You are on page 1of 31

Brief Tender Notice

Name of Work Appointment of consultant for obtaining permission


for Master Plan layout from MOEF and MCGM

1 To view - Tender Notice, Detailed Time Schedule, Detailed 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 : https://fscdc.maharashtra.etenders.in
Note: In order to purchase the Online Tender Documents, it is mandatory for
contractors to complete the Online Register Process for the e-Tendering
website. For guidelines, kindly refer to Bidders Tool Kit documents provided on
the website.
2 The Earnest Money Deposit will be in the form of D.D. / Pay Order endorsed in
the name of
"MAHARSHTRA FILM, STAGE & CULTURAL DEVELOPMENT
CORPORATION LTD." Payable at Mumbai and details of which to be entered
in the bid documents at the time of bid preparation and the D. D. to be
submitted in the office of Maharashtra Film, Stage &Cultural Development
Corporation Ltd., Dadasaheb Phalke Chitranagari, Goregaon (East), Mumbai -
400 065. on or before 13.08.2014 during the office hours on working day.
3 The non refundable tender document fee per tender of Rs. 5,000/- will have to
be paid by demand draft, drawn in favour of MAHARASTRA FILM, STAGE &
CULTURAL DEVELOPMENT CORPORATION LTD." Payable at Mumbai and
details of which to be entered in the bid documents at the time of bid
preparation and the D. D. to be submitted in the office of Maharashtra Film,
Stage &Cultural Development Corporation Ltd., Dadasaheb Phalke
Chitranagari, Goregaon (East), Mumbai - 400 065. on or before 13.08.2014
during the office hours on working day.
4 Schedule of Tender is given below:
Online Tender Release
From 21.07.2014: 10.00 hrs To 21.07.2014: 18.00 hrs
Online Sale of Tender Documents
From 21.07.2014: 18.01 hrs To 07.08.2014 : 17.30 hrs
Online Bid Preparation:
From 21.07.2014: 18.01 hrs To 11.08.2014: 15.00 hrs
Online Technical Bid Closing:
From 11.08.2014: 15.01 hrs To 12.08.2014: 15.00 hrs
Online Commercial Bid Closing:
From 11.08.2014: 15.01 hrs To 12.08.2014: 15.00 hrs
Online Submission of Bid (Departmental activity of E tendering consultant):
From 13.08.2014: 15.01 hrs To 14.08.2014: 11.00 hrs
Online Technical Bid Opening:
From 14.08.2014: 11.01 hrs To 14.08.2014: 15.00 hrs
Online Commercial Bid Opening:
From 14.08.2014: 16.00 hrs To 14.08.2014: 18.00 hrs
5 An important Training Workshop on e-Tendering procedure will be held on
23.07.2014 at 12.00 hrs at Maharashtra Film, Stage and Cultural Development
Corporation Ltd., Dadasaheb Phalke Chitranagari, Goregaon (East), Mumbai -
400 065.
All the Contractors or their representatives with valid authorization are
requested to confirm their participation by sending and e-mail to
chandrakantkolekar@filmcitymumbai.com or
chandrakantkolekar81@rediffmail.com on or before 22.07.2014 before 11.00
hrs.
6 The pre-bid meeting will be held at the same venue on 23.07.2014 at
11.00hrs.
7 The interested contractors / bidders will have to make online payment ( using
credit card / debit card / net banking) of Rs. 1038/- towards service charge in
Decryption and Re-Encryption stage of e-Tendering system As per Information
technology Act 2000, the Bidders are required to sign the bid data using Class
II / Class III Digital Certificate. The Bidders may procure the Digital Certificate
in the name of the authorized representative of the Organization at the earliest.
Bidders who may need to procure Digital Certificates may
contact Sify - Nextenders on 020 2531 5555
8 Bidders Tools Kit (detailed Help documents, designed for bidders) has been
provided on e-Tendering website in order to guide them to use e-Tendering
website : https://maharashtra.etenders.in
9 Right to reject any or all tenders without assigning any reason is reserved by
the component.
10 For technical support / information on e-Tendering process,
Please contact 020 2531 5555 / / 020 2531 5556 and mobile numbers
9167969601 and 9167969604.
11 For any tender related query, please contact Film City on number
022-28497540
INTRODUCTION
-----------------------------------------------------------------------------------------------------------------------

