You are on page 1of 89

EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN

VARIOUS CATEGORIES

PUNE METROPOLITAN REGION DEVELOPMENT AUTHORITY, PUNE

BID DOCUMENT

FOR

“EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR


EMPANELMENT IN VARIOUS CATEGORIES”

Tender Notice No.7 for 2018-19

ENGINEERING DIVISION
P.M.R.D.A.,
PCNDTA, New administrative Building “A” Wing 3rd Floor, Near Akurdi Railway
Station, Akurdi Pune-411044.

1
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

(S.B. Devadhe) (B.D.Yamgar)


Executive Engineer Superintending Engineer

(Shrihari Khurd) (Sunil Wandhekar)


Chief account & Finance officer Chief Engineer

(Kiran Gitte)
Metropolitan Commissioner & Chief Executive Officer
PMRDA, Pune

2
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Contents
1. Index

2. Notice for Inviting Expression of Interest (EOI) from Professional Consultant for Various categories in
PMRDA .................................................................................................................................................... 7
3. INTRODUCTION ................................................................................................................................. 21
3.1 THE PROJECT IN BRIEF........................................................................................................... 21
3.2 Scope of work........................................................................................................................ 21
3.3 Eligibility criteria.................................................................................................................... 21
3.3.1 Requests for Proposal (Bid).................................................................................................. 22
3.3.2 Due diligence by Applicants ................................................................................................. 22
3.3.3 Sale of EOI Document .......................................................................................................... 22
3.3.4 Validity of the Proposal ................................................................................................... 23
3.3.5 Brief description of the Selection Process ................................................................ 23
3.4 Currency conversion rate and payment ............................................................................... 23
3.5 Schedule of Selection Process............................................................................................... 23
3.6 Pre-Proposal visit to the Site and inspection of data.................................................................. 24

4. EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN


VARIOUS CATEGORIES ........................................................................................................................... 26
4.1 INTRODUCTION ..................................................................................................................... 30
4.2 BACKGROUND ....................................................................................................................... 30

5. INSTRUCTION TO BIDDERS ................................................................................................................ 34


5.1. DEFINITIONS: ............................................................................................................................ 34
5.2. Instruction to bidder .................................................................................................................. 37

6. SUBMISSION & METHOD OF EVALUATION ......................................................................................... 43


7. Format of Application ......................................................................................................................... 47
8. Bank Guarantee Format .............................................................................................................. 68
9. APPENDIX –I .............................................................................................................................. 70
(TECHNICAL PROPOSAL) ....................................................................................................................... 70
Form-1 ............................................................................................................................................... 71
Letter of Proposal ............................................................................................................................. 71
Form-2 ............................................................................................................................................... 75
Particulars of the Applicant .............................................................................................................. 75
Form-3 ............................................................................................................................................... 78
Statement of Legal Capacity ............................................................................................................. 78
Form-4 ............................................................................................................................................... 79
POWER OF ATTORNEY ...................................................................................................................... 79
Form-5 ............................................................................................................................................... 81

3
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Summary of Financial Performance .................................................................................................. 81


Form-6 ............................................................................................................................................... 83
Particulars of Key Personnel ............................................................................................................. 83
Form-7 ............................................................................................................................................... 84
Proposed Methodology & Work Plan ............................................................................................... 84
Form-8 ............................................................................................................................................... 85
Abstract of Eligible Assignments of the Applicant# ........................................................................... 85
Form-9 ............................................................................................................................................... 86
RELEVANT SERVICES CARRIED OUT BY THE FIRMWHICH ILLUSTRATES THEIR BEST QUALIFICATIONS
DURING LAST 7 YEARS....................................................................................................................... 86
Form-10............................................................................................................................................. 87
Eligible Assignments of Key Personnel ............................................................................................. 87
Form-11............................................................................................................................................. 88
Curriculum Vitae (CV) of Key Personnel ............................................................................................. 88

4
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

DISCLAIMER

The information contained in this Expression of Interest document (“EOI”) or


subsequently provided to Applicants, whether verbally or in documentary or any other
form by or on behalf of the PMRDA or any of its employees or advisers, is provided to
Applicants on the terms and conditions set out in this EOI and such other terms and
conditions subject to which such information is provided.

This EOI is not an agreement and is neither an offer nor invitation by the PMRDA to the
prospective Applicants or any other person. The purpose of this EOI is to provide
interested parties with information that may be useful to them in the formulation of
their Proposals pursuant to this EOI. This EOI includes statements, which reflect various
assumptions and assessments arrived at by the PMRDA in relation to the Consultancy.
Such assumptions, assessments and statements do not purport to contain all the
information that each Applicant may require. This EOI may not be appropriate for all
persons, and it is not possible for the PMRDA, its employees or advisers to consider the
objectives, technical expertise and particular needs of each party who reads or uses this
EOI. The assumptions, assessments, statements and information contained in this EOI,
may not be complete, accurate, adequate or correct. Each Applicant 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 EOI and obtain independent advice from appropriate
sources.

Information provided in this EOI to the Applicants 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 PMRDA accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on the law expressed herein.

The PMRDA, its employees and advisers make no representation or warranty and shall
have no liability to any person including any Applicant 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 EOI or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the EOI and any assessment,
assumption, statement or information contained therein or deemed to form part of this
EOI or arising in any way in this Selection Process.

The PMRDA also accepts no liability of any nature whether resulting from negligence or
otherwise however caused arising from reliance of any Applicant upon the statements
contained in this EOI.

5
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

The PMRDA 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 EOI.

The issue of this EOI does not imply that the PMRDA is bound to select an Applicant or
to appoint the Selected Applicant, as the case may be, for the Consultancy and the
PMRDA reserves the right to reject all or any of the Proposals without assigning any
reasons whatsoever.

The Applicant 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 PMRDA or any other costs incurred in connection with or
relating to its Proposal. All such costs and expenses will remain with the Applicant and
the PMRDA shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Applicant in preparation or submission of the
Proposal, regardless of the conduct or outcome of the Selection Process.

6
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

2.. Notice for Inviting Expression of Interest (EOI) from Professional


Consultant for Various categories in PMRDA

E-TENDER NOTICE
PUNE METROPOLITAN REGION DEVELOPMENT AUTHORITY
ENGINEERING DIVISION
PCNDTA, New administrative Building “A” Wing 3rd Floor, Near
Akurdi Railway Station, Akurdi Pune-411044.

E - Tender Notice No. 7 for F.Y. 2018-19


Expression of Interest (EOI)

“EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR


EMPANELMENT IN VARIOUS CATEGORIES”

Sr.
Description Details
No.
“EXPRESSION OF INTEREST (EOI) FROM
PROFESSIONAL CONSULTANTS FOR
1. Name of Work
EMPANELMENT IN VARIOUS CATEGORIES”

2. Tender Notice No E-tender notice No. - 7 for 2018-19


Pre bid meeting date and 23/05/2018 at PMRDA Office Akurdi Pune at
3. venue 11.30 Hrs.
Submission On : 16/05/2018 at 10.00Hrs to 12/06/2018 upto
14.00 hrs.
3. Date, Time and Place of
13/06/2018 if possible at 15.00 hrs at PMRDA
Opening :
Office Akurdi Pune
Presentation on work plan 14/06/2018 at PMRDA Office Akurdi Pune at
4. and site appreciation 11.30 Hrs.

INR.5,900 /- through online e-payment getaway


5. Cost of EOI Document
(Non Refundable)

Earnest Money Deposit INR 1,00,000/- through 0nline e-Payment gateway


6. (EMD) or in the form of FDR for each category consultancy

7
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Tender document are available for download on the website


http://mahatenders.gov.in from 16/05/2018 at 10.00 Hrs.

Tenders shall pay cost of blank tender form, Earnest money deposit and service charges
through e-payment gateway available on the website. Earnest money deposit shall also
be accepted in the form of FDR. If bidder proposes to submit the Bid Security Deposit
through FDR then FDR shall be issued by one of the Nationalized Banks or schedule
Bank in India from bidder authorized own account in the name of the bidder in favor of
the "Metropolitan Commissioner & Chief Executive Officer PMRDA “payable at Pune
valid for a minimum period of 165 days (i.e.45 days beyond the validity of the bid) from
the last date of submission of proposals. Scan copy of FDR shall be submitted before the
submission date provided at e-tender portal and Original shall be submitted to PMRDA
before opening of Envelop no.1 Technical Bid. Information of E-Payment Gateway is
available on E Tendering Website. The bidder shall have to furnish an undertaking in
this regard on his letter head.

Bid proposal must be valid for 120 days from the date of opening of financial bid.

Authority reserve the right to accept or reject tender without assigning any reason
thereof.

Metropolitan Commissioner & Chief Executive Officer

Pune Metropolitan Region Development Authority (PMRDA)

8
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

PUNE METROPOLITAN REGION DEVELOPMENT AUTHORITY (PMRDA)

ENGINEERING DIVISION

PCNDTA, New administrative Building “A” Wing 3rd Floor, Near Akurdi
Railway Station, Akurdi Pune-411044.

E -Tender Notice No.7 for F.Y. 2018-19

Pune Metropolitan Region Development Authority (PMRDA) is planning, development,


coordinating and implementing authority to ensure balanced development with
sustainable growth of Pune Metropolitan Region (PMR).The PMRDA has been decided
to “EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR
EMPANELMENT IN VARIOUS CATEGORIES”

Sr. Name of Work Document Cost Earnest Time


No money Limit in
Deposit INR Months

1 “EXPRESSION OF INTEREST (EOI) INR 5,900/- 1,00,000/- 36


FROM PROFESSIONAL INR Five INR One
CONSULTANTS FOR thousand nine Lakh only
EMPANELMENT IN VARIOUS hundred only. for each
CATEGORIES” (Non- category of
Refundable) consultancy

1 Download Period Dt.16/05/2018 at 10.00Hrs. To 12/06/2018 up to


of online Tender 14.00Hrs.
2 Online Bid Dt. 16/05/2018 at 10.00Hrs. To 12/06/2018
Preparation Period upto14.00Hrs.
3 Technical Bid Dt.12/06/2018 at 14.00 Hrs.
closing period
4 Bid Submission Dt.16/05/2018 at 10.00Hrs. To 12/06/2018 upto
Period 14.00Hrs.
5 Date, Timing & Dt. 13/06/2018 at 15.00Hrs. at PMRDA Akurdi Pune-
Place of opening 411044
Technical-bid

9
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

6 Earnest Money Cost of Blank EOI Document of INR 5,900/- (non-


Deposit & Tender refundable) & Earnest Money Deposit of INR 1,
form fee Envelope. 00,000/- for each category of consultancy shall be paid
on line through E-Payment Gateway for each category.
Shall be paid via online Payment Gateway mode.
Earnest money deposit shall also be accepted in the
form of FDR. If bidder proposes to submit the Bid
Security Deposit through FDR then FDR shall be issued
by one of the Nationalized Banks or schedule Bank in
India from bidder authorized own account in the name
of the bidder in favor of the "Metropolitan
Commissioner & Chief Executive Officer PMRDA
“payable at Pune valid for a minimum period of165
days (i.e.45 days beyond the validity of the bid) from
the last date of submission of proposals. Scan copy of
FDR shall be submitted before the submission date
provided at e-tender portal and Original shall be
submitted to PMRDA before opening of Envelop no.1
Technical Bid. Information of E-Payment Gateway is
available on E Tendering Website. The bidder shall
have to furnish an undertaking in this regard on his
letter head. The information of E-Payment Gateway is
available on E-Tendering Website. For any details
regarding e-Tendering system in PMRDA, please
contact service provider IT desk at 180030702232/
7878007972/ 7878007973 or Mr. S.B. Devadhe
Executive Engineer in PMRDA office’ Email-
ee@pmrda.gov.in, Mobile No. +91 9011085460
7 Pre Bid meeting Date: 23/05/2018 at 11.30 Hrs. in the office of the
Metropolitan Commissioner & CEO, P.M.R.D.A.,
PCNDTA, New administrative Building “A” Wing
3rd Floor, Near Akurdi Railway Station, Akurdi
Pune-411044.

Presentation on 14/06/2018 at PMRDA Office Akurdi Pune at 11.30


8. work plan and site Hrs.
appreciation
Please note that the Authority reserves the right to accept or reject all or any of the BIDs
without assigning any reason whatsoever.

Note:-

The bids shall be accepted through e-tendering process only. The EOI Document can be
downloaded from http://mahatenders.gov.in. The bidder can purchase the tender

10
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

document on-line as per the key dates by making online e-payment.

Tender fee of INR.5, 900/- (INR Five thousand nine hundredonly) towards the cost of
Tender Document and the e-Tendering processing fees (as applicable) shall be paid
online. Earnest Money Deposit of INR 1, 00,000/-(INR One Lakh only) for each category
of consultancy shall be paid online through E-Payment Gateway for each category.
Earnest money deposit shall also be accepted in the form of FDR. If bidder proposes to
submit the Bid Security Deposit through FDR, the FDR shall be issued by one of the
Nationalized Banks or schedule Bank in India from bidder authorized own account in
the name of the bidder in favor of the "Metropolitan Commissioner & Chief Executive
Officer PMRDA “payable at Pune valid for a minimum period of 165 days (i.e.45 days
beyond the validity of the bid) from the last date of submission of proposals. Scan copy
of FDR shall be submitted before the submission date provided at e-tender portal and
Original shall be submitted to PMRDA before opening of Envelop no.1 Technical Bid.
Information of E-Payment Gateway is available on E Tendering Website. The bidder
shall have to furnish an undertaking in this regard on his letter head.
Financial bid shall be STRICTLY submitted online.
Note: Bidder shall upload envelope of Technical Proposal online.

• The scope of services is provided in the Terms of Reference (TOR). All


information contained in this proposal should be treated as commercially
confidential and bidders are required to limit dissemination on a need-to-know
basis.

• It is to be noted by all the bidders that while all the information and data
regarding this EOI is, to the best of the Client’s knowledge, accurate within the
considerations of scoping the proposed contract, the Client holds no responsibility
for the accuracy of this information and it is the responsibility of the bidder to
check the validity of data included in this document.

•The PMRDA reserves all rights to accept or reject any Proposal, and to annul the
bidding process and reject all proposals at any time prior to signing the Contract
agreement by both the parties i.e. the PMRDA and selected Bidder, without
incurring any liability to the PMRDA.

• The Bid shall be rejected in case the Bidder has submitted the conditional bid
and/or the specifications of the terms to be supplied are not compliant with EOI.

Notes:-

1. All eligible/interested Consultants who intend to participate in tendering process


shall compulsorily get enrolled on e-tendering portal or further need to empanel
online on sub portal in the appropriate category applicable to them, at the time of
bidding.

