be in following stages:
Stage - I
i. Preparation of Draft Terms of References ( TOR)
ii. Filling of Form-1 and Form-1 A.
iii. Submission of Draft TOR and Form-1 and Form-1A to State Environment
Department.
iv. Presentation to State level Expert Appraisal Committee (SEAC) for
finalization of (TOR) Terms of References.
Stage - II
i. Preparation and submission of Environmental Impact Assessment (EIA)
Report to State Environment Department incorporating points given in TOR
by SEAC. EIA Report will consist of project details, baseline data and details
of study area. Prediction of environmental impact due to project with
proposed mitigation measures for all the possible adverse impacts.
ii. Follow up for obtaining the hearing date in SEAC
iii. To Prepare and create power point technical Presentation/s for SEAC
Stage - III
i. Attending Meeting/s with State Environment Impact Assessment Authority
(SEIAA).
ii. Obtaining Environmental Clearance from SEIAA.
C. MEP SERVICES:
The MEP Documentation & Drawings for MOEF will include the following;
i. Cluster wise guidelines and overall project planning for Electrical Services.
ii. Forecast of approximate electrical Loads of the individual clusters based on
the usage type.
iii. Forecast of Electrical Loads of the overall Plot to serve the individual clusters
and common areas for plot development, preparation of broad Single line
Diagrams & formulation of Load Sheets for overall plot development.
i. Cluster wise guidelines and overall project planning for Plumbing Services.
ii. Formalizing approximate water demand sheets cluster wise, and for the
overall Plot Development.
iv. Formalizing Water Treatment Scheme for the overall plot development and
general guidelines for any further water treatment required for the individual
clusters.
vi. Cluster wise sewage treatment scheme guidelines, and overall Plot Sewage
management scheme. Connection philosophy between cluster & overall plot
sewage management schemes.
vii. Technical Documentation for the STP Schemes, and technology write-ups.
viii. Rain water collection, filtration and reuse schemes within the development
clusters.
ix. Overall Rain water Management Scheme.
x. Conducting Hydro Geological Survey which shall consist of :
a. To identified different type of strata's upto 60 mts. Depth.
b. To find out feasibility of ground water availability.
c. To identify levels of different aquifers up to 60 mtrs depth
xi. Planning & Designing of the RWH project report for submission to State
Environment committee. It will include;
a. RWH report with calculations,
b. RWH master plan and
c. RWH unit conceptual drawings.
ii. Development of fire fighting Scheme for the overall project including Yard
Hydrants for overall project and sprinklers for common Areas in the Master
plan.
iii. Setting up Guideline for Individual cluster wise Fire Fighting Measures,
including cluster wise Tanks and Pumping systems.
CLIENTS RESPONSIBILITY:
Client shall be responsible for providing the following information sufficiently in advance
1. To provide detail soft and hard copy of Physical survey contours drawings of site
along with details of all existing utility, amenities, flora n fauna etc.
2. Statutory fees payable for obtaining various NOCs & approvals are to be paid by
the client.
5. All plans and detailed break up of area, giving space used for housing purpose
commercial purpose, car parking, swimming pool, garden & other amenities etc.
6. Sources of Water & Power and alternative sources that may be required.
7. Any other information required for EIA and Form 1 and Form 1 A.
The mode of payment of our "Professional Fees" shall be in accordance with the
stages mentioned hereunder:-
PREREQUISITE
A. Statutory Approvals:
1. The consultant will study plans / layout with respect to DCR 1991 and prevailing
rules of MCGM in co-ordination with Client.
2. The Consultant will advice client regarding the Architecture related requirements
of Layout approvals & sanctions from statutory authorities for the project.
4. The consultant shall prepare all necessary drawing and other documents that
are essential for obtaining the necessary statutory approval and permits from the
authorities.
5. Prepare Master layout plan comprehensive and submit to MCGM and other
statutory authorities.
8. The consultant will follow up the submission of necessary details as and when
required, to MCGM and other statutory authorities for obtaining final NOC's
approval.
9. The consultants will co-ordinate the approval of master layout with the Chief Fire
Officer (CFO).
10. The consultants will co-ordinate the approval of master layout with the SWD
Department.
11. The consultants will co-ordinate the approval of master layout with the Estate
Department.
12. The consultants will co-ordinate the approval of master layout with the Roads
Department.
13. The consultants will co-ordinate the approval of master layout with the Traffic
Co-ordination Department.
14. The consultants will co-ordinate the approval of master layout with the Survey
Remarks.
15. The consultants will co-ordinate the approval of master layout with the civil
aviation from Airport Authority of India (AAI).
16. The Consultant will attend meetings with approving authorities to pursue the
matter for obtaining approval.
17. The Consultant will apply, pursue and obtain the statutory approvals at various
stages from MCGM.
18. Obtain approval from higher authority of MCGM for deficiencies if any.
19. In addition to above consultant will obtain Occupation Certificate of all existing
structure in film city. For this necessary drawings and other details to be
prepared by consultant.
The mode of payment of "Professional Fees" shall be in accordance with the stages
mentioned hereunder:-
Schedule:
• 12 Months from the date of appointment.
Signature of Consultant :
Full Name :
Designation :
Address :
(Authorized Representative)