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 Silent Features of Project is as below:


1. Construction of new 20 studio and renewal of existing 11 studios,
development of villages having culture in each region of Maharashtra,
gardens, railway stations, bus stand etc. total 51 outdoor locations is
proposed to be developed. Modern pre and post production facility, special
effect studio, teleport and archives facilities, monumental avenue and
amusement park is proposed to be developed.
2. Development of Bollywood Museum including wax Museum, stand scene,
enactment theater, 3D etc. it is also proposed to construct Marathi culture
museum to show Marathi culture to the tourist. It is also proposed to
develop Bio- Diversity Park.
3. Development of amusement park and monumental avenue
4. To develop five star, three star, budget hotel for cine artist. It is also
proposed to develop convention centre having capacity of 5000 seats for
program like award function, business conference.
5. To develop club house and stadiums for cine artists.
6. To develop classic infrastructure like, roads, multilevel parking, compound
wall, security management, green building, water harvesting, internal roads,
solid waste management

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

The online bids are invited to appointment of consultant to obtain permission of


Department of the Environment (the state and central ministry of environment & forest,
MOEF as applicable.) and lay out permission from MCGM.

2.0 INSTRUCTIONS TO BIDDERS

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.

2.4 The proposals must be properly signed as detailed below:


2.4.1 i) By the proprietor in case of a proprietary firm.
ii) By the partner holding the Power of Attorney in case of a firm in partnership
(A certified copy of the Power of Attorney shall accompany the proposal).
iii) By the authorized representative in case of Joint Venture.

2.4.2: In case of interested consultant being a Consortium/Joint Venture, an agreement or


Memorandum of Understanding (MoU) executed by all the consortium / Joint
Venture parties parties (agreeing to work jointly for the assignment and be
responsible jointly and severally) duly signed by authorized signatories of
respective members of Consortium/ J.V. should be enclosed. In case of joint
venture, the firm, which has submitted experience certificates to meet the eligibility
requirements.

2.5 Tender Form Fees:


The Tender form, conditions of contract, scope of the work, can be downloaded on
Demand Draft (DD) payment of Rs. 5,000/- per set drawn in the name of Managing
Director, Maharashtra Film, Stage and Cultural Development Corporation Limited,
Goregaon, Mumbai 400 065 from 21/072014 to 07/08/2014 up to 17.30 hrs. Further
information of the work can be obtained from the office of the undersigned where the
drawing and other documents will be available for inspection.
2.6 EMD:
The Tenders shall be accompanied by Earnest Money amounting of Rs. 25,000
(twenty five thousand only) in the form of Demand Draft drawn in the name of
Managing Director, Maharashtra Film, Stage and Cultural Development Corporation
Limited, Goregaon, Mumbai 400 065 issued by the Scheduled Bank payable in Mumbai.
Earnest Money in the form of cheque or any other form except above shall not be
accepted. This amount will be refunded to the unsuccessful tenderers, on deciding about
the acceptance or otherwise, of the tender. In case of successful tenderer, it will be
refunded after accepting tender.

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.

2.9: PRE-TENDER CONFERENCE: -


Pre-tender conference open to all prospective tenderers who have downloaded tender
form before the date of Pre-tender Conference, will be held at MUMBAI on 23/07/2014
at 11.00 Hrs. in the office of the Maharashtra Film, Stage and Cultural Development
Corporation Ltd., Dadasaheb Phalke Chitranagari, Goregaon (East), Mumbai - 400 065.
All the bidders or their representatives with valid authorization are requested to confirm
their participation by sending and e-mail to chandrakantkolekar81@rediffmail.com on or
before 22.07.2014 before 11.00 hrs.
An Important Workshop of E-Tendering will be held on same venue on 23/07/2014
at 12.00

2.10: Tender Schedule:

Seq. Stage Start Expiry


No. Date Time Date Time
1. Tender Release 21/07/2014 10.00 21/07/2014 18.00
2. Tender Download 21/07/2014 18.01 07/08/2014 17.30
3. Bid Preparation 21/07/2014 18.01 11/08/2014 15.00
4. Technical Bid Closing 11/08/2014 15.01 12/08/2014 15.00
5. Price Bid (Commercial bid) 11/08/2014 15.01 12/08/2014 15.00
Closing.
6. Bid Submission 13/08/2014 15.01 14/08/2014 11.00
(Departmental activity of E-
tendering)
7. Technical Bid Opening 14/08/2014 11.01 14/08/2014 15.00
8. Price Bid Opening 14/08/2014 16.01 14/08/2014 18.00

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.