2. Consultants shall contact for details or any difficulties in submission of online


tenders if any to Help desk, on Phone Number: 0120- 4200462, 4001002,
180030702232, 917878007972, 917878007973, and 918826246593. OR Email
11
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

ID: support.eproc@gov.in, or cppp.support@nic.in

3. It is compulsory to submit Earnest Money Deposit through e-payment gateway or


in the form of FDR.If bidder proposes to submit the Bid Security Deposit through
FDR then FDR shall be issued by one of the Nationalized Banks or schedule Bank
in India from bidder authorized own account in the name of the bidder in favor of
the "Metropolitan Commissioner & Chief Executive Officer PMRDA “payable at
Pune valid for a minimum period of 165 days (i.e.45 days beyond the validity of
the bid) from the last date of submission of proposals. Scan copy of FDR shall be
submitted before the submission date provided at e-tender portal and Original
shall be submitted to PMRDA before opening of Envelop no.1 Technical Bid.
Information of E-Payment Gateway is available on E Tendering Website. The
bidder shall have to furnish an undertaking in this regard on his letter head.
Detailed terms and conditions are displayed on the portal.
4. Right to reject any or all online bids of work without assigning any reasons thereof
are reserved with the PMRDA.

5. Above Tender Notice is displayed on http://mahatenders.gov.in

6. Joint Venture not allowed.

7. The Bidder should also produce original documents for verification if called for.
Failure to attach necessary documents with application shall render Bidder not
eligible for qualification of EOI without any intimation.

8. In case of damaged documents / non open able documents of already uploaded


documents are not opened after opening of on line bid then the hard copies of that
documents shall be accepted subjected to such documents are possessed by the
bidder before the date of uploading the bid proposal documents.

9. The PMRDA reserves right to reject any or all bids without assigning any reason
and the same shall be at the entire discretion of the PMRDA. PMRDA’s decision in
this respect shall be final and binding.

10. Conditional EOI document shall be summarily rejected.

11. EOI purchase fee shall be paid via online e-payment Gateway mode only. The
information of E-Payment Gateway is available on E-Tendering Website
http://mahatenders.gov.in

12. Cost of Blank EOI Document of INR 5,900/- (non-refundable) shall be paid via
online e-Payment Gateway mode only. The information of E-Payment Gateway is
available on E-Tendering Website. For any details regarding e-Tendering system
in the PMRDA, please contact service provider IT desk at on Phone Number: OR
Email ID: 0120-4200462, 4001002, 180030702232,

917878007972, 917878007973, 918826246593. OR Email ID:


support.eproc@gov.in, or cppp.support@nic.in or Mr.S.B.Devadhe Executive
12
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Engineer in the PMRDA office’ Email-ee@pmrda.gov.in, Mobile No. +91


9011085460.

13. Earnest Money Deposit of INR 1, 00,000/-(INR One lakh only) for each category of
consultancy as stated above through online E-payment Gateway for each category.
Earnest money deposit shall also be accepted in the form of FDRIf bidder proposes
to submit the Bid Security Deposit through FDR then FDR shall be issued by one of
the Nationalized Banks or schedule Bank in India from bidder authorized own
account in the name of the bidder in favor of the "Metropolitan Commissioner &
Chief Executive Officer PMRDA “payable at Pune valid for a minimum period of
165 days (i.e.45 days beyond the validity of the bid) from the last date of
submission of proposals. Scan copy of FDR shall be submitted before the
submission date provided at e-tender portal and Original shall be submitted to
PMRDA before opening of Envelop no.1 Technical Bid. Information of E-Payment
Gateway is available on E Tendering Website. The bidder shall have to furnish an
undertaking in this regard on his letter head.and receipt of the same shall be
submitted with Technical bid proposal document, failing which the bids shall not
be opened.

14. The selected empanelled consultant is valid for the period of 3 years only

15. Discharge of Earnest Money Deposit: On receipt of the performance security the
PMRDA shall prepare the contract agreement and discharge the Earnest Money
Deposit to unsuccessful bidders.

16. The Contract Agreement is to be executed on appropriate franking of stamp duty


as per providing rules. The cost of franking shall be borne by the bidder.

Date:16/05/2018

Place: Pune

No.: NIT/7 FOR 2018-2019

(Metropolitan Commissioner & CEO)


PMRDA, Pune.

13
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Guidelines to Vendors on the operations of Electronic Tender Management


System of Government of Maharashtra on http://mahatenders.gov.in

1. These conditions will overrule the conditions stated in the Bidding Documents,
wherever relevant and applicable.

2. Registration of Vendors:

The Vendors interested in doing business with any Department / Agency of


Government of Maharashtra that have migrated their process onto the Electronic
Tender Management System platform shall be required to enroll on the System. In
order to participate in the Open Tenders processed using the System by any
Department / Agency, the Vendors are required have a valid enrolment on the
System. In order to participate in the Limited Tenders processed using the System
by any Department / Agency, the Vendors are required have a valid enrolment on
the System. In order to participate in the Restricted Tenders processed using the
System by any Department / Agency, in addition to having a valid enrolment on
the System, the Vendors are also required have a valid empanelment in
appropriate category on the Sub – Portal assigned to the Department / Agency.
The Bidder may obtain the necessary information on the process of enrolment and
empanelment either from Helpdesk Support Team or may visit the information
published under the link ‘How to enrol?’ on the Home Page of the System. After
submission of application for enrolment on the System, the application
information shall be verified by the Authorized Representative of the Service
Provider. If the information is found to be complete, the enrolment submitted by
the Vendor shall be approved. After the approval of enrolment, the Vendor shall
have to apply for empanelment on the respective Department / Agency Sub –
Portal (if the process of empanelment is followed in a particular Department /
Agency). The application for empanelment shall be approved by the Competent
Authority of the respective Department / Agency.

After the application for enrolment of the Vendor is approved, the Vendor shall be
able to participate in Open and after the application for empanelment of the
Vendor is approved, the Vendor shall be able to participate in restricted Tenders.

3. Obtaining a Digital Certificate:

The Bid Data that is prepared online is required to be encrypted and the hash of
the Bid Data is required to be signed electronically using a Digital Certificate (Class
– II or Class – III) to maintain the security of the Bid Data and also to establish the
identity of the Vendor transacting on the System.

The Digital Certificates are issued by an approved Certifying Authority authorized


by the Controller of Certifying Authorities of Government of India through their
14
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Authorized

Representatives upon receipt of documents required to obtain a Digital Certificate.


Bid data / information for a particular Tender may be submitted only using the
Digital Certificate which is used to encrypt the data / information and sign the
hash during the Bid Preparation and Hash Submission stage. In case, during the
process of preparing and submitting a Bid for a particular Tender, the Vendor User
loses his / her Digital Signature Certificate (i.e. due to virus attack, hardware
problem, operating system problem); he / she may not be able to submit the Bid
online. Hence, the Users are advised to store his / her Digital Certificate securely
and if possible, keep a backup at safe place under adequate security to be used in
case of need.

In case of online tendering, if the Digital Certificate issued to an Authorized User of


a Firm is used for signing and submitting a Bid, it will be considered equivalent to
a no objection certificate / power of attorney to that User to submit the Bid on
behalf of the form. The firm has to authorize a specific individual via an
authorization certificate signed by a partner of the firm (and in case the applicant
is a partner, another partner in the same form is required to authorize) to use the
digital certificate as per Indian Information Technology Act, 2000.

Unless the Digital Certificate is revoked, it will be assumed to represent adequate


authority of the Authority User to bid on behalf of the Firm for the Tenders
processed on the Electronic

Tender Management System of Government of Maharashtra as per Indian


Information Technology Act, 2000. The Digital Signature of this Authorized User
will be binding on the Firm. It shall be the responsibility of Partners of the Firm to
inform the Certifying Authority or Sub Certifying Authority, if the Authorized User
changes, and apply for a fresh Digital Signature Certificate. The procedure for
application of a Digital Signature Certificate will remain the same for the new
Authorised User.

The same procedure holds true for the Authorized Users in a Private / Public
Limited Company.

In this case, the Authorization Certificate will have to be signed by the Director of
the Company.

4. Set up of Computer System for executing the operations on the Electronic


Tender Management System:

To operate on the Electronic Tender Management System of Government of


Maharashtra, the Computer System of the User is required be set up. The Users are
required to install Utilities available on the Home Page of the System. The Utilities
are available for download freely on the Home Page.

15
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

The Vendors requested to refer to the e-Tendering Toolkit for Bidders available
online on the page http://maharashtra.etenders.in/mah/index.asp to understand
the process of setting up the System or alternatively, contact the Helpdesk Support
Team on information / guidance on the process of setting up the System.

5. Online viewing of Detailed Notice Inviting Tenders:

The Vendors can view the detailed Tender Notice along with the Time Schedule
(Key Dates) for all the Tenders processed by the Departments / Agencies of
Government of Maharashtra on their respective Sub – Portals on the System.

6. Online Download of Tender Documents:

The Tender Documents can be downloaded by the Vendors having valid


enrolment on the System (and valid empanelment in case of Restricted Tenders)
from the respective Sub – Portal of the Department / Agency on the System.

7. Submission of Bid Hash (Seal) of online Bids:

Submission of Bids will be preceded by submission of the digitally signed Bid


Hashes (Seals) as stated in the Tender Time Schedule (Key Dates) published in the
Notice Inviting Tender. The Hashes are the thumbprint of electronic data and are
based on one – way algorithm. The Hashes establish the unique identity of Bid
Data. The Hashes are digitally signed.

8. Generation of Super Hash:

After the expiry of the cut – off time of submission of digitally signed Bid Hashes
(Seals) by the Bidder has lapsed, the stage is automatically locked and digitally
signed Super Hashes (Seal) will be generated by the Competent Authority of the
respective Department / Agency will generate a Super Hash.

9. Decryption and re-encryption of online Bids (submitting the Bids online):

After the generation of Super Hash, the Vendors have to decrypt their Bids using
their Digital Certificate and immediately re-encrypt their Bids using the Public Key
of the Competent Authority of the Department / Agency. At this time, the Vendors
are also required to upload the files for which they generated the Hash values
during the Bid Preparation and Hash Submission stage.

The Bid data / information of only those Vendors who have submitted their Bid
Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will
be available for decryption and re-encryption and to upload the relevant files. A
Vendor who has not submitted his Bid Hashes (Seals) within the stipulated time
will not be allowed to decrypt / re-encrypt the Bid data / information.

For submitting the Bids online, the Vendors are required to make a payment using
the Electronic Payments Gateway Service towards the fees of the Service Provider.
16
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

The various options of making online payments are available on the Home Page of
the System.

10. Submission of Earnest Money Deposit:

The Vendors are required to submit the Earnest Money Deposit and cost of Tender
Documents online. Earnest money deposit shall also be accepted in the form of
FDR. . If bidder proposes to submit the Bid Security Deposit through FDR then
FDR shall be issued by one of the Nationalized Banks or schedule Bank in India
from bidder authorized own account in the name of the bidder in favor of the
"Metropolitan Commissioner & Chief Executive Officer PMRDA “payable at Pune
valid for a minimum period of 165 days (i.e.45 days beyond the validity of the bid)
from the last date of submission of proposals. Scan copy of FDR shall be submitted
before the submission date provided at e-tender portal and Original shall be
submitted to PMRDA before opening of Envelop no.1 Technical Bid. Information of
E-Payment Gateway is available on E Tendering Website. The bidder shall have to
furnish an undertaking in this regard on his letter head.
E-payment guarantee Vendors are required to keep the instruments for
submission of Earnest Money Deposit and the cost of Tender Documents ready as
the details of these instruments are required to be entered in the System during
the Bid Preparation and Hash Submission stage. The details of the Earnest Money
Deposit and cost of Tender Documents instruments shall be verified and matched
during the Tender Opening event.

11. Opening of Electronic Bids:

The Competent Authority receiving the Bids shall first open Earnest Money
Deposit and cost of Tender Documents to verify the details submitted online.

The Competent Authority shall then open the online envelope(s) (decrypt the Bid
Data) through the System. The Authority shall generate the Hash value of each
envelope of each Vendor and match it with the original Hash value of the envelope
generated and submitted by the Bidder during the Bid Preparation and Hash
Submission stage.

12. Tender Schedule (Key Dates):

The Vendors are strictly advised to follow the Dates and Times allocated to each
stage as indicated in the Time Schedule in the Notice Inviting Tender for each
Tender. All the online activities are time tracked and the Electronic Tender
Management System enforces time-locks that ensure that no activity or
transaction can take place outside the Start and End Dates and Time of the stage as
defined in the Tender Schedule.

17
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

i. Tender Issuing Authority

This tender is issued by Metropolitan Commissioner & Chief Executive Officer,


intended to award the consultancy work to most preferred bidder. The PMRDA
decision with regard to the shortlisting of bidders and award of work to most
preferred bidders shall be final and the PMRDA reserves the right to reject any
representation in this regard without assigning any reason.

No. Item Description


“EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL
1 Project Title CONSULTANTS FOR EMPANELMENT IN VARIOUS CATEGORIES”

Project

Organization PUNE METROPOLITAN REGION DEVELOPMENT AUTHORITY


(PMRDA)
Shri. S.B.Devadhe Executive Engineer
2
Mobile No. 9011085460
Contact Person PCNDTA, New administrative Building “A” Wing 3rd Floor, Near
Akurdi Railway Station, Akurdi Pune-411044.

