1. Introduction 1
2. Roles of panel of consultants 3
3. Brief scope in various categories of consultants 3
4. Guidelines to be followed for use of empanelled list 5
5. Step by step guide for consultants 5
6. ANNEXURE 1 – Category wise empanelled consultants 6
For major ports
7. ANNEXURE 2 – Step by step guide for individual ports to select & appoint 27
consultants from the available panel
8. Appendix
RFQ and clarifications
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 1
1. INTRODUCTION
Governing body in its 169th meeting held on 30th September, 2016 at Kandla,
deliberated to expand the role of IPA and establishing the Centres of
Excellence in the various functional areas relating to Port Operations and
Management to help the Major Ports. It was also discussed that IPA can
empanel quality Consultancy firms and individual Consultants in various
areas. Once this kind of panel is prepared after open tender process and
stringent scrutiny by IPA, Major Ports can make use of this panel and seek
only financial bids from those in the panel depending upon the Terms of
Reference.
After detailed deliberations, Governing Body identified and approved 42
focus areas in total and also constituted a committee consisting of the
following members to guide IPA in finalising the modalities for the
empanelment process of Consultants/ Consultancy firms:
a) Chairman, IPA b) MD, IPA c) Shri Rinkesh Roy, Chairman, PPT d) ShriI. Jeyakumar, Chairman, MGPT e) Shri P C Parida, Chairman, NMPT f) Shri Cyril C. George, Dy Chairman, CHPT g) Shri S K Madabhavi, CE JNPT
Later on, one more focus area namely „Capacity Building’ was also identified, which make a total of 43 focus area.
The aforesaid 43 focus areas are categorised into the following groups:
Group I – Projects
Group II – Environment, Coastal Management & Green Port Initiatives
Group III – Finance/Taxation/Investment
Group IV – Audit
Group V – Town Planning
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 2
Group VI – Legal
Group VII – Disaster Management
Group VIII – Others (Business Development / HR / Welfare)
Group IX – Capacity Building
2. CONSULTANTS
The Consultants fall under Groups I, II, V & VIII pertaining to Projects,
Environment, Town Planning and Others respectively of the “Establishment of
Centres of Excellence at IPA”. The following is the list of various Focus Areas
where projects under which Consultants have been empanelled.
Table 1 - Consultant categories under Focus Areas under Centre of
Excellence
Category Consultant Categories Focus areas under Centre of
Excellence
1a) Marine Construction works
Group I - Projects 1 b) General Civil, Mechanical and Electrical works
1c) Railway works
1d) Dredging Works
2 Environmental Works Group II - Environment, Coastal Management & Green Port initiatives
3 a) Traffic Studies and Logistic Management Services
Group VIII - Others
3 b) Project Management Group I - Projects
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 3
3. ROLES OF PANEL OF CONSULTANTS
The Governing Body has approved the following General Guidelines in its
173rd meeting held on 3/11/2017 for use for Empaneled List which will also be
applicable to Consultants
a) The Panel is intended to streamline the tendering process for the
engagement of Consultants under various categories as depicted in Table
1 above in port projects; enable fast access to firms that have been pre-
qualified against relevant criteria; and ensure transparency and
accountability through clear definition of the processes and the role and
responsibilities of the agencies and the private sector.
b) Where Sponsoring Authorities (Individual Ports) are seeking a quote from
a Panel member, the Sponsoring Authority (here Major Ports or their
associated entities) concerned should directly approach those members. A
full listing of category-wise Panel members and their contact details is
provided in Annexure 1.
c) The Panel is valid for a period of three years. During this period, Indian
Ports Authority may remove firms from the Panel if it concludes that they
have not demonstrated adequate capability of providing the required
services in a professional manner or add new firms, after due diligence.
Any information on change to Panel membership will be made available
through IPA website.
BRIEF SCOPE IN VARIOUS CATEGORIES OF CONSULTANTS AS
DEFINED IN RFQ FOR CLASS A & B
Marine construction works: This includes port planning and development
covering construction of berths along with erection of mechanical and
electrical equipment, construction of breakwaters, reclamation.
General civil, mechanical and electrical works: This includes all general civil
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 4
engineering works viz. architectural services, construction of buildings,
pavements and roads, yards for storage, warehouses and sheds, water supply
and drainage system including its infrastructure. General Mechanical and
Electrical works in port works.