2.13: GENERAL INSTRUCTIONS:

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

All bidders interested in participating in the online e-Tendering process are


required to procure Class II or Class III Digital e-Token having 2 certificates inside it, one
for Signing/Verification purpose and another for Encryption/Decryption purpose. The
tender should be prepared & submitted online using individual’s Digital e-Token.

An important Training Workshop on e-Tendering procedure will be held on dated


23/07/2014 at 12.00 Hrs. at same venue.

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.

If any assistance is required regarding e-Tendering (registration / upload /


download) please contact GoM e-Tendering Help Desk on number: 020 – 253 155 55
(Pune Helpline) and mobile numbers 9167969601 and 9167969604, Email:
support.gom@nextenders.com
2.14: PURCHASE AND DOWNLOADING OF TENDER FORM:

The tender document is uploaded / released on Government of Maharashtra,


(GOM) e-tendering website https://maharashtra.etenders.in. Tender document and
supporting documents may be purchased and downloaded from following link of
https://maharashtra.etenders.in.on e-Tendering website of Government of
Maharashtra, https://fscdc.maharashtra.etenders.in by filling Demand Draft details
online. Subsequently, bid has to be prepared and submitted online ONLY as per the
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.

2.15: PREPARATION & SUBMISSION OF BIDS

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.

Online Bid Preparation

TECHNICAL BID

Following documents should be uploaded in Online Technical Envelope (T1) in


PDF format, if required can be zipped as well and then uploaded. These documents need
to be digitally signed by individual contractor’s digital signature and uploaded during
Online Bid Preparation stage.

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.

Online Bid Submission

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.

EARNEST MONEY DEPOSIT (EMD)

As per given in NOTICE DETAILS of the tender on working days.

Offers made without Earnest Money Deposit shall be rejected.

INSTRUCTION TO BIDDERS FOR ONLINE BID PREPARATION & SUBMISSION

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.

Detailed list of different modes of online payment to e-tendering service provider


(E-Payment Options) has been provided under E-Tendering Toolkit For Bidder
section of https://maharashtra.etenders.in .

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

Sr. Brief details of documents required Whether


No. Enclosed or
not

1) Letter forwarding the Tender


should clearly show the documents attached.

2) Earnest Money D. D.

3) Registration of Firm

4) Information in proforma regarding.


a) Work in hand.

b) Details of similar works carried out.

c) List of Technical personnel likely to be


appointed

d) Other document mentioned in bid document as


qualification criteria.
5) Up-to-date Income Tax Clearance Certificate
(Attested copy)

6) Power of Attorney for the person signing the Tender


(Attested copy)

Note :- Attested copies duly certified by Gazetted Officer or Magistrate


should be supplied in respect of Item 3, 5, 6 above.
3.0 INSTRUCTIONS FOR THE GUIDANCE OF TENDERERS

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 :

3.3. MANNER OF SUBMISSION OF TENDER & IT’S ACCOMPANIMENTS :

Tender to be submitted in two separate Online Envelops. The Tenderer shall


submit the tender and documents, in Two Envelopes as 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.

iv) Attested copy of Partnership Deed /undertakings/ Memorandum and Articles of


Association as the case may be if the Tenderers are a partnership Firm or Joint
Stock Company and certified copy of the Power of Attorney in the name of
authorized representative to act on behalf of the contractor.
v) Other document mentioned in qualification criteria in bid document

(B) ENVELOPE NO.2, TENDER :


The second envelope, as “ENVELOPED NO.2” shall contain only the main tender.
The Tenderer should quote his lump sum offer, the appropriate place of tender
documents, to be submitted only in Envelop Number 2. He should not quote this offer
any where directly or indirectly in Envelope No.1 the bidder shall quote fee in the format
as Annexure I enclosed with bid document for the work as per details given in the main
Tender. This Tender is unconditional.