Email ee@pmrda.gov.in
Telephone No. 020-25933334 & 020-25933333

ii. Tentative Calendar of Events

The following table enlists important milestones and timelines for completion of
bidding activities:

Download Period of Dt.16/05/2018 at 10.00Hrs. To12/06/2018 upto


1
online Tender 14.00Hrs.
Online Bid Preparation Dt. 16/05/2018 at 10.00Hrs. To 12/06/2018
2
Period upto14.00Hrs.
Technical Bid closing Dt.12/06/2018 at 14.00 Hrs.
3
period
Dt.16/05/2018 at 10.00Hrs. To 12/06/2018 upto
4 Bid Submission Period
14.00Hrs.
Date & time & Place of Dt. 13/06/2018 at 15.00Hrs. at PMRDA Akurdi
5
opening Technical-bid Pune-411044
6 Earnest Money Deposit Cost of Blank EOI Document of INR 5,900/- (non-
& Tender form fee refundable) & Earnest Money Deposit of INR
Envelope. 1,00,000/- for each category of consultancy shall
be paid on line through E-Payment Gateway
separately for each category. Shall be paid via
18
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

online Payment Gateway mode. Earnest money


deposit shall also be accepted in the form of FDR. If
bidder proposes to submit the Bid Security Deposit
through FDR then FDR shall be issued by one of the
Nationalized Banks or schedule Bank in India from
bidder authorized own account in the name of the
bidder in favor of the "Metropolitan Commissioner
& Chief Executive Officer PMRDA “payable at Pune
valid for a minimum period of 165 days (i.e.45
days beyond the validity of the bid) from the last
date of submission of proposals. Scan copy of FDR
shall be submitted before the submission date
provided at e-tender portal and Original shall be
submitted to PMRDA before opening of Envelop
no.1 Technical Bid. Information of E-Payment
Gateway is available on E Tendering Website. The
bidder shall have to furnish an undertaking in this
regard on his letter head. The information of E-
Payment Gateway is available on E-Tendering
Website. For any details regarding e-Tendering
system in PMRDA, please contact service provider
IT desk at 180030702232/ 7878007972/
7878007973 or Mr. S.B. Devadhe Executive
Engineer in PMRDA office’ Email-ee@pmrda.gov.in,
Mobile No. +91 9011085460
7 Pre Bid meeting date, Date:23/05/2018 at 11.30 Hrs. in the office of the
time and venue Metropolitan Commissioner & CEO, P.M.R.D.A.,
PCNDTA, New administrative Building “A” Wing
3rd Floor, Near Akurdi Railway Station, Akurdi
Pune-411044.
Presentation on work
14/06/2018 at PMRDA Office Akurdi Pune
8. plan and site
411044 at 11.30 Hrs.
appreciation

iii. Availability of the Tender Documents

Tender can be downloaded from the http://mahatenders.gov.ingiven under


Section (I). The bidders are expected to examine all instructions, forms, terms,
project requirements and other details in the tender documents. Failure to furnish
complete information as mentioned in the tender documents or submission of a
proposal not substantially responsive to the tender documents will be at the
bidder's risk and may result in rejection of the tender.

iv. Tender Fees


19
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

The proposals also should accompany with Earnest money (EMD) of INR 1,
00,000/- (Rupees One Lakh Only) separately for each category which is to be
deposited online by RTGS / NEFT/ CREDIT CARDS or in the form of FDR has to be
submitted along with the Tender. If bidder proposes to submit the Bid Security
Deposit through FDR then FDR shall be issued by one of the Nationalized Banks or
schedule Bank in India from bidder authorized own account in the name of the
bidder in favor of the "Metropolitan Commissioner & Chief Executive Officer
PMRDA “payable at Pune valid for a minimum period of 165 days (i.e.45 days
beyond the validity of the bid) from the last date of submission of proposals. Scan
copy of FDR shall be submitted before the submission date provided at e-tender
portal and Original shall be submitted to PMRDA before opening of Envelop no.1
Technical Bid. Information of E-Payment Gateway is available on E Tendering
Website. The bidder shall have to furnish an undertaking in this regard on his
letter head.
Bids received without or with inadequate Earnest Money (EMD) shall be rejected.

(a)EMD of the financially Lowest, 2nd Lowest and 3rd Lowest bidders will be retained
and released only after issuance of LOA to successful bidder. Under any
circumstances, the PMRDA will not be liable to pay any interest on the EMD.

(b)Forfeiture of EMD: EMD of a bidder will be forfeited, if the bidder withdraws or


amends its tender or derogates from the tender in any respect within the period
of validity/extended validity (if any) of its tender or provides falsified or forged
information in any of its submissions. Further, if the successful bidder fails to
furnish the required performance security within the specified period, its EMD
will be forfeited

v. Venue & Deadline for Submission of proposals

Proposals, in its complete form in all respects as specified in the Tender, must be
submitted online on the e-tender portal http://mahatenders.gov.inas specified
above.

ThePMRDA may, in exceptional circumstances and at its discretion, extend the


deadline for submission of the tender by issuing an addendum to be made
available on http://mahatenders.gov.in in which case all rights and obligations
of the PMRDA and the bidders previously subject to the original deadline will
thereafter be subject to the deadline as extended.

20
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

3. INTRODUCTION

3.1 THE PROJECT IN BRIEF


Pune Metropolitan Region Development authority (PMRDA) is a planning,
development, coordinating and implementing agency established to insure the
balanced development combined with sustainable growth of the Pune Metropolitan
Region (PMR). PMRDA's focus has been to make the PMR a primary destination of
economic activities by promoting infrastructure development and improve the
quality of life. In this context, PMRDA has been instrumental in providing various
infrastructure facilities in the region.

The PMRDA interest is to take Engineering projects for which the appointment of
technical skilled DPR/PMC consultant or any other type of technical consultant
teams for the assistance in preparation of detailed project report (DPR) and Project
Management Consultancy (PMC) or related engineering services. In order to above
the appointment of the consultant through e-tender process is to be proposed to
have selected empanelled list of reputed experienced consultant finalized shall
valid for next 3 years. The consultancy services can be financially entrusted to any
of the selected panels based on the short term tender notice based on financial
offers. The categories consultant empanelment is proposed through this EOI.

3.2 Scope of work


Detailed description of the objectives and scope of services, relating to this
Consultancy are specified in this EOI. In case an applicant firm possesses the
requisite experience and capabilities required for undertaking the assignment, it
may participate in the empanelment process. However, the consultant may seek
assistance and engage sub-consultants for specialized services like 3D
representation, walkthrough etc.

Applicants are advised that the empanelment of consultant shall be on the basis of
an evaluation by the Client through the Empanelment process specified in this EOI
document. Applicants shall be deemed to have understood and agreed that no
explanation or justification for any aspect of the Empanelment process will be
given and that the Client’s decisions are without any right of appeal whatsoever

The Applicant shall submit its proposals in the form (prescribed as Appendix to this
document) and manner specified in this Section of this EOI document.

3.3 Eligibility criteria


To be eligible for evaluation of its Proposal, the Applicant shall fulfil the following
minimum eligibility criteria:

21
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

(a) The Applicant shall be a proprietorship firm or partnership firm or private


company, registered/incorporated under applicable Laws of India.

(b) The Applicant must have valid certificate of incorporation

(c) The Applicant must have valid PAN and Service Tax & GST registration number

(d) The applicant or any member thereof should not have been blacklisted/
debarred/termination of contract except for reasons of convenience of client by any
Government / Government Board / Corporation / Company/ Statutory Body / PSU
company/ Non-Government/ Government of any sovereign countries /Private
Agencies and Funding Agencies in the last 10 years.

(e) Applicant should not have been barred by the Central Government, any State
Government, a statutory Client or a public sector undertaking, as the case may be,
from participating in any project, and the bar subsists as on the date of the Proposal
Due Date, would not be eligible to submit a Proposal either by itself
An Applicant or should have, during the last five years, neither failed to perform
on any agreement, as evidenced by imposition of a penalty by an arbitral or
judicial Client or a judicial pronouncement or arbitration award against the
Applicant or its Associate, nor been expelled from any project or agreement nor
have had any agreement terminated for breach by such Applicant or its
Associate.

3.3.1 Requests for Proposal (Bid)


The PMRDA invites Proposals (the “Proposals”) through Open Bidding on Quality
Based Selection for Appointment of ConsultancyFirm consultant for Expression
of Interest (EOI) from professional consultants for empanelment in various
categories

3.3.2 Due diligence by Applicants


Applicants are encouraged to inform themselves fully about the assignment and
the local conditions before submitting the Proposal by paying a visit to the
PMRDA and the Project site, sending written queries to the PMRDA, and
attending a Pre-Proposal Conference on the date and time specified in Clause
1.10.
3.3.3 Sale of EOI Document

Document can be also downloaded from official Website of the Authority


e-tendering portalwww.mahatenders.gov.in. Cost of Blank EOI Document of INR
5,900/- (non-refundable) shall be paid via online Payment Gateway mode only.
The information of E-Payment Gateway is available on E-Tendering Website. For

22
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

any details regarding e-Tendering system in the PMRDA, please contact service
provider IT desk on Phone 0120 4200462, 4001002, 180030702232,
917878007972, 917878007973, 918826246593 OR Email ID:
support.eproc@gov.in, or cppp.support@nic.in or www.mahatenders.gov.in or
Mr. S.B. Devadhe Executive Engineer in the PMRDA office’ Email-
ee@pmrda.gov.in, Mobile No. +91 9011085460.

3.3.4 Validity of the Proposal

The Proposal shall be valid for a period of not less than 120 days from the
Proposal Due Date (the “PDD”).

3.3.5 Brief description of the Selection Process

The Authority has adopted a single stage selection process (collectively the
“Selection Process”) in evaluating the Proposals comprising technical bids to be
submitted through E – Tender Process. In the first stage, a technical evaluation
will be carried out as specified in this EOI. Based on this technical evaluation, a
list of short-listed applicants shall be prepared as specified in this EOI in
appropriate class of consultancy, which is valid for next 3 years.

3.4 Currency conversion rate and payment

1) For the purposes of technical evaluation of Applicants, Rs.66/- per US$ shall be
considered as the applicable currency conversion rate. In case of any other
currency, the same shall first be converted to US$ as on the date 60 (sixty) days
prior to the Proposal Due Date, and the amount so derived in US$ shall be
converted into INR at the aforesaid rate. The conversion rate of such currencies
shall be the daily representative exchange rates published by the International
Monetary Fund/ Oanda for the relevant date.
2) All payments to the Consultants shall be made in INR in accordance with the
provisions of this EOI. The Consultants may convert INR into any foreign
currency as per Applicable Laws and the exchange risk, if any, shall be borne by
the Consultant.

3.5 Schedule of Selection Process

The Authority would endeavour to adhere to the following schedule:

Event Description Estimated Date

23
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

1. Last date for receiving [7days prior to Proposal Due Date


queries/clarifications (PDD)]

2. Pre-Proposal Conference As specified in NIT

3. Authority response to queries [7days prior to PDD]

4. Proposal Due Date On line As specified in NIT


submission

5. Hard copy of Technical submission Before opening of Technical &Financial

6. Opening of Proposals As specified in NIT

7. Letter of Award (LOA) After necessary approvals.

8. Finalisation of selected Within 7 days of LOA


empanelment list

9. Validity of Applications 120 days of Proposal Due Date

3.6 Pre-Proposal visit to the Site and inspection of data

Prospective applicants may visit the Site and review the available data at any
time prior to PDD. For this purpose review data, they will provide at least two
days’ notice to the specified below:

Executive Engineer,

P.M.R.D.A.,
PCNDTA, New administrative Building “A” Wing 3rd Floor, Near Akurdi
Railway Station, Akurdi Pune-411044.

a) Pre-Proposal Conference

Date & time: 23/05/2018 at 11:30 hrs (IST)

Venue:
Metropolitan Commissioner &Chief Executive Officer,

P.M.R.D.A., PCNDTA, New administrative Building “A” Wing 3rd Floor, Near
Akurdi Railway Station, Akurdi Pune-411044.
Maharashtra, India

b) Presentation on work Plan, team composition and site appreciation

Date & time: 14 /06/2018 at 11:30 hrs (IST)

Venue:
24
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Metropolitan Commissioner & Chief Executive Officer,

P.M.R.D.A., PCNDTA, New administrative Building “A” Wing 3rd Floor, Near
Akurdi Railway Station, Akurdi Pune-411044.
Maharashtra, India
Email- ee@pmrda.gov.in

c) Communications

1.11.1 All communications including the submission of Proposal should be


addressed to: Metropolitan Commissioner & CEO, P.M.R.D.A., PCNDTA, New
administrative Building “A” Wing 3rd Floor, Near Akurdi Railway Station,
Akurdi Pune-411044., Maharashtra, India
Email- ee@pmrda.gov.in

d) Allcommunications, including the envelopes, should contain the following


information, to be marked at the top in bold letters:
EOI Notice:-NIT No. 7 for 2018-2019.

“EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR


EMPANELMENT IN VARIOUS CATEGORIES”

25
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

4. EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL


CONSULTANTS FOR EMPANELMENT IN VARIOUS CATEGORIES

Pune Metropolitan Region Development Authority (PMRDA) is in the process of


Empanelment of Professional Consultants for various categories functioning in
different disciplines as detailed below for its projects in PMRDA Jurisdiction.

“Expression of Interest(EOI)”is the before invited from qualified, experienced and


practicing Professional Consultants scoring minimum qualifying marks of 70
in the evaluation comprising of Total 100marks as mentioned in the tender
document in the following categories such as:

Consultancy Services for various categories functioning in PMRDA as under

1. Category 1:- Preparation of detailed project report for Geo-technical


investigation for highway and bridge projects, high embankments.
Consultancy services for Geotechnical Survey, Soil investigation, analysis
soil
Investigationreportsandrecommendationsf o rsoilimprovementmethodol
ogies, type of foundations, founding level etc.
2. Category 2:- Preparation of detailed project report for Traffic &
Transportation Studies.
Consultancy services for traffic survey, study of comprehensive
transportation System for Urban & Rural planning,
recommendations&solutions for all traffic issue, junction improvement etc.
3. Category 3:-Preparation of detailed project report for all types of
highway projects culverts, grade separator, underpass/VUP/VOP etc.
Consultancy services for Preparation of pre-Feasibility report /feasibility
report/Detailed Project report preparation for all types of highway
projects.
4. Category 4:- Preparation of detailed project report for all types of
bridges/flyovers/ROB/RUB etc. Including approaches.
Consultancy services for Preparation of pre-Feasibility report /feasibility
report/Detailed Project report preparation for all types of bridges, flyover,
urban viaduct, skywalks, ROB, RUB underpass etc.
5. Category 5:- Preparation of detailed project report for Structural
Design Services
Consultancy services for structural design of building (Residential,
Commercial, Public utility Building), flyovers, ROB, RUB,E.S.R., G.S.R, water
treatment plant, Sewerage pump house including allied structure, sewage
treatment plant (STP) etc.

26
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

6. Category 6:- Preparation of detailed project report for Hydraulic


Design Services
Consultancy services for /Detailed Project report for water supply scheme,
sewage disposal system, storm water disposal system, solid waste disposal
scheme, sewerage treatment plant, sewage pump houses, channel,
detention pond, etc.
7. Category 7:- Preparation of detailed project report for Structural
Audit Services
Consultancy services for structural audit and retrofitting of existing
structures like buildings, E.S.R., G.S.R., water & Sewerage treatment plants ,
bridges & Culverts etc.
8. Category 8:- Preparation of detailed project report for Proof Checking
Services
Consultancy Services for Proof Checking of structural design of Building,
Bridges, Flyover, ROB etc.
9. Category 9:-Project Management Consultant (PMC) for all types of
highways culverts, grade separator, underpass/VOP/VUP etc.
Construction Supervision services for various infrastructure projects in
PMR for pre-tender & post tender activities.
10. Category 10:- Preparation of detailed project report for Electrical
Consultancy Services
Consultancy Services for Electrification related works
11. Category 11:- Preparation of detailed project report for Fire
Consultancy Services
Consultancy Services for firefighting system related works
12. Category 12:- Preparation of detailed project report for Land
Acquisition Services
Consultancy services for land acquisition through various modes
13. Category 13:- Preparation of detailed project report for ForestLand
Acquisition Services
Consultancy services for preparation of Forest land acquisition proposal
and clearance under forest conservation act and wild life clearances
14. Category 14 :- Preparation of detailed project report for Urban
Planning Services
Consultancy services for Urban Planning for preparation of Development
plans and existing land use plans.
15. Category 15 :- Preparation of detailed project report for Tunnel &
Under Ground structures Services
Consultancy services for Urban Planning for Preparation of pre-Feasibility
report /feasibility report/Detailed Project report preparationfor tunnel,
underground structures including Civil, Electrical, and Mechanical work.
16. Category 16 :- Preparation of detailed project report for Non –
Conventional Energy Services

27
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Consultancy services for Preparation of pre-Feasibility report /feasibility


report/Detailed Project report preparation for non- conventional energy
services.
17. Category 17 :- Preparation of detailed project report for EIA& SIA
Report & Clearance Services
Consultancy services for Preparation of Environmental Impact Assessment
report & obtaining clearance from statutory bodies

18. Category 18 :- Preparation of detailed project report for


Topographical Survey Services
Consultancy services for Topographical Survey with DGPS, Total Station,
drone, LIDAR etc.