Railway works: This includes laying of new railway lines, revamping of
existing railway lines, interlocking, signalling, development of inter-change
yards and marshalling yards including drainage planning, platforms etc.
Dredging works: This includes capital and maintenance dredging works.
Environmental works: This includes preparation of environmental study
reports including feasibility, risk analysis, soil investigation, environmental
impact assessment, estimation of environmental protective measures,
mechanical dust suppression system, sewage treatment plants, land
protection including tree plantation, environmental control and monitoring
studies etc.
Traffic studies and logistics management services: This includes various
traffic studies, Port and hinter-land connectivity, CFS, ICD, Marketing etc.
Project Management services: This includes detailed engineering drawings,
tender documents preparation, evaluation of offers and project execution
supervision, etc.
Note:
Class A - Consultancy for the Projects with estimated cost of Project is more
than Rs. 200 Cr.
Class B - Consultancy for the Projects with estimated cost of Project is upto Rs.
200 Cr.
Firms who empanelled for the Class A shall get qualified automatically for
Class B
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 5
4. GUIDELINES TO BE FOLLOWED FOR USE OF EMPANELLED LIST
The Governing Body has provided the following General Guidelines for use
for Empanelled List which will also be applicable to Consultants
i. If estimated consultancy fee is Rs. 2 crores and above, then only
Category-A empanelled list will be used. If estimated consultancy fee is
less than Rs. 2 crores, then the Ports are at their discretion to use any of
the empanelled lists or combined lists viz. Categories A, B, C & D.
ii. While inviting price bid, Resume/CVs of the team deployed for a
particular project shall be asked for and those CVs shall be evaluated
based on QCBC compliance i.e. evaluated on 70:30 basis.
iii. While giving an advertisement, minimum 21 days‟ time shall be given
for submission of offers (i.e. Price Bid plus CVs).
5 STEP BY STEP GUIDE FOR CONSULTANTS
Annexure 2 provides a summary of the steps that Sponsoring Authorities
(Individual Ports) need to take in determining whether the Panel is applicable
to their requirements, and the procedure in appointing Panel members to act
as Consultants
6 OTHERS:
A) Minimum Qualification of Full Time Equivalent (FTE) for professional.
i) Technical Personnel : BTech, BE in the specific area of skill as per
RFP
ii) Other Non-Technical persons: Graduate
B) List of Empanelment will be updated regularly at intervals by IPA.
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 6
Category - 1 (a) Marine Construction Works CLASS A
Category A
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s Royal Haskoningdhv Consulting Pvt. Ltd.
Plot no. B9A, 4th Floor, Tower B, Sector 62, Noida , Uttar Pradesh - 201301
Contact Person: Nishi Chandra Contact Number: 0120-4016100 Email: [email protected]
2
M /s L&T Infra Engineering
4th and 5th Floor, Triton Square (SKCL Building), C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu – 600032
Contact Person: Praveen Kumar Contact Number: 044-22509999 Email: [email protected]
3
M /s Tata Consultancy Services
4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Mumbai, Maharashtra - 400083
Contact Person: S V Deshpande Contact Number: 022-61148181 Email: [email protected]
4
M /s AECOM India Pvt Ltd.