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

Preparation and submission shall be in two envelopes as below:


(i) Envelope No 1-Documents in proof of eligibility and technical proposal
(ii) Envelope No 2 –Financial Proposal

Documents may be attached in support of information against respective format.


The bidder shall fill the required information in the required formats prepared as per the
sample formats of given in the bid.

4.1 Documents in Proof of Eligibility


The bidder’s eligibility proposal must include the following information but not
limited to the formats given in bid.

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.

4.1.2 Following documents must be furnished in proof of eligibility:


(i) Firm’s experience:
(ii) List of equipments, the details of the office and key persons employed by
the firm may be furnished.
(iii) Work in hand.
(iv) EMD

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.

4.1.4 The minimum essential requirement in respect of qualification in eligibility proposal


has been indicated in the bid. If the consultants do not fit in the eligibility criteria,
evaluation of his financial proposal will not be carried out.

4.1.5. Earnest Money Deposit (EMD):

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.

4.2. Qualification Criteria and Experience

(A) Consultants should have substantial and verifiable experience (10Years) in


i. Projects of similar nature as per scope of work ( both MOEF and MCGM
permissions)
ii Interested architects and planners who have prepared at least one Master Plan of
a similar Project for an area of minimum 100 hectares.

iii Having a multidisciplinary team of architects, urban planners, structural engineers,


civil engineers, landscape architects, physical planners, environment experts and
having similar types of experience of Theme park, Museums, Art Galleries,
Commercial Complexes, Residential Complex, Township and Film Industry
project.

(B) JV/Consortia of not more than 4 are permitted.


Correspondence Details:
1 Name of the Consultant

2 Address of the Consultant

3 Name of the Contact person to


whom
all references shall be made
regarding
4 Designation of the person to whom
all
references shall be made regarding
this proposal
5 Address of the person to whom all
references shall be made regarding
this proposal

6 Telephone (With STD codes)

7 Email of the contact person

8 Fax No. (with STD code)

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**

**Enclose a copy of Audited Financial Statement with respect to information furnished


in 1.5
Authorized Signatory:
Signature
Name
Designation
Company/Firm
Date
4.3. Prior Experiences
Using the format below, provide information on each assignment for which your firm,
and each associate for this assignment, was legally contracted either individually as a
corporate entity or as one of the major companies within an association, for carrying
out this study. The Consultant should give information about maximum of five projects
having similar works. Experience of JV firms including parent company may be stated
only if the relevant Memorandum of Understanding (MoU) is submitted

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

4.5. TECHNICAL PROPOSAL


4.5. 1 The technical proposal must not include any financial information.
4.5.2. Client will carry out the evaluation by applying point system. Each responsive
proposal will be attributed technical score.
4.5.3. The minimum essential requirement in respect of qualification in technical
proposal has been indicated in the bid if the consultant does not fit in the criteria,
evaluation of his financial proposal will not be done.

4.6 FINANCIAL PROPOSAL


4.6.1. The financial proposal shall be submitted. The consultant shall quote his all-
inclusive fees as a lump sum figure independent of the cost of project. The
consultant fees shall include cost of survey and investigation wherever required,
professional fees, overheads, travel, hotel expenses, printing, stationery and
other out of pocket expenses, but will not include service tax on the fees. It will
also not include statutory charges/fees payable to any authority for obtaining any
approval, clearance, NOC required for the project.
4.6.2. The financial proposal shall take into account all types of the tax liabilities
excluding service tax.
5.0 EVALUATION OF PROPOSAL
5.1 A two-stage procedure will be adopted in evaluating the proposal. The client will
allocate weights to technical proposal and financial proposal as indicated in bid.
5.2 In the first stage, eligibility of the firm and technical proposal will be ascertained
on the basis of experience certificates available with the firm. The technical
evaluation will be carried by applying marks system.
5.3 The Technical proposal scoring 70% marks or more will be considered as
responsive proposal. The Financial Proposal only of such responsive proposals
will be opened and combined overall assessment will be carried out. In the
overall assessment, the Technical evaluation score will carry a weightage of 80
% and Financial evaluation score will carry a weightage of 20%.
5.4 The proposals shall be evaluated on the basis of the qualification criteria and
Consultant’s prior experience in the areas mentioned above. The specific
experience of the Consultant would be evaluated on the basis of the following
information and documents

• Evidence of having successfully carried out similar assignments.