19. Category 19:- Project Management Consultant (PMC) for Bridge


structure viaduct, skywalks, Flyovers/ROB/RUB etc. Including
approaches
Construction Supervision services for various structure projects like
bridge, viaduct, skywalks, flyovers, ROB, RUB etc. in PMR for pre-tender &
post tender activities.

Applicant shall have successfully completed assignments or on-going assignments


Of providing consulting services for relevant projects to category (3, 4, 6, 9, 15 and
19) of empanelment

The applicants cannot apply for more than three category, they have to pay Rs.
Establishm Highest
For work
ent of firm Turnover Cost of work completed in last 10
Class amounting to
in Years of last 3 years in Rs. Cr.
Rs. Cr.
years
Two Three
Single
works woks
works
each of each of
V Up to 20 03 50 lakh 20 10 5
IV 20-50 05 100 lakh 50 25 10
III 50-100 07 150 lakh 100 50 25
II 100-250 10 200 lakh 250 125 80
More than more than At Least two works of 250cr and
I 250 and above
10 500 lakh above
5900/- (Five thousand Nine Hundred only).It may be mentioned that the firm shall be
empanelledunder a specific category/ categories and for each category separate
application shall be submitted online.
PMRDA desires to prepare and maintain a list of qualified, experienced

28
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

professionals in appropriate class according to the expertise, experience, qualified


persons in relevant categories, financial capability and other relevant factors for
empanelment in PMRDA. The empanelled list is valid for a period of 3 years
The document of Booklet of Expression of Interest (EOI) can be downloaded from
the PMRDA website http://mahatenders.gov.in. Cost of Blank EOI Document
of INR 5,900/- (non-refundable) shall be paid via online Payment Gateway mode
only. The information of E-Payment Gateway is available on E-Tendering Website.
For any details regarding e-Tendering system, please contact service provider IT
desk at 0120-4200462,
4001002,180030702232,917878007972,917878007973,918826246593.

OR Email ID: support.eproc@gov.in, or Mr. S.B.Devade, Executive Engineer


(Engineering Division) in PMRDA office’ Email-hqpmrda@gmail.com, Mobile No.
+91 9011085460. Theapplication dulycompleted shouldbeuploaded as per E-
tender Schedule.

Superintending Engineer

29
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

4.1 INTRODUCTION
Pune Metropolitan Region Development Authority PMRDA (the "Authority") is
planning, development, co-ordinating and implementing agency established by
Government of Maharashtra to ensure balanced development with sustainable
growth of Pune Metropolitan Region (PMR).
Rapid industrialization and intense commercial developments in the past decades
have resulted in steep rise in population, putting Pune region’s transport and allied
infrastructure to stress. Pune’s growth is expected to continue at a faster pace,
boosted by various policies and programs of the Government of India (GoI). With
the projected increase in the city’s population/ growth, strengthening and
augmenting the existing transport infrastructure is the need of hour.
The entire planning for this work will have to be done in a very meticulous and
systematic manner by the PMRDA. Considering the enormity of task and work to
be taken up, PMRDA intend to hire the services of expert consultants in different
fields.

4.2 BACKGROUND
PMRDA wants to empanel the professional consultants who are having experience
in various aspects of project development works in various category:-

1. Category 1:- Preparation of detailed project report for Geo-technical


investigation for highway and bridge projects, high embankments.
Consultants are expected to possess necessary expertise, Equipments and
experience in carrying out all types of surface and sub-surface geo-technical
exploration according to the guidelines given in section 2400 of Ministry’s
Specifications for Road and Bridge Works (latest Revision). Consultants are
expected to possess expertise, facilities and infrastructure for carrying out
drilling through all type of rocks, carrying out preliminary exploration by
suitable type of sub-surface sounding method, carrying out in situ Vane Shear
Test and laboratory test for physical properties, atterberg limits, shear
parameters and consolidation properties etc. In addition to this, the
consultants are expected to possess expertise, facilities and infrastructure for
carrying out investigation for bridge foundations by geo-physical methods
such as electrical resistivity method, seismic method, carrying out SPT or
plate load test for finding out bearing capacity etc.
2. Category 2:- Preparation of detailed project report for Traffic &
Transportation Studies.
Consultants shall be expected to possess necessary expertise and
experience in traffic and transportation studies including their engineering
solutions. The personnel should be trained and experienced in all aspects
of traffic engineering. This includes collecting and processing traffic data,
developing traffic projections, traffic generation model, conducting site

30
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

planning studies, evaluating the impact of new development on an existing


roadway network or other mode of transportation. In addition, the firm
may possess the related equipment’s and infrastructure.
3. Category 3:- Preparation of detailed project report for all types of
highway projects culverts, grade separator, underpass/VUP/VOP etc.
The empaneled consultants shall be expected to possess necessary
expertise and experience in carrying out pre-Feasibility studies, feasibility
studies, detailed project report for new road projects and highway
structures as well as widening & strengthening of existing roads. In
addition, the consultants are expected to possess expertise and
infrastructure for carrying out studies related to traffic and transportation
engineering, highway planning and design.
4. Category 4:- Preparation of detailed project report for all types of
bridges/flyovers/ROB/RUB etc. Including approaches.
Consultants are expected to possess necessary experience in carrying out
pre-feasibility studies/feasibility studies, detailed project preparation &
design of all types of bridge projects/grade separators/ flyovers etc.,
experience in conceptualizing schemes
5. Category 5:- Preparation of detailed project report for Structural
Design Services
Consultants are expected to possess necessary experience in carrying out
structural design of various structures. In addition, the consultants are
expected to possess expertise, manpower, necessary design software’s and
infrastructure for carrying outStructuralDesignfor structural design of
building (Residential, Commercial, Public utility Building), E.S.R., G.S.R,
water treatment plant, Sewerage pump house including allied structure,
sewage treatment plant (STP) and solid waste management system etc.
6. Category 6:- Preparation of detailed project report for Hydraulic
Design Services
Consultants are expected to possess necessary experience in carrying out
project report &hydraulicdesign. In addition, the consultants are expected
to possess expertise, manpower, necessary design software’s and
infrastructure for carrying out hydraulic designfor hydraulic design of
water supply scheme, sewage disposal system, storm water disposal
system, sewage treatment plant, sewage pump houses, channel, detention
pond, etc.
7. Category 7:- Preparation of detailed project report for Structural
Audit Services
Consultants are expected to possess necessary experience in carrying out
structural audit of various buildings/bridges/flyovers/ESR. In addition, the
consultants are expected to possess expertise, manpower, necessary design
software’s and infrastructure for carrying out structural audit and
retrofitting of existing structures like buildings, E.S.R., G.S.R., water &

31
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Sewerage treatment plants , bridges & Culverts etc.


8. Category 8:- Preparation of detailed project report for Proof Checking
Services
Consultants are expected to possess necessary experience in carrying out
proof checking of design of various buildings, bridges, flyovers, ROB,s. In
addition, the consultants are expected to possess expertise, manpower,
necessary design software’s and infrastructure for Proof Checking of
structural design of Building, Bridges, Flyover, ROB etc.
9. Category 9:-Project Management Consultant (PMC) for all types of
highways culverts, grade separator, underpass/VOP/VUP etc.
Consultants shall be expected to possess necessary expertise and
experience in construction supervision, construction management,
contract management, quality assurance and detailed project preparation
including design for grade separators /highway
projects/underpass/culvertsetc. in pre-tender & post tender activities.
10. Category 10:- Preparation of detailed project report for Electrical
Consultancy Services
Consultants are expected to possess necessary experience, technical
expertise, manpower, necessary testing equipment’s, for Electrification
related works of buildings, road, bridges or other structures.
11. Category 11 :- Preparation of detailed project report for Fire
Consultancy Services
Consultants are expected to possess necessary experience, technical
expertise, manpower, necessary testing equipment’s, for building
firefighting system related works.
12. Category 12:- Preparation of detailed project report for Land
Acquisition Services
Consultants are expected to possess necessary experience;
revenueexpertise, and manpower, necessary modern survey equipment’s
and computerized drafting facilities for land acquisition through various
modes.
13. Category 13:- Preparation of detailed project report for Forest Land
Acquisition Services
Consultants are expected to possess necessary experience, forest expertise,
and manpower, for preparation of Forest land acquisition proposal and
clearance under forest conservation act and wild life clearances
14. Category 14 :- Preparation of detailed project report for Urban
Planning Services
Consultancy services for Urban Planning for preparation of Development
plans and existing land use plans in PMR

15. Category 15 :- Preparation of detailed project report for Tunnel &


Under Ground structures Services

32
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Consultancy services for preparation of GAD, Detail design for tunnel and
underground structures including electrical and mechanical services. In
addition, the consultants are expected to possess expertise, manpower,
necessary design software’s and infrastructure for tunnel design.
16. Category 16 :- Preparation of detailed project report for Non –
Conventional Energy Services
Consultancy services for Preparation of Detailed Project report
preparation for non- conventional energy services. In addition, the
consultants are expected to possess expertise, manpower for preparation
of detail report for Non – Conventional Energy Services.
17. Category 17 :- Preparation of detailed project report for EIA & SIA
Report & Clearance Services
Consultancy services for Preparation of Environmental Impact Assessment
report & obtaining clearance from statutory bodies. In addition, the
consultants are expected to possess expertise, manpower, necessary
testing equipment’s for preparation of EIA report.
18. Category 18 :- Preparation of detailed project report for
Topographical Survey Services
Consultancy services for Topographical Survey with DGPS, Total Station,
drone, LIDAR etc.
In addition, the consultants are expected to possess expertise, manpower,
necessary data processing software’s.
19. Category 19:- Project Management Consultant (PMC)Consultants shall
be expected to possess necessary expertise and experience in
construction supervision, construction management, contract
management, quality assurance and detailed project preparation
including design for Bridge structure, viaduct, skywalks,
flyovers/ROB/RUB etc. Including approaches for pre-tender & post tender
activities.
The interested Professional Consultants are requested to submit their
application in the prescribed format, duly completed giving complete
details of the information asked for in the booklet in the prescribed
Proforma. The application should also accompany the supporting
documents such as registration certificates, work completion certificate
from the client, photographs of prestigious projects completed and
ongoing project, technical staff details etc. The various proforma required
for submission of details are included in this booklet as Annexure I to VI.
The information furnished in the prescribed format will be scrutinized
and based on their experience the agency will be empaneled in the
particular category / class.
The validity of empanelment of consultants shall be for the period of three
year. The agency has to furnish all theinformation in the prescribed
format for renewal of their empanelment.

33
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

5. INSTRUCTION TO BIDDERS

5.1. DEFINITIONS:

In this Agreement, the following words and expressions shall, unless


repugnant to the context or meaning thereof, have the meaning
hereinafter respectively assigned to them:

“Accounting Year” means the financial year commencing from the first day
of April.

“Assignment / job” means the work to be performed by the Consultant


pursuant to the Contract. “Agreement” means this Agreement, hereto and
any amendments thereto made in accordancewith the provisions
contained in this Agreement;

“Applicable Laws” means all laws, brought into force and effect by
GOI or the State Government of Maharashtra, including rules, regulations
and notifications made thereunder, and judgments, decrees, injunctions,
writs and orders of any court of record, applicable to this Agreement and
the exercise, performance and discharge of the respective rights and
obligations of the Parties hereunder, as may be in force and effect during
the subsistence of this Agreement;

Applicable Laws in connection with the Project during the subsistence of


this Agreement;

“Arbitration Act” means the Arbitration and Conciliation Act, 1996 and
shall include modifications to or any re-enactment thereof, as in force
from time to time;

“Bid” means the documents in their entirety comprised in the bid


submitted by the {selected bidder/Consortium} in response to the in
accordance with the provisions thereof;

“Chief Engineer” shall have the meaning The Chief Engineer of the PMRDA,
in which the Consultancy services work is proposed.

"Consultant" means the individual, firm, Company, Corporation, Joint


Venture or Consortium submitting a bid/tender.

“Consortium” shall mean an association or combination of partnering


34
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

entities, being consortium members and includes one or more identified


and named sub- Consultant(s), coming together with Lead Member for
submission of a Proposal.

“Contract” means the contract signed by and between Employer and the
Consultant and all its attached documents.

“CV” Curriculum Vitae

“Dispute” shall have the meaning set forth in Any dispute, difference or
controversy of whatever nature howsoever arising under or out of or in
relation to this Agreement (including its interpretation) between the
Parties, and so notified in writing by either Party to the other Party (the
“Dispute”) shall, in the first instance, be attempted to be resolved
amicably, if not, the decision of Metropolitan Commissioner & Chief
Executive Officer, PMRDA, will be final.

The Parties agree to use their best efforts for resolving all Disputes arising
under or in respect of this Agreement promptly, equitably and in good
faith, and further agree to provide each other with reasonable access
during normal business hours to all non-privileged records, information
and data pertaining to any Dispute.

“Document” or “Documentation” means documentation in printed or


written form, or in tapes, discs, drawings, computer programmers,
writings, reports, photographs, films, cassettes, or expressed in any other
written, electronic, audio or visual form;

“Drawings” means all of the drawings, calculations and documents


pertaining to the Project.

“DPR” Detail Project Report of the Consultancy Project.

“Day” means calendar day.

“Engineer-in-charge” means the representative of the Employer appointed


from time to time.

“EOI” Expression of Interest

“GOI” means the Government of India;

“Government” means the Government of the State of Maharashtra;

35
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

“Employer” means Pune Metropolitan Region Development Authority

“Employer Representative” means such person or persons as may be


authorized in writing by the PMRDA to act on its behalf under this
Agreement and shall include any person or persons having authority to
exercise any rights or perform and fulfill any obligations of the PMRDA
under this Agreement;

‘Lead Partner’: shall mean the member of the consortium duly


nominated/authorized by all members of that consortium as a lead
partner.