5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana – 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
5
M /s WAPCOS Limited
76-c, Sector 18, Gurgaon, Haryana - 122015
Contact Person: Saurabh Rai Contact Number: 0124-2397388 Email: [email protected]
6
M /s Pentacle Consultants (I) Pvt Ltd
B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072
Contact Person: Susmita Pawar Contact Number: 022-66952533 Email: [email protected]
7
M/s Engineers India Limited
1, Bhikaji Cama Place, Delhi - 110066
Contact Person: Sanjay Kumar Singh Contact No: 011-26762121 Email: [email protected]
8
M/s Grafix Engineering Consultants Pvt Ltd M-3 (2nd Floor) Hauz Khas, Shri Aurbindo Marg, Delhi - 110016
Contact Person: Shri T Kundu
Contact Number: 011-41850099 Email: [email protected]
9
M/s Howe Engineering Project Private Limited 81 Nehru Place, Delhi - 110019
Contact Person: Abhinav Joshi Contact No: 011-4950800 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 7
S. No Name of the Firm and Address Contact Person and Contact Details
10
M/s Worley Parsons India Private Limited
5th Floor, B-Wing, i-think Techno Campus, Off Pokhram Road No.2
Thane (West), Maharashtra - 400607
Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 Email: [email protected] [email protected]
CLASS A
Category B
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Voyants Solutions Pvt Ltd 403, 4th Floor, Park Centra, Sector 30, NH -8, Gurugram, Haryana - 122001
Contact Person: Vishnu Saini Contact Number: 0124-4598200 Email : [email protected]
2
M/s BMT Consultants (India) Pvt Ltd 310 Sarthik Square, S G Highway, Ahmedabad, Gujarat- 380054
Contact Person: Rajan Narayan Contact Number: 7940028710 Email: [email protected]
3
M/s STUP Consultants Private Limited Plot 22-A, Sector 19C, Palm Beach Marg, Vashi, Navi Mumbai, Maharashtra - 400705
Contact Person: Mayank Singh Contact Number: 022-40887777, 27896244-45 Email: [email protected]
4
M/s Sellhorn Technomech Marine and Infrastructure Consult Pvt. Ltd. in association with M/s Selhorn Germany
Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Sanjit Biswas Contact Number: 044-300 66107 Email: [email protected]
5
M/s Spectrum Techno Consultants Pvt Ltd in consortium with M/s DY Engineering 401, Raikar Bhawan, Plot No.9 Sec-17, Vashi, Navi Mumbai, Maharashtra - 400703
Contact Person: Priyanka Dangde Contact Number: 022-41115900 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 8
CLASS A
Category C
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s TRACTEBEL Engineering Pvt Ltd Intec House 37, Institutional Area, Sector 44, Gurgaon, Haryana - 122002
Contact Person: Virendra Jha Contact Number: 0124-4698500 Email: virendra.jha@tract
2
M/s RITES Ltd RITES Bhawan, Plot No. 1, Sector 29, Gurgaon, Haryana - 122001
Contact Person: R. Saravanan Contact Number: 0124-2571666 Email: [email protected]
CLASS B
Category B
S. No Name of the Firm and Address Contact Person and Contact Details
1*
M/s Kashec Engineers Pvt Ltd Ground Floor Parmar Corporate Lounge Plot No. 2999, CST No. 910/10A & 10B, Shivaji Nagar, Pune, Maharashtra - 411005
Contact Person: Sameer Avinash Kekre Contact Number: 020-66472235 Email: [email protected]
Note : (*) Subsequently added vide notification no IPA/GAD/Consultant-TA/2016 dated 17/01/2018 to All
Major Ports
Category C
S. No Name of the Firm and Address Contact Person and Contact
Details
1
M/s Kitco Limited
P B No. 4407, Femith's , Puthiya Road, Chakkaraparambu, Vennala, Ernakulam, Kerala - 682028
Contact Person: Jose Davis M Khan Contact Number: 9891016590 Email: [email protected] [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 9
Category – 1 (b) General Civil, Mechanical and Electrical Works
CLASS A
Category A
S. No
Name of the Firm and Address Contact Person and Contact Details
1
M/s Aarvee Associates Architects Engineers & Consultants Pvt. Ltd. Ravula Residency, Srinagar Colony Main Rd., Hyderabad, Andhra Pradesh - 500 089
Contact Person: D.K Subbaraju Contact Number: 040-23737633 Email: [email protected]
2
M /s Royal Haskoningdhv Consulting Pvt. Ltd. Plot no. B9A, 4th Floor, Tower B, Sector 62, Noida , Uttar Pradesh - 201301
Contact Person: Nishi Chandra Contact Number: 0120-4016100 Email: [email protected]
3
M /s L&T Infra Engineering 4th and5th Floor, Triton Square (SKCL Building), C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Praveen Kumar Contact Number: 044-22509999 Email: [email protected]
4
M /s Tata Consultancy Services 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Mumbai, Maharashtra - 400083
Contact Person: S V Deshpande Contact Number: 022-61148181 Email: [email protected]
5
M /s AECOM India Pvt Ltd. 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana - 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
6
M /s WAPCOS Limited 76-c, Sector 18, Gurgaon, Haryana - 122015
Contact Person: Saurabh Rai Contact Number: 0124-2397388 Email: [email protected]
7
M /s Pentacle Consultants (I) Pvt Ltd B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072
Contact Person: Susmita Pawar Contact Number: 022-66952533 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 10
S. No Name of the Firm and Address Contact Person and Contact Details
8
M/s STUP Consultants Private Limited Plot 22-A, Sector 19C, Palm Beach Marg, Vashi, Navi Mumbai, Maharashtra - 