• Sufficient size of organization, and management ability to carry out the entire
project.
• Specialized skills and creativity related to the assignment.

The selection of the bidder shall be done on the basis of maximum combined score
(Technical and Financial Proposal).

The combined score will be calculated as follows:


Combined score = (0.80 X Technical Score) + (0.20 X Financial Score)
Where, Financial Score = 100 X (Lowest Price/ Price of the proposal under
consideration)

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.

The Scope of Services includes;

A. Architectural Design Consultancy


Consultancy services related to;
• Preparation of detail existing and land use map
• Preparation of Master Plan as per requirement for the submission
purpose
• Activity Synopsis
• Sustainable Strategy
• Coordination and presentation to the SEIAA and MPCB

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

A. Architectural Design Consultancy


1. Preparation of detail existing and land use map and develop a existing situation
analysis report, which will contain
• Physical topographical surveys
• Detail study of the existing infrastructure
• Detailed study of existing transportation
• Detailed study of climatic influences
• Occupancy density
• Nature of functioning and usage of spaces

2. Preparation of Master Plan


The consultant will prepare a master plan indicating
• land use / zones
• Reservations
• Detailed activity distribution

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

4. Sustainable strategy with respect to the following:


a. Site Sustainability
The broad guidelines for reduced site disturbance, storm water drain quality
and quantity control, the heat island effect, for reduced light pollution, public
transportation network and fuel efficient transport strategy.

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.

d. Waste Management Strategy


The broad guidelines for waste management strategy with the separation of
recyclable waste, the use of OWC for bio degradable waste etc.

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.

f. Indoor Air Quality


The consultant will prepare a broad guidelines on the strategy to be applied for
ensuring good indoor air quality measures and daylight strategy to be
implemented.

5. Coordinate with MEP services, transport and EIC (Environmental Impact


Assessment Consultant) and prepare a final report for submission
• Prepare submission
• Prepare presentation for SEIAA committee
• Obtain approval from SEIAA
• Obtaining consent to establish from MPCB

B. MOEF Consultancy Services will be required in 2 Phases:


1. Environmental clearance
2. Consent to Establish from MPCB

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.

2. Consent to Establish from MPCB


i. To fill up consent application form for Consent to Establish for Water, Air &
Solid Waste, including preparation of necessary annexure with the technical
back-up to complete the set & submission of the same to MPCB
(Maharashtra Pollution Control Board).
ii. Interaction with MPCB members and attending technical meetings.
iii. Obtaining Consent to Establish from MPCB.

C. MEP SERVICES:
The MEP Documentation & Drawings for MOEF will include the following;

1. Electrical Design Services:

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.

iv. Space Planning for Substations for cluster-wise distribution of Electricity.

v. Formulation of planning document for Backup Power generation, for the


common areas in the Master Development plan, as well as guidelines for the
individual clusters / buildings.

vi. Common Areas Lighting Layouts on Master plan.

vii. Technical Write-ups of use of non-convennonal Energy such as Solar


powered lamps for Street Lighting Etc., as planned for the Master
Development.

2. PHE & Plumbing Services:

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.

iii. Development of head-end infrastructure including storage tanks and water


pumping systems to ensure water supply to individual clusters and common
areas of the Master 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.

v. Water Balance Charts for overall plot development.

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.

xii. To explain the details to MOEF Committee.

3. Fire Fighting Services:

i. Study of Fire officer recommendation and planning of Head end


infrastructure such as Fire Fighting Tanks and Fire Water Pumping systems
for the Master plan.

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.

iv. Development of Fire Fighting Schematics and connection philosophy


between development clusters and overall Master plan Scheme.

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.

3. Ownership documents needed t~ be provided by the client are as follows;


A. PR Card (in written)
B. C.T. Survey remarks
C. D.P. remarks.
D. T & C remarks. (if required. )
4. Details of the project like capital cost, project execution schedule, site selection
basis, etc.