“IRC” means the Indian Roads Congress

“INR” shall have the meaning Indian Rupees.

“JV” Shall have the meaning Joint Venture.

“MORTH” means the Ministry of Road Transport and Highways or any


substitute thereof dealing with highways;

“NH” shall have the meaning National Highway.

“Period of Service” The Period of empanelment of Consultant will be


MAXIMUM THREE YEARS(3 years) from issue of Empanelment Order or
earlier, whichever decided by Chief Engineer, PMRDA.

“Project Management Consultant (herein after referred as PMC)” means


any eligible entity as per RFQ which submits a Proposal, either
individually or as Consortium (in the latter case through Lead Member),
and which upon selection, would provide Services to the Employer under
the Contract.

“Personnel” means professionals and support staff provided by the PMC


or by any Sub- Consultant and assigned to perform the Services or any
part thereof.

“PMRDA” means the Pune Metropolitan Region Development Authority;

“Parties” means the parties to this Agreement collectively and “Party”


shall mean any of the parties to this Agreement individually;

36
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

“Proposal” means the Technical Proposal and the Financial Proposal,


considered together.

5.2. Instruction to bidder


1. Accomplished statement must be submitted online on
www.mahatenders.gov.in

2. All applications shall be submitted in English. The Proposal with all


accompanying documents (the "Documents") and all communications
in relation to or concerning the Selection Process shall be in English
language and strictly on the forms provided in this document. No
supporting document or printed literature shall be submitted
with the Proposal unless specifically asked for and in case any of
these Documents is in another language, it must be accompanied by
an authenticated accurate translation of the relevant passages in
English, in which case, for all purposes of interpretation of the
Proposal, the translation in English shall prevail.

3. Joint venture bidding is not allowed.

4. PMRDA wishes to obtain such services of a consultant would invite


financial bids from the empaneled parties. The empaneled party with
the lowest financial bid/quote would thereafter be awarded work on
the terms and conditions prescribed by the PMRDA.

5. Empanelment of a party does not ensure award of contract for any


work / job by the PMRDA.

6. The empanelment of consultants will be valid for three years or


extended period as may be arrived at mutual consent from the date of
original empanelment or any date stated in the empanelment letter.

7. For any clarification / information kindly contact Chief Engineer at


the address given in notice for inviting Expression of Interest.

8. The firm shall furnish its relevant experience strictly as per format
given at Annexures. The firm must supplement the experience
claimed by furnishing the copies of certificates from client, clearly
indicating the actual service provided by the firm for that project.

9. The firm shall furnish the Curriculum Vitae (CV) of the Technical

37
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

personnel as per format given at Annexure. The CVs must be signed


by Technical personnel and counter-signed by authorized
representative in blue ink on each and every page and should not be
older than three months from the date of submission of application.
Photograph of the Technical personnel shall be affixed on their
respective CV. The contact address with telephone / mobile number,
e-mail ID of the Technical personnel should also be furnished. The
CVs must indicate the actual service provided by the Technical
personnel in detail& position held in particular project.

10. It is suggested that the firm should fill up Annexuresand supporting


details and any other information with due care so as to avoid any
ambiguity

11. In case spaces available in the Annexure are limited to accommodate


all the information, separate sheets may be used for the purpose so
that relevant information submitted is sufficient, neat and legible.

12. The applications not complying with the above mentioned


stipulations and found to be deficient in any respect shall be
summarily rejected.

13. Consulting firms should note that only authenticated information


should be provided in the prescribed format. Information provided by
the consulting firms may be verified and if any of the information
provided by the consultant is found incorrect / false, then it may lead
to rejection of a firm’s proposal summarily at any stage even after
empanelment.

14. No tender will be considered which is not accompanied by a sum of


INR.1 Lakh as Earnest Money Deposit for each category of
consultancy. In the event of the bidder withdrawing the tender before
the expiry of180 (one hundred and eighty) days from the date of
opening of the tender, the tender shall be cancelled and the earnest
money deposit (EMD) therewith forfeited by the PMRDA.

15. The Earnest Money shall be paid online on E-portal. No cash


remittance along with the tender will be accepted. The amount of
earnest money will be refunded to disqualified Tenderers/non Short
listed tenderers as soon as possible by PMRDA. No interest will be
allowed on the earnest money from the date of receipt until it is
refunded. EMD of successful bidders/Empaneled bidders will be
retained for entire period of empanelment i.e. 3 years or such

38
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

extended period by PMRDA.

16. Each page of the Application Form should be stamped and signed by
authorized signatory. The authorized signatory must sign all cuttings
and corrections. A Certificate of authorization or power of attorney, in
original along with a photocopy thereof, by the applicant firm,
company or other corporate body, as the case may be, must be
enclosed with the Application Form. No Application Form will be
considered unless all the required documents are furnished and
properly attested wherever required. PMRDA may obtain clarification
wherever required

17. The Application Form must be enclosed in a sealed envelope which


must be super-scribed with “Application for Empanelment of
Consultants”

18. PMRDA reserves the right to reject any or all applications without
assigning any reason. After evaluation, a panel of consultants under
the each categories mentioned above will be formed depending on
the capacity and experience of the consultants for purpose of
obtaining offers for particular projects.

19. Notwithstanding the formation of these panels, PMRDA may go in for


separate empanelment for specific assignments, if it so decides or
separate RFP online for specific assignment.

20. Arbitration Clause: In the eventuality of any dispute, the matter shall
be referred by any of the parties to Metropolitan Commissioner &
Chief Executive Officer, PMRDA for arbitration and his / her decision
shall be final &binding on the parties.

21. Jurisdiction: All disputes will be settled within the jurisdiction of


court ofMaharashtra atPune.

22. For applicants who are subsidiaries of foreign companies (Equity of


Foreign entity more than 50%) and if their turnover are claimed, the
PMRDA shall insist a letter from the Parent Company to make their
services available to Indian Company as required and demanded by
PMRDA without any extra financial liabilities.

23. Even though applicants satisfy the necessary requirements they are
subject to disqualification if they have:
(i) Made untrue or false representation in the form, statements

39
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

required in the application document.


(ii) Records of poor performance such as abandoning work, not
properly completing contract, financial failures or delayed
completion.
(iii) Submit fake, fictitious or fabricated documents in support of
their work experience, eligibility criteria etc.

24. Applicant has to furnish following undertaking along with bid.


“I/we certify that in the last Seven years, we/any of the consortium
members have neither failed to perform on any contract, nor
blacklisted from any project including parent organization in case of
subsidiary company.

25. Notwithstanding anything contained in this document, the PMRDA


reserves the right to accept or reject any Proposal and to annul the
Selection Process and reject all Proposals, at any time without any
liability or any obligation for such acceptance, rejection or annulment,
and without assigning any reasons thereof.

26. Given and except as provided in EOI, the PMRDA shall not entertain
any correspondence with any applicant in relation to be acceptance
or rejection of any application.

27. PMRDA, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time to:

(a) Suspend and/or cancel the bidding process and/or amend and/or
supplement the Bidding process or modify the dates or other terms
&conditions relating there to.

(b) Consult with any applicant in order to receive clarification or


further information.

(c) Empanel or not to empanel any applicant and/or to consult with


any applicant in order to receive clarification or further information.

(d) Retain any information and / or evidence submitted to the


PMRDA by, on behalf of, and/or in relation to any applicant and/or.

(e) Independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or
on behalf of any applicant.

40
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

28. Fraud and corrupt practices

i) The Applicants and their respective officers, employees, agents and


advisers shall observe the highest standard of ethics during the
Selection' Process. Notwithstanding anything to the contrary
contained in this document, the Authority shall reject a Proposal
without being liable in any manner whatsoever to the Applicant, if
it determines that the Applicant has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice
(collectively the "Prohibited Practices") in the Selection Process. In
such an event, the Authority shall, without prejudice to its any
other rights or remedies, forfeit and appropriate the Bid Security
or Performance Security, as the case may be, as 'mutually agreed
genuine pre-estimated compensation and damages payable to the
Authority for, inter alia, time, cost and effort of the Authority, in
regard to this document, including consideration and evaluation of
such Applicant's Proposal.

ii) Without prejudice to the rights of the. Authority herein above and
the rights and remedies which the Authority may have under the
LOA or the Agreement, if an Applicant or Consultant, as the case
may be, is found by the Authority to have directly or indirectly or
through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue
of the LOA or the execution of the Agreement, such Applicant or
Consultant shall not be eligible to participate in any tender or EOI
issued by the Authority during a period of three years from the
date such Applicant or Consultant, as the case may be, is found by
the Authority to have directly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice, as the case
may be.

iii) For the purposes of this Section, the following terms shall have the
meaning hereinafter respectively assigned to them:

(a) "Corrupt practice" means


(i) the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of any person connected
with the Selection Process (for avoidance of doubt, offering of
employment to or employing or engaging in any manner

41
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

whatsoever, directly or indirectly, any official of the Authority who


is or has been associated in any manner, directly or indirectly with
the Selection Process or the LOA or has dealt with matters
concerning the Agreement or arising therefrom, before or after the
execution thereof, at any time prior to the expiry of one year from
the date such official resigns or retires from or otherwise ceases to
be in the service of the Authority, shall be deemed to constitute
influencing the actions of a person connected with the Selection
Process); or
(ii) save as provided herein, engaging in any manner whatsoever,
whether during the Selection Process or after the issue of the LOA
or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Project or the LOA
or the Agreement, who at any time has been or is a legal, financial
or technical• consultant adviser of the Authority in relation to any
matter concerning the Project;

(b) "Fraudulent practice" means a misrepresentation or omission


of facts or disclosure of incomplete facts, in order to influence the
Selection Process;

(c) "Coercive practice" means impairing or harming or threatening


to impair or harm, directly or indirectly, any persons or property to
influence anyperson's participation or action in the Selection
Process;
(d) "Undesirable practice" means
(i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of
canvassing, lobbying or in any manner influencing or
attempting to influence the Selection Process; or
(ii) having a Conflict of Interest; and
(e) "restrictive practice" means forming a cartel or arriving at any
understanding or arrangement among Applicants with the
objective of restricting or manipulating a full and fair competition
in the Selection Process.

42
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

6. SUBMISSION & METHOD OF EVALUATION

Consultant has to submit online separate booklet of Expression of Interest


(EOI) for each category in separate envelope subscribing categories on the
address given in the document before due date & time.

The details furnished by consultant along with documents, proof will be


scrutinized based on experience turnover, work in hand, available key
persons, & consultants scoring minimum qualifying marks of 70 in the
evaluation of comprising of total 100 marks as follows will be
empaneled in particular categories. PMRDA reserves the right to reject
any or all applications without assigning reason. The empanelment of the
consultant is at total discretion of the PMRDA.

The applications will be evaluated on the basis of the following broad


Criteria

Sl no Item Maximum
Marks

1 Structure and organization of the Firm 8

2 Financial status 10

3 Firm’s relevant experience 35

4 Qualification and Experienceof Technical 25


Personnel

5 Office/ Field /Laboratoryequipment/software 7


facility

6. Presentation on Work Plan & Methodology 15

Total 100

Qualifying marks 70

The Criteria will be further evaluated in following manner

43
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Sr. CRITERION Max. Individual Actual


No. Marks Weightage Marks

TOTAL MARKS 100


1 Organization Structure & Performance 8
(Constitution & Experience
i) More than 15 years. Experience 8

ii) More than 9 years’ Experience 5

iii) More than 5 years’ Experience 3

2 Financial Status 10

A For Category
1,2,5,7,8,10,11,12,13,14,16,17,18
i)Highest Annual Turn Over of last three 10
years more than 5 Crs.
ii) Highest Annual Turn Over of last three 6
years more than 2Crs.
iii) Highest Annual Turn Over of last three 4
years more than 1Crs.
B For Category 3,4,6,9,15,19

i) Highest Annual Turn Over of last three 10


years more than 10Crs.
ii) Highest Annual Turn Over of last three 8
years more than 5Crs.
iii) Highest Annual Turn Over of last three 6
years more than 2Crs.
3 Firm’s relevant experience 35

a Work experience during last Seven Years in 20


respective category
i For Category
1,2,5,7,8,10,11,12,13,14,16,17,18
Eight projects in respective Category 20

Five projectsin respective Category 15

Three projectsin respective Category 10

ii For Category 3,4,6,9,15,19

44
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Eight projects in respective Category 20

Five projectsin respective Category 15

Three projectsin respective Category 10

b Cost of Project for which consultancy 15


services provided during last seven years in
respective category

i For Category 3,4,6,9,15,19 15

Cost of Project more than 200 Cr. 15


Cost of Project more than 100 Cr. 10
Cost of Project more than 50 Cr. 8

Cost of Project more than 25 Cr. 5


ii For Category 15
1,2,5,7,8,10,11,12,13,14,16,17,18

Cost of Consultancy services more than 1 Cr. 15

Cost of Consultancy services than 50 Lakh 10

Cost of Consultancy services more than 5


25lakh.
4 Qualification and Experience of Technical 25
Personnel
Essential Technical Manpower mentioned in 25
respective category will be evaluated on
following manner. If No. of key persons
mentioned in respective category will be
more than 1 then 30 marks will be divided
among them.
Education 30%
Experience of executing projects in 60%
respective category
Experience of Executing Projects for 10%
multilateral funding agency
5 Office/ Field /Laboratory 7
equipment/software facility
A For Category - 1

45
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

b) License Softwarerequired for data 4


processing in particular category Owned by
Firm
c) Geo-tech Equipment & Material Testing 3
Lab/ testing lab required for particular
B For Category –
2,3,4,5,6,7,8,9,10,11,12,13,14,15,16,17,19
a) License Softwarerequired for data 7
processing in particular category Owned by
firm
C For Category – 18

B-1 a) Survey/ data collection equipment 4


required for particular category Owned by
Firm
b) License Softwarerequired for data 3
processing in particular category Owned by
Firm
6. Presentation on Work Plan and Methodology 15

46
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

7. Format of Application

ANNEXURE-1

APPLICATION PROFORMA FOR EMPANELMENT OF CONSULTANTS

General Information

(i) Name and address of the consultant/consulting firm

(ii) Whether Pvt. Ltd. Company/JV/Public Co./Others (in case of


J.V., indicate name of lead partner and furnish copy of
agreement).

(iii) Name of the authorized contact person /representative duly


certified by the head of the consulting firm.

(iv) Profile of the firm (Please elaborate field of activities)

(v) In case of Foreign firm, address of representative office in


India with documentary proof from the head office abroad)

(vi) In case of foreign firm, certificate for accepting payment in


Indian currency

(vii) In case of association, indicate the name of lead firm and


furnish letter of association.

1 STRUCTURE & ORGANISATION OF FIRM

A Date, month and year of incorporation of Firm ( Shall not be Less


than 7 Years)

NOTE: Furnish a copy of incorporation/registration from


appropriateauthority.

B No. of full time technical personnel who are in the payroll of the
firm for at least one year as on 31.03.2017 with following
qualifications and experience:

(i) Master’s degree in respective category with minimum 5 years


of experience

(ii) Degreein respective category with minimum 5 years of


experience

(iii) Diploma or Equivalent Courses in respective category with

47
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

minimum 5 years of experience

NOTE: The detailed information regarding technical personnel


mentioned above may be furnished as per Annexure-IV.

2 FINANCIAL STATUS:

Average Annual Turnover from consultancy of last three years


(INR In Million.(as per Annexure V) Audited balance sheets must
demonstrate thesoundness of the consultants/Consulting Firms
financial position, showing positive net worth and profitability in
last three financial years.

Note:Enclose audited accounts for the last three years in


support.2014-15,2015-16, 2016-17(provisional)

3 FIRM’S RELEVANT EXPERIENCE:

Note: Please mention number of projects done by the firm


against each of sub-item with documentary proof from
client. For each project one sheet of Annexure-III should be
filled up properly giving as much as details as possible.

Category-1: Preparation of detailed project report for Geo-technical investigation


for highway and bridge projects, high embankment

(i) Experience in carrying out subsoil investigation (Exploration,


sampling, testing, recording, reporting and preservation of test
samples) for

(a) Deep foundation of any Civil Engg. Projects

(b) Shallow foundations

(ii) Experience in carrying out subsoil investigation for high


embankment including stability analysis, determination of CBR
etc. and sampling and testing of borrow pit material as per IRC
Codes

(iii) Experience in road pavement (i.e. condition survey of


existing pavements, determination of CBR etc.)

(iv) Experience in Geophysical methods

(a) Electrical resistivity

(b) Seismic method

48
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Additional experience not covered in above.

Category 2: Preparation of detailed project report for Traffic Survey / Traffic &
Transportation Studies

(i) Experience of conducting survey for road projects for 2 lane


widening or a new alignment of length

(ii) Experience in Traffic Engineering/Traffic Studies for projects


ofwidening to 2/4 lane/expressway or a 2/4 lane new alignment
of length

(iii) Experience in carrying out traffic & transportation planning


studiessuch as economic studies, cost benefit analysis, road users
cost studies,economic feasibility studies etc.

(iv) Experience in carrying out traffic census

(v) Any additional experience in the field of traffic studies not


mentioned above.

(vi) Equipment’s Owned such as Camera, Axle load equipment


etc

Category 3:- Preparation of detailed project report for all types of Cost of No
highway projects culverts, grade separator, underpass/VUP/VOP Project
etc

A(i) Experience in Feasibility Study for widening to two lane

A(ii) Experience in preparation of DPR of widening to two lane

B(i) Experience in Feasibility Study of two lane/four lane new


alignment or widening to 4 lane/Expressway

B(ii) Experience in preparation of DPR of two lane/four lane new


alignment or widening to 4 lane/Expressway

Category 4:- Preparation of detailed project report for all types of


bridges/flyovers/ROB/RUB etc. Including approaches

(i) Experience in feasibility study of

(a) bridges with overall length greater than 60m with at least one
span length greater than 50m

(b) Bridges with overall length greater than 100m with any span
length (other than bridges mentioned under sub item (a) above).

49
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

(ii) Experience in preparation of DPR of

(a) bridges with overall length greater than 60m and with at least
one span greater than 50m

(b) Bridges with overall length greater than 100m with any span
length (other than bridges mentioned under sub item (a) above).

5. Category 5:- Preparation of detailed project report for Structural


Design Services

(i) Experience in carrying out Structural Design Servicesfor at


least 2000 Sq.m structure or bridges/flyovers/ ROB etc.

6. Category 6:- Preparation of detailed project report for


Hydraulic Design Services

(i) Experience in carrying out Hydraulic Design Services for at


least one town having 100000 Population

(ii) Hydraulic analysis Software Owned ( Proof of ownership


must be attached)

7. Category 7:- Preparation of detailed project report for Structural Audit


Services

(i) Experience in carrying out structural audit for at least one


structure having 2000 Sq.M Built Up Area

(ii) Structural analysis Software Owned ( Proof of ownership


must be attached)

Category 8:- Preparation of detailed project report for Proof


Checking Services

i) bridges with overall length greater than 100m


ii) Building with at least 2000 Sq.M built up Area

Category 9:- Project Management Consultant (PMC)for all types of Cost of Nos
highways culverts, grade separator, underpass/VOP/VUP etc. Project

A(i) Experience in DPR of widening to two lane. Length

A(ii) Experience in construction supervision of widening to two


lane length

Category 10:- Preparation of detailed project report for Electrical


Consultancy Services

50
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

(i) Experience of providing firefighting system for at least one


structure having 2000 Sq.M Built Up Area of building

Category 11 :- Preparation of detailed project report for Fire Consultancy Services

(i) Experience of providing electrical designing services for at


least one structure having 2000 Sq.M Built Up Area/
flyover/bridge

Category 12 :- Preparation of detailed project report for Land


Acquisition Services

i) Experience of Land acquisition services up to Award stage


including preparation of LA proposal, joint measurement,
valuation for at least30 km length
ii) Experience of Valuation of Trees & Structure etc.

Category 13 :- Preparation of detailed project report for Forest Land Acquisition


Services

i) Experience of forest Land acquisition services or MOEF


clearance for at least 30 km length
ii) Experience of Clearances for Wild life area, bird sanctuary etc.

Category 14 :- Preparation of detailed project report for Urban Planning

i) Experience of preparation of Existing Land Use map for 10


Sq.Km Area
ii) Experience of Preparation of Development Plan 10 Sq.Km
Area
iii) Experience of Preparation of Town Planning Scheme

Category 15 :- Preparation of detailed project report for Tunnel & Under Ground
structures Services

i) Experience of preparation of GAD for Tunnel and


underground structures
ii) Experience of Detail Design of Tunnel with electrical and
mechanical services.

Category 16 :- Preparation of detailed project report for Non – Conventional Energy


Services

i) Experience of preparation of project report for Non-


Conventional Services

Category 17 :- Preparation of detailed project report for EIA & SIA Report &

51
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Clearance Services

i) Experience of preparation of EIA Report


ii) Experience of Obtaining Project clearances
iii) Experience of Obtaining clearance for Wild Life area and
bird Sanctuary

Category 18 :- Preparation of detailed project report for Topographic Survey


Services

i) Experience of Carrying out topographic survey for area, town,


road, railway line, waterbody etc.

Category 19:- Project Management Consultant (PMC) for Bridge structure,


viaduct, skywalks, flyovers/ROB/RUB etc. Including approaches
A (i) Experience in DPR of widening to two lane/four lane
flyover/ROB/RUB etc.

A (ii) Experience in construction supervision of two lane/four


lane flyover/ROB/RUB etc.

4 QUALIFICATIONS AND EXPERIENCE OF


TECHNICALPERSONNEL

Note: 1. Minimum academic qualifications shall be degree in


Civil Engineering and minimum experience in respective
field shall be five years. The CVs of technical personnel not
fulfilling these criteria shall not be evaluated.

4.1 List of technical personnel

KP1 Highway Engineer

KP2 Pavement Specialist

KP3 Bridge/Structural Engineer

KP4 Sr. Traffic Engineer

KP5 Sr. Survey Engineer

KP6 Environmental-cum-Resettlement Specialist

KP7 Foundation Engineer/Geotechnical Engineer

52
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

KP8 Transport Planner

KP9 CAD Specialist

KP10 Geologist

KP11 Contract Manager

KP12 Bridge Rehabilitation Specialist

KP13 Material Engineer-cum-Quality Control Engineer

KP14 Structural Engineer

KP Electrical Engineer
15

KP16 Safety Expert

KP Revenue Expert
17

KP Forest Expert
18

KP Urban Planner
19

KP Hydraulic Expert
20

KP21 Public Health Engineer

KP Tunnel Engineer
22

KP Mechanical Engineer
23

KP Environment Specialist
24

4.2 Essential Technical Personnel required for various


categories are as follows:

Category 1: KP7 – Two Nos. & KP10 – One No.

Category 2: KP 4, KP 5, KP 8 &KP 9- One No each.

53
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Category 3: KP1 to KP9 – One No. each

Category 4: KP3 – 2 Nos. & KP2, KP5, KP7, KP9 – One No.
each.

Category 5: KP14 – 2Nos. & KP2, KP5, KP7, KP9 – One No.
each.

Category 6: KP20 – 2Nos. KP 21- 1 Nos.&KP2, KP5, KP7, KP9


– One No. each.

Category 7: KP14 – 2Nos. & KP2, KP5, KP7, KP9 – One No.
each.

Category 8:KP14 – 2Nos. & KP2, KP5, KP7, KP9 – One No.
each.

Category 9: KP1, KP2, KP3, KP5, KP6, KP7, KP9, KP11 &
KP13- One No. each.

Category10: KP15-2 Nos. , KP15, KP9– One No Each.

Category11: KP16-2 Nos. , KP15, KP9– One No Each.

Category12: KP17 – Two Nos. &KP5, KP9 – One No Each.

Category13: KP18 – Two Nos. & KP5, KP9 – One No Each.

Category 14: KP19 – Two Nos. & KP5, KP9, KP17 – One No
Each.

Category 15: KP22 – Two Nos. & KP 9,KP 10, KP15 ,KP 23,–
One No each

Category 16:, KP15 ,KP 23,– One No

Category 17: KP24,– Two No each

Category 18: KP5 – Two Nos& KP 9,– One No

Category 19: KP1, KP2, KP3, KP5, KP6, KP7, KP9, KP11 &
KP13- One No. each.

4.3 Experience and qualifications required for Technical


Personnel.

KP1 Highway Engineer ( Minimum 10 years’ experience)

A. Academic Qualification

54
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Degree in Civil Engineering

Masters degree in Highway/Transportation Engineering

B. Profession Related Experience

B1 No. of years of Professional Experience in Highway Engineering ___ Years

B2 Experience in Feasibility study and project preparation of ___ Projects


widening to 4- lane/ expressway or 4-lane new alignment of
length

B3 Experience in Feasibility study and DPR of widening to 2- lane ___ Projects


new alignment of length

B4 Experience in proof checking / Peer review of DPR ___ Projects

B5 Experience in construction supervision of widening to 4 ___ Projects


lane/expressways or new alignment of length.

B6 Experience in construction supervision of widening to 2 lane or 2 ___ Projects


lane new alignment of length.

B7 Experience as Independent Engineer for BOT/ PPP Projects ___ Projects

KP-2 Pavement Specialist ( Minimum 10 years’ experience)

A Academic Qualifications

Degree in Civil Engineering

Master’s degree in other Civil Engg.Discipline

Master’s degree in Highway/Geo-technical/Foundation


Engineering

B Profession Related Experience

B1 No. of years of Professional Experience in Highway Engineering ___ Years

B2 Experience in pavement design or construction supervision of ___ Projects


widening to 4 lane/expressways or 4 lane new alignment of
length.

B3 Experience in pavement design or construction supervision of ___ Projects


widening to 2 lanes or 2 lane new alignment of length

B4 Experience in sub-soil investigation (sampling, testing, analysis) ___ Projects


& quality control for road & bridge projects.

55
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

B5 Experience as Independent Engineer for BOT Projects ___ Projects

KP-3 Bridge Engineer/Structural Engineer ( Minimum 10 year’s


experience)

A Academic Qualification

Degree in Civil Engg.

Masters degree in Structural/Bridge Engineering

B. Profession Related Experience

B1 No. of years of Professional Experience in Highway & Bridge ___ Years


Engineering

B2 Experience in design of major bridges/Urban Viaduct ___ Projects

B3 Experience in design of minor bridges ___ Projects

B4 Experience in construction supervision of bridges with individual ___ Projects


spanlength>50m

B5 Experience in construction supervision of bridges with individual ___ Projects


spanlength<50m

B6 Experience in Proof Checking for major bridges ___ Projects

B7 Experience in Proof checking for minor bridges ___ Projects

B8 Experience as Independent Engineer for BOT Projects/PPP ___ Projects

KP-4 Sr. Traffic Engineer ( Minimum 10 year’s experience)

A Academic Qualification

Degree in Civil Engineering

Masters degree in other Civil Engg. Disciplines

Masters degree in Traffic & Transportation Engg.

B. Profession Related Experience

B1 No. of years of Professional Experience in Highway/Traffic ___ Years


&Transportation Engineering.

B2 Experience in similar capacity in Traffic Engineering/Traffic ___ Projects


Studies forprojects of widening to 2/4 lane/expressway or a 2/ 4
lane new alignment oflength

56
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

B3 Experience in carrying out traffic & transportation planning ___ Projects


studies such as economic stud ies, cost benefit analysis, road
users cost studies, economic feasibility studies etc.

B4 Any other study on Traffic & Transportation Engineering not ___ Projects
cover above (pl. elaborate).

KP-5 Senior Survey Engineer ( Minimum 5 year’s experience)

A Academic Qualifications

Degree in Civil Engineering

Masters degree in Civil Engg./Advanced Surveying

B Profession Related Experience

B1 No. of years of Professional Experience in Highway Engineering ___ Years

B2 Experience of conducting survey for road projects for widening ___ Projects
to 4-lane/expressways or a 4- lane new alignment of length. Or
bridge projects with individual span > 40 m

B3 Experience of conducting survey for road projects for 2 lane ___ Projects
widening or a new alignment of length. Or minor bridge projects

KP-6 Environmental-cum-Resettlement Specialist ( Minimum 10


year’s experience)

A Academic Qualification

Post-Graduation in Social Sciences/related Sciences

Degree in Civil/Environmental Engg.

Masters degree in Environmental Engg.

B. Profession Related Experience

B1 No. of years of Professional Experience in Environmental ___ Years


appraisal of Civil Engg. Projects

B2 Experience in any environmental appraisal of Highway/Bridge ___ Projects


Projects

B3 Experience in conducting Environmental Impact Studies for ___ Projects


projects ofroad/bridge projects for widening to 2/4-
lane/expressways or a 2/4- lane new alignment of length.

57
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

KP-7 Foundation Engineer/Geo-technical Engineer ( Minimum 10


year’s experience)

A Academic Qualification

Degree in Civil Engg.

Masters degree in Foundation/Soil Engineering/Geo-technical


Engineering

B. Profession Related Experience

B1 No. of years of Professional Experience in Highway Engineering ___ Years

B2 Experience in geo-technical investigation of high ___ Projects


embankments/design of deep foundation for major bridges

B3 Experience in geo-technical survey/sub-soil investigation ___ Projects


(sampling, field testing, lab testing etc.) for deep foundation for
any Civil Engg. Projects.