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.

8. Charted accountant Certificate showing cost of the project

The mode of payment of our "Professional Fees" shall be in accordance with the
stages mentioned hereunder:-

STAGES FEES PAYABLE


A Environmental Clearance
On execution of this agreement as a
1 15%
retainer
Preparation & submission of documents
2 for TOR to State Environment 15%
Department
3 Presentation for TOR at SEAC 15%
Presentation after incorporation of TOR
4 10%
points at SEAC
Preparation & attending meeting at State
5 Environmental 10%
Impact Assessment Authority (SEIAA)
6 Obtaining Environmental Clearance 5%
B Consent to Establish
Preparation & submission of application
1 15%
to MPCB
2 Obtaining consent to establish 15%
7.2 Scope of services for obtain layout approval

This work is to obtain Layout approval for Dadasaheb Phalke Chitranagari -


Filmcity, Goregaon.

PREREQUISITE

1. Consultant will prepare a detail master plan as per requirement of MCGM


showing all the proposed activities, facilities, infra structural
services. The basic layout will be provided by corporation.

2. The Master plan will be supported by


• Activity distribution
• Landuse
• Zone
• Foot print of structure
• Infrastructure
• Roads
• Transportation
• Area statement of each zone (FSI)
• R G Areas / amenity open space
• Landscape area

ARCHITECTURAL LIASONING SERVICES provided at various stages is as follows;

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.

3. The Consultant will prepare all Architectural Drawings confirming with


"Development Control Rules" of local authorities.

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.

6. The Consultant will prepare necessary documents, drawings, charts for


submission to various statutory authorities related to scope of Architectural services.
7. The consultant will ensure that the Master layout plans are in compliance with
the applicable DCR.

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.

20. Consultants will co ordinate, follow up to change of DP road, DP remarks which


will require to start construction of Master Plan project. Some DP roads will
require to be realigned.
Deliverables from consultant:
• Electronic & hard copy of Architectural/Submission drawings.
• Layout approval from MCGM.
• Obtaining NOC limited to layout approval from MCGM from statutory
authorities.

The mode of payment of "Professional Fees" shall be in accordance with the stages
mentioned hereunder:-

STAGES FEES PAYABLE


a On execution of this agreement as a retainer 15%
On submission of drawings & making
b application to statutory authorities for 25%
obtaining approvals for development.
On obtaining approval for commencement of
c 20%
project
On submission of final set of Architectural
d working drawings with detail specifications, for 30%
inviting tenders to commence the work on site

e On receipt of Statutory approval 10%

Schedule:
• 12 Months from the date of appointment.

8.0 TERMS of REFERENCE

1. The Consultant will be responsible to carryout work as given under scope of


work as above.
2. The consultants shall provide and maintain at their cost, their own vehicles
required for use in connection with their assignment.
3. The consultants will be fully responsible in their capacity as consultants for the
soundness and correctness of all works/ services executed assuming
responsibility of soundness of design of the conformity of the work to the
approved plans, design and specifications and conditions of contract applicable
to the subject work.
4. In case of poor performance or fail to comply terms and conditions of bid, the
client may, terminate agreement at any time by not less than (30) days written
notice of termination to the consultants.
5. The consultant shall quote their lump sum fee for the services mentioned in the
scope of works. If work delays no additional payment is entertained.
ANNEXURE-I
FINANCIAL PROPOSAL

Subject : Appointment of Consultant for obtaining permission for Master Plan


layout from MOEF and MCGM

I/We _____________________________________ Consultant/ Consultancy Firm am /


are hereby quoting the fee for the work of providing Consultancy services as per the
scope of Work, terms and contract conditions covered in bid. The offer is inclusive of all
taxes excluding service taxes.

Our lumpsum fee for above work is:


a) For MOEF work: Rs. ____________________ (in figures)

Rs. ______________________ (in words)

b) For MCGM work: Rs. ____________________ (in figures)

Rs. ______________________ (in words)

c) Total : Rs. ____________________ (in figures)

Rs. ______________________ (in words)

Signature of Consultant :
Full Name :
Designation :
Address :
(Authorized Representative)

You might also like