B4 Experience in construction/construction supervision of deep ___ Projects


foundation for major bridges

B5 Experience in construction/construction supervision of ___ Projects


foundations forbridges with innovative design.

KP-8 Transport Planner (Minimum 5 years of experience)

A Academic Qualification

Post Graduation in Operation


Research/Transportation/Management without specialization in
Transport Planning/Transport Economics

Degree in Civil Engg/Architecture

Masters degree in Traffic/Transportation Engg. Or Master in


TransportPlanning or Degree in Civil Engg. With PG in Traffic
&TransportPlanning/Transport Economics , Post Graduation in
OperationResearch/Transportation/Management with
specialization in TransportPlanning/Transport Economics.

B Profession Related experience

B1 No. of years of professional related experience in ___ Years


TransportEngineering/Planning

58
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

B2 Comprehensive Traffic & Transportation Studies & ___ Projects


Transport/HighwayPlanning including Route Location &
Evaluation of various alternatives in Metropolitan/Urban areas,
Multi-Model Transport PlanningStudies/Corridor Analysis &
Rout4 Selection Impact AnalysisStudy/Parking Analysis & Policy
Formation Study etc.

B3 Any other Study on Traffic & Transportation Engineering ___ Projects


&HighwaysPlanning/Engineering (Pl. elaborate)

KP-9 CAD Specialist (Minimum 5 years of experience)

A Academic Qualification

Any relevant qualification in Science

Degree in Civil Engineering

MCA/Degree in Civil Engg. With post-graduation in Computer


Aided

Design/Degree in Computer Engg.

Masters in Computer Engg

B Profession related experience

B1 No. of years of Professional Experience in Engineering ___ Years

B2 Experience in Highway/Transport related software ___ Projects


development, its design & drafting.

B3 Experience in Highway projects (2/4 lane) of length more than or ___ Projects
bridge projects having individual span length >50m

KP- Geologist (Minimum 10 years of experience)


10

A Academic Qualifications

Degree in Geology

Masters degree in Geology

B Profession Related Experience

B1 No. of years of Professional Experience as a Geologist in any Civil ___ Years


Engg. Projects.

59
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

B2 Experience in Geological mapping of sub surface for any Civil ___ Projects
Engineering project

B3 Experience in other geological work (Pl. furnish details) ___ Projects

KP- Contract Manager (Minimum 5 years of experience)


11

A Academic Qualifications

Degree in Civil Engineering

Degree in Civil Engg. With Diploma in Management (Finance)

Masters degree. in Civil Engg. Or Construction Management Or


Degree in Civil Engg. With MBA

B Profession related Experience

B1 No. of years of Professional Experience in Highway Engineering ___ Years

B2 Experience of contract management of road projects for ___ Projects


widening to 4-lane/expressways or a 4- lane new alignment of
length. Or bridge projects with individual span >50 m

B3 Experience in contract management of road projects for ___ Projects


widening to 2 lane or a 2 lane new alignment of length. / minor
bridge works

KP- Bridge rehabilitation Specialist (Minimum 10 years of


12 experience)

A Academic Qualifications

Degree in Civil Engineering

Masters degree in Bridge Engineering/Structural Engineering

B Profession related Experience

B1 No. of years of Professional Experience in Bridge Engineering ___ Years

B2 Experience in inspection, preparation of plan for rehabilitation ___ Projects


ofprestressted bridges/composite bridges/RCC bridges.

B3 Experience in construction/construction supervision of ___ Projects


rehabilitation/strengthening work of prestressed
bridges/compositebridges/RCC bridges.

60
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

KP- Material Engineer / Quality Control Engineer (Minimum 5


13 years of experience)

A Academic Qualification

Degree in Civil Engg.

Master’s degree in Soil mechanics/Geo-technical Engineering

B Profession Related Experience

B1 No. of years of Professional Experience in Highway Engineering. ___ Years

B2 Experience in material testing/ quality control of road projects ___ Projects


for widening to 4 lane/expressways or a 4 lane new alignment of
length or bridge projects with individual span >50m

B3 Experience in material testing/ quality control of road projects ___ Projects


for widening to 2 lane or new 2 lane alignment of length or minor
bridge projects.

B4 Experience in sub-soil investigation (sampling, testing, analysis) ___ Projects


& quality control for road & bridge projects.

KP- Structural Engineer (Minimum 10 years of experience)


14

A Academic Qualifications

Degree in Civil Engineering

Masters degree in Structural Engineering

B Profession related Experience

B1 No. of years of Professional Experience in structural Engineering ___ Years

B2 Experience in preparation of design for residential /public ___ Projects


building

B3 Experience in construction/construction supervision and ___ Projects


preparation of detail RCC drawing for residential /public
building

KP- Electrical Engineer (Minimum 10years of experience)


15

A Academic Qualification

61
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Degree in Elect.Engg.

Masters degree in electrical Engineering

B Profession Related Experience

B1 No. of years of Professional Experience in Electrical Engineering. ___ Years

B2 Experience in preparation of electrical layout, loading ___ Projects


calculations, street lighting, detail drawing , approval from
competent agency , testing etc for residential /public building

B3 Experience of Tunnel lighting & Ventilation design services

KP- Electrical /Mechanical Engineer /Fire Engineer (Minimum 5


16 years of experience)

A Academic Qualification

Degree in Electrical/Mechanical. Engg.

Masters in Fire/Safety Engineering

B Profession Related Experience

B1 No. of years of Professional safety auditing ___ Years

B2 Experience in preparation of safetynorms for building ___ Projects

KP- Revenue Expert (Minimum 10 years of experience)


17

A Academic Qualification

Diploma in Civil or Degree in Civil Engg/Geography

Masters degree in Geography

B Profession Related Experience

B1 No. of years of Professional Experience in Revnue practices. ___ Years

B2 Experience in land acquisition of road projects for widening to 4 ___ Projects


lane/expressways or a 4 lane new alignment of length > 50 kms

B3 Experience in land acquisition of road projects for widening to 2 ___ Projects


lane or new 2 lane alignment of length > 50 kms

B4 Experience in completed project of land acquisition. ___ Projects

62
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

KP- Forest Expert (Minimum 10 years of experience)


18

A Academic Qualification

Diploma in Civil or Degree in agriculture /forestry/geography

Masters degree in Forest related stream/agriculture/ Geography

B Profession Related Experience

B1 No. of years of Professional Experience in forest land acquisition. ___ Years

B2 Experience in forest land acquisition of road projects for ___ Projects


widening to 4 lane/expressways or a 4 lane new alignment of
length > 50 kms

B3 Experience in forest land acquisition of road projects for ___ Projects


widening to 2 lane or new 2 lane alignment of length > 50 kms

B4 Experience in obtaining environmental clearance . ___ Projects

KP- Urban Planner (Minimum 5 years of experience)


19

A Academic Qualification

Degree in Civil Engg.

Masters degree in Urban Planning

B Profession Related Experience

B1 No. of years of Professional Experience in Urban Planning. ___ Years

B2 Experience in preparation of Existing land use maps ___ Projects

B3 Experience in preparation of Development plan. ___ Projects

B4 Experience in preparation of Town planning Scheme. ___ Projects

KP- Hydraulic Expert (Minimum 10 years of experience)


20

A Academic Qualification

Degree in Civil Engg.

Masters degree in Hydraulic Engineering

63
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

B Profession Related Experience

B1 No. of years of Professional Experience in Hydrology. ___ Years

B2 Experience in Hydrological study & design projects for town ___ Projects
having more than 100000 population

B3 Experience in execution of Water Supply/ Drainage/Storm Water ___ Projects


projects.

KP- Public Health Engineer (Minimum 10 years of experience)


21

A Academic Qualification

Degree in Civil Engg.

Master’s degree in Public Health Engineering

B Profession Related Experience

B1 No. of years of Professional Experience in Public Health ___ Years


Engineering.

B2 Experience in planning of Water Supply/ Drainage/Storm Water ___ Projects


projects for town having more than 100000 population

B3 Experience in execution of Water Supply/ Drainage/Storm Water ___ Projects


projects for town having more than 100000 population

KP- Tunnel Engineer (Minimum 10 years of experience)


22

A Academic Qualification

Degree in Civil Engg.

Master’s degree in Tunnel Engineering

B Profession Related Experience

B1 No. of years of Professional Experience in Tunnel Engineering. ___ Years

B2 Experience in planning & design of Tunnels & Underground ___ Projects


Structures.

B3 Experience in execution of Tunnel Projects & Underground ___ Projects


Structures.

64
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

KP- Mechanical Engineer (Minimum 10 years of experience)


23

A Academic Qualification

Degree in Civil Engg.

Masters degree in Mechanical Engineering

B Profession Related Experience

B1 No. of years of Professional Experience in Mechanical ___ Years


Engineering.

B2 Experience in planning & design of Ventilation services for ___ Projects


Tunnels projects & Underground Structures.

B3 Experience in execution of Tunnel Projects & Underground ___ Projects


Structures.

KP- Environment Specialist (Minimum 10 years of experience)


24

A Academic Qualification

Degree in Environmental/Civil Engg.

Masters degree in Environmental

B Profession Related Experience

B1 No. of years of Professional Experience in Environmental ___ Years


Engineering.

B2 Experience in preparation of Environmental Impact Assessment ___ Projects


report.

B3 Experience in Obtain MOEF/Wild Life clearances ___ Projects

(a) In-house Computer Hardware/Software facility (applicable


for allcategories.

i) Having at least Five Pentium and printer/plotter facility

ii) AutoCAD Civil 3D/ Mx, INROADS, STAAD III or equivalent


software for Design in respective category (mentions name &
application, and license no. of the software owned by firm firm).

(b) Survey Equipment’s Owned by Firm(applicable for Category

65
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

18)

i) Total Station and Auto Level

ii) DGPS/LIDAR

iii) Other Survey Equipment’s

iv) Testing Equipment’s

(c) Soil/Material Testing Equipment’s owned by Firm:


(applicable for Category 1)

Expertise/facilities/infrastructure for carrying out :

(i) Auger/shell/percussion/wash/rotary boring

(ii) Drilling through rocks for a depth upto 3 meters for


establishing thecontinuity of rock strata

(iii) Field/Lab. C.B.R. Test assembly

(iv) Static cone penetration, dynamic cone penetration

(v) Vane shear test, standard penetration test

(vi) Classification test and density test of soil sample

(vii) Triaxial (UU, CU) test, box shear test

(viii) Consolidation test

(ix) Standard and modified proctor test as per IS: 2720

(x) Permeability Test

(xi) Geo-textile testing facilities

(xii) SPT and Plate load testing facility

(d) Additional facilities required for category-(1 & 15)

(i) Electrical resistivity method and seismic method for bridge


foundation resting on rock

(ii) Visual identification of rock course fore texture, structural


composition, colour and grain size, specific gravity, porosity,
moisture contest and consolidation test for cohesive soil.

(iii) Drilling through rock to take out rock core of sufficient

66
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

length fortesting.

(iv) In-site tests on rocks as per IS 7292, IS 7317, IS 7746

(e) Additional facilities required for category-2

(i) Automatic traffic count & classifiers (ATCC)

(ii) Bridge weigh in Motion (WIM)

(iii) Road Information System(RIS), Geographical


InformationSystem(GIS) software.

(iv) Intelligent Transport System (ITS) equipment

(v) Benkelman beam

(vi) Roughmeter or any other suitable equipment

67
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

8. Bank Guarantee Format


ANNEXURE-2

BID SECURITY (BANK GUARANTEE) for Earnest Money Deposit

WHEREAS . . . . . . . . . (herein after called "the Bidder'".) has submitted his Bid dated---------- [date] for
"Expression Of Interest (EOI) From Proffessional Consultants For Empanelment
In Various Categories”
[Name of Contract hereinafter called "the Bid"]

KNOW ALL PEOPLE by these presents that We ________________________________ [Name of


Bank] of __________________________ [name of country] having our registered office
at_______________________________(hereinafter called "the Bank'*) are

bound unto The Metropolitan Commissioner & Chief Executive Officer,


PMRDA, Akurdi, Pune (hereinafter called "the Employer") in the sum of ----------
Lakhs ( ------------------------------------------------------------------ Only)* for which
payment well and truly to be made to the said Employer the Bank itself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ______ day of _________, 20,

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the
period of Bid validity
specified in the Form of Bid;

OR

If the Bidder having been notified to the acceptance of his bid


by the Employer during the period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance


with the Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in
accordance with the Instructions to Bidders; or
(c) does not accept the correction of the Bid Price pursuant to
Clause 27.
We undertake to pay to the Employer up to the above amount upon receipt of
his first written demand, without the Employer having to substantiate his demand,
provided that in his demand the Employer will note that the amount claimed by him
is due to him owing to the occurrence of one or any of the three conditions,
specifying the occurred condition or conditions.

68
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

This Guarantee will remain in force up to and i n c l u d i n g the date


165**days ie.,upto ------------ after the deadline for submission of Bids as such
deadline is stated in the Instructions to Bidders or as it may be extended by the
Employer, notice of which, extension(s) lo the Bank is hereby waived. Any demand
in respect of this guarantee should reach the Bank not later than the above date.

DATE ____________________________________ SIGNATURE_________________________

WITNESS _____________________________ SEAL

[Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian  . This ϐigure should be the same as shown in Clause
16.1 of the Instructions to Bidders

**45 days after the end of the validity period of the Bid. Date should be
inserted by the Employer before the Bidding documents are issued.

69
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

9. APPENDIX –I
(TECHNICAL PROPOSAL)

70
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

TECHNICAL PROPOSAL

Form-1

Letter of Proposal

(On Applicant’s letter head)

(Date and Reference)

To,
The Metropolitan Commissioner & Chief Executive Officer
PUNE Metropolitan Region Development Authority (PMRDA),
PCNDTA, New administrative Building “A” Wing 3rd Floor,
Near Akurdi Railway Station, Akurdi Pune-411044.

Sub: EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT


IN VARIOUS CATEGORIES

Dear Sir,

1. With reference to your EOI Document No.7/2018, dated 16/05/2018, I/we,


having examined all relevant documents and understood their contents, hereby
submit our Proposal for Appointment of Consultancy Firm on Quality Selection
through open Bidding for selection of the Consultant for providing assistance in
the Land Acquisition proceedings and related activities. The proposal is un
conditional.

2. All information provided in the Proposal and in the Appendices is true and
correct and all documents accompanying such Proposal are true copies of their
respective originals.

3.
ThisstatementismadefortheexpresspurposeofappointmentastheConsulta
ntforthe aforesaid Project.

4. I/We shall make available to the PMRDA any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.

5. I/WeacknowledgetherightofthePMRDAtorejectourapplicationwithoutassigning
any reason or otherwise and hereby waive our right to challenge the same on
any account whatsoever.
71
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

6. I/We declare that:


(a) I/We have examined and have no reservations to the EOI Documents,
including any corrigendum/Addendum issued by the PMRDA;

(b) I/We do not have any conflict of interest in accordance with Clause2.3ofthe
EOI Document;

(c) I/We have not directly or indirectly or through an agent engaged or


indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as defined in Clause 4.3 of the
EOI document, in respect of any tender or request for proposal issued by
or any agreement entered into with the PMRDA or any other public sector
enterprise or any government, Central or State; and

(d) I/We hereby certify that we have taken step so ensure that in conformity
with the provisions of Section4 of the EOI, no person acting for us or on
our behalf will engage in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice.

7. I/We understand that you may cancel the Selection Process at any time and that
you are neither bound to accept any Proposal that you may receive nor to select
the Consultant, without in curring any liability to the Applicants in accordance
with Clause 2.8 of the EOI document.

8. I/We declare that we/any member of the consortium, are/is not a Member of
any other Consortium applying for Selection as a Consultant.

9. I/We certify that in regard to matters other than security and integrity of the
country, we or any of our Associates have not been convicted by a Court of Law
or indicted or adverse orders passed by a regulatory authority which would
cast a doubt on our ability to undertake the Consultancy for the Project or
which relates to a grave offence that outrages the moral sense of the
community.

10. I/We further certify that in regard to matters relating to security and integrity
of the country, we have not been charge-sheeted by any agency of the
Government or convicted by a Court of Law for any offence committed by us or
by any of our Associates.

11. I/We further certify that no investigation by a regulatory authority is pending


either against us or against our Associates or against our CEO or any of our
Directors/Managers/employees.

72
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

12. I/Weherebyirrevocablywaiveanyrightorremedywhichwemayhaveatanystageat
lawor howsoever otherwise arising to challenge or question any decision
taken by the PMRDA [and/ or the Government of India] in connection
with the selection of Consultant or in connection with the Selection Process
itself in respect of the above mentioned Project.
13. The Earnest Money Deposit of Rs. 1, 00,000 (Rupees One Lakh only) in the form
of online payment, in accordance with the EOI document.
14. I/We agree and understand that the proposal is subject to the provisions of the
EOI document. In no case, shall I/we have any claim or right of whatsoever
nature if the Consultancy for the Project is not awarded to me/us or our
proposal is not opened or rejected.

15. I/We agree to keep this offer valid for 120 (One hundred Twenty) days from
the Proposal Due Date specified in the EOI.

16. A Power of Attorney in favor of the authorized signatory to sign and submit this
Proposal and documents is attached herewith in Form-4.

17. In the event of my/our firm/ consortium being selected as the Consultant, I/we
agree to enter into an Agreement in accordance with the form of the EOI. We
agree not to seek any changes in the aforesaid form and agree to abide by the
same.

18. I/We have studied EOI and all other documents carefully and also
surveyed the Project site. We understand that except to the extent as expressly
set forth in the Agreement, we shall have no claim, right or title arising out of
any documents or information provided to us by the PMRDA or in respect of
any matter arising out of or concerning or relating to the Selection Process
including the award of Consultancy.

19. The Technical and Financial Proposal is being submitted through e- tendering.
This Technical Proposal read with the Financial Proposal and all other bid
documents shall constitute the Application which shall be binding on us.

20 I/We agree and undertake to abide by all the terms and conditions of the
EOI Document. In witness thereof, I/we submit this Proposal under and in
accordance with the terms of the EOI Document.

Date:
Place:
Yours faithfully,

73
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

(Signature, name and designation of the authorized signatory)

74
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-2

Particulars of the Applicant

1. Title of Consultancy:
1 Project Management PMC
1. Title of Project:
2 “EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR
EMPANELMENT IN VARIOUS CATEGORIES”

1. State whether applying as Sole Firm or Lead Member of a consortium:


3
Sole Firm
or
Lead Member of a consortium

1. State the following:


4
Name of Company or Firm:
Legal status (e.g. incorporated private company, unincorporated business,
partnership etc.):
Country of incorporation:
Registered address:
Year of Incorporation:
Year of commencement of business:
Principal place of business:
Brief description of the Company including details of its main lines of business
Name, designation, address and phone numbers of authorised signatory of the
Applicant:
Name:
Designation:
Company:
Address:
Phone No.:

75
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Fax No. :
E-mail address:

1. If the Applicant is Lead Member of a consortium, state the following for each of
5 the other Member Firms:

(i) Name of Firm:


(ii) Legal Status and country of incorporation
(iii) Registered address and principal place of business.

1. For the Applicant, (in case of a consortium, for each Member), state the
6 following information:
(i) In case of non-Indian Firm, does the Firm have business presence in India?
Yes/No
If so, provide the office address(es) in India.
(ii) Has the Applicant or any of the Members in case of a consortium been
penalized by any organization for poor quality of work or breach of contract
in the last five years?
Yes/No
(iii) Has the Applicant/ Member ever failed to complete any work awarded to it
by any public authority/ entity in last five years?
Yes/No
(iv) Has the Applicant or any member of the consortium including parent
organization been blacklisted/terminated for unethical practices by any
Government department/Public Sector Undertaking?
Yes/No
(v) Has the Applicant or any of the Members, in case of a consortium, suffered
bankruptcy/insolvency in the last five years?
Yes/No
Note: If answer to any of the questions at (ii) to (v) is yes, the Applicant is
not eligible for this consultancy assignment.

1. Does the Applicant’s firm/company (or any member of the consortium)


7 combine functions as a PMCor adviser along with the functions as a contractor
and/or a manufacturer?
Yes/No
If yes, does the Applicant (and other Member of the Applicant’s consortium)

76
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

agree to limit the Applicant’s role only to that of a consultant/ adviser to the
Authority and to disqualify themselves, their Associates/ affiliates, subsidiaries
and/or parent organization subsequently from work on this Project in any
other capacity?
Yes/No

1. Does the Applicant intend to borrow or hire temporarily, personnel from


8 contractors, manufacturers or suppliers for performance of the Consulting
Services?
Yes/No
If yes, does the Applicant agree that it will only be acceptable as Consultant, if
those contractors, manufacturers and suppliers disqualify themselves from
subsequent execution of work on this Project (including tendering relating to
any goods or services for any other part of the Project) other than that of the
Consultant?
Yes/No
If yes, have any undertakings been obtained (and annexed) from such
contractors, manufacturers, etc. that they agree to disqualify themselves from
subsequent execution of work on this Project and they agree to limit their role
to that of consultant/ adviser for the Authority only?
Yes/No

(Signature, name and designation of the authorised signatory)

For and on behalf of ………………..______________

77
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-3

Statement of Legal Capacity

(To be forwarded on the letter head of the Applicant)

Ref. Date:

To,
Metropolitan Commissioner & CEO,
P.M.R.D.A.,
PCNDTA, New administrative Building
“A” Wing 3rd Floor, Near Akurdi Railway Station,
Akurdi Pune-411044.

Dear Sir,

Sub: EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR


EMPANELMENT IN VARIOUS CATEGORIES”

I/We hereby confirm that we, the Applicant (along with other members in case of consortium,
constitution of which has been described in the Proposal*), satisfy the terms and conditions laid
down in the RFP document.

I/We have agreed that ……………….. (insert Applicant’s name) will act as the Lead Member of our
consortium.

I/We have agreed that ……………….. (insert individual’s name) will act as our Authorized
Representative/ will act as the Authorized Representative of the consortium on our behalf and
has been duly authorized to submit our Proposal. Further, the authorized signatory is vested
with requisite powers to furnish such proposal and all other documents, information or
communication and authenticate the same.

Yours faithfully,

(Signature, name and designation of the authorized signatory)

For and on behalf of ....................

*Please strike out whichever is not applicable

78
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-4

POWER OF ATTORNEY
Know all men by these presents, we, ......................................... (name of Firm and address of the
registered office) do hereby constitute, nominate, appoint and authorise Mr /
Ms........................................ son/daughter/wife and presently residing at........................................, who is
presently employed with us and holding the position of .................... as our true and lawful
attorney (hereinafter referred to as the “Authorised Representative”) to do in our name and
on our behalf, all such acts, deeds and things as are necessary or required in connection with or
incidental to submission of our Proposal for EXPRESSION OF INTEREST (EOI) FROM
PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN VARIOUS CATEGORIES” including
but not limited to signing and submission of all applications, proposals and other documents
and writings, participating in pre-bid and other conferences and providing information/
responses to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts and undertakings consequent to acceptance of our proposal and
generally dealing with the Authority in all matters in connection with or relating to or arising
out of our Proposal for the said Project and/or upon award thereof to us till the entering into of
the Agreement with the Authority.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused
to be done by our said Authorised Representative pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said
Authorised Representative in exercise of the powers hereby conferred shall and shall always be
deemed to have been done by us.

IN WITNESS WHEREOF WE, ....................THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS .................... DAY OF ...................., 20**

For .......................................

(Signature, name, designation and address)

Witnesses:
1.
2.
Notarised

Accepted
........................................

79
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

(Signature, name, designation and address of the Attorney)


Notes:

The Power of Attorney should be executed on a non-judicial stamp paper of INR. 500 (five
Hundred) and duly notarised by a notary public.

80
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-5

Summary of Financial Performance


(A)

Year Annual Turnover in Revenue from % share of


Indian Rupees or Consultancy Revenue from
equivalent to Indian Assignments(in Rs. Consultancy
Rupees (In Rs. Lakhs) Assignments
Lakhs)

1 2 3 4

2014-15

2015-16

2016-17

Average annual
turnover of the last 3
years

Note:-Figures given in column (2) & (3) above must match with those given in the
Audited Accounts.

(B)

Financial Information in For year 2014- For year 2015-16 For year 2016-17
Rupees Equivalent 15

1 2 3 4

1 Total Assets

2 Current Assets

3 Total Liabilities

4. Current Liabilities

5. Profit before Tax

6. Profit after Tax

OTHER EVALUATION INFORMATION


81
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

i) Registration/Licence :The Consultant/Consulting Firm must have


registration with service tax or/and sales tax from the appropriate
authorities, whichever applicable ( Photocopies of registration certificates to
be submitted.)
ii) The consultant should not have abandoned any work of Government of
India/Other stateGovernment Departments during the last 5 years.
iii) Information regarding litigation, expulsions and blacklisting, if any, should be
submitted with details.

Note:

Please do not attach any printed Annual Financial Statement

82
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-6

Particulars of Key Personnel


Sl. Designatio Nam Educational Length of Present No. of
No n of Key e Qualificatio Professiona Employment Eligible
. Personnel n l Assignments
Nam Employe
Experience #
e of d Since
Firm
(1) (2) (3) (4) (5) (6) (7) (8)

#Refer Form 9 of Appendix I Experience of Key Personnel

83
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-7

Proposed Methodology & Work Plan

84
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-8

Abstract of Eligible Assignments of the Applicant#

S.No Name of Project Name of Client Estimated Payment## of


capital cost of professional fees
Project (in  . received by the
crore/ US$ Applicant (in  .
million) crore)

(1) (2) (3) (4) (5)

# The Applicant should provide details of only those projects that have been undertaken by it
under its own name(Name as submitted in the Bid Document) and same shall be supported by
certificate issued by competent authority.

Note: The Applicant may attach separate sheets to provide brief particulars of other relevant
experience of the Applicant.

85
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-9

RELEVANT SERVICES CARRIED OUT BY THE FIRMWHICH ILLUSTRATES


THEIR BEST QUALIFICATIONS DURING LAST 7 YEARS

Project Name Country

Project location within country Professional staff provided:

Name and address of client: (a) No. of staff

(b) No. of man-months

Start date Completion date Approx. value of CONSULTANCY

(month/year) (month/year) services:(in Rs lakhs)

Whether project was done alone or as a JV or in association with other firm/ firms.

Name of Lead partner in case of No. of man-months of professional staff


provided by associated firm (s)
JV/association:

Name of Senior staff involved and functions performed :

( Functions performed by the associated firm (s) to be given separately)

Narrative Description of Project:

Detail description of Actual Services Provided by the firm under different categories:

86
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-10

Eligible Assignments of Key Personnel

Name of Key Personnel:

Designation of Key Personnel:

Name of the Project:

Length in km or other particulars

Name of Consulting Firm where employed:

Description of services performed by the


Key Personnel (including designation):

Name of client and Address:

(indicate whether public or private)

Name, telephone no. and fax no. of client’s


representative:

Estimated capital cost of the Project (in INR


Million or US$ million):

Start date and finish date of the services


(month/ year):

Brief description of the Project:

It is certified that the aforesaid information is true and correct to the best of my knowledge and
belief.

(Signature and name of Key Personnel)

Notes:

1. Use separate sheet for each Eligible project.

2. The Applicant may attach separate sheets to provide brief particulars of other Relevant
experience of the Applicant.

3. Exchange rate should be taken as  . 66/-per US $ for conversion to Rupees.

87
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

APPENDIX-I

Form-11

Curriculum Vitae (CV) of Key Personnel

1. Proposed Position:

2. Name of Personnel:

3. Date of Birth:

4. Nationality:

5. Educational Qualifications and name of University with year

6. Other Professional Qualification if any :

7. Professional Membership if any :

8. Award / Recognition if any :

9. Employment Record:

(Starting with present position, list in reverse order every employment held.)

10. List of projects on which the Personnel has worked

Name of project Description

Years

Location

Client

Position held

Activities Performed

1. Details of the current assignment and the time duration for which services are required
for the current assignment. Certification:
1 I am willing to work on the Project and I will be available for entire duration of the
Project assignment as required.
2 I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes me, my qualifications and my experience.
3 Details of the Related Work Experience (During last 5 years only)

88
EXPRESSION OF INTEREST (EOI) FROM PROFESSIONAL CONSULTANTS FOR EMPANELMENT IN
VARIOUS CATEGORIES

Item Sr. Brief Name Cost of Period of Description of the


Description of of the Consultancy completion actual services
the Project/ Client Work (Rs. provided by the
Lakhs Date Date of key person
Study of completion
Start

I 1
PROJECTS/S
TUDIESCOM 2
PLETED -

II 1

PROJECTS/S 2
TUDIES
INHAND --

(Signature and name of the Key Personnel)

Place.........................................

Date

(Signature and name of the authorised signatory of the Applicant)

NOTE:

1. The CVs must be signed by key personnel and counter-signed by authorized

2. Representative in ink on each and every page and should not be older than
three months from the date of submission of application. Photograph of the
key personnel shall be affixed on their respective CV. The contact address
with telephone & mobile number, e-mail ID of the key personnel must be
furnished. Unsigned CVs or CVs with incomplete information shall not be
evaluated.

89

You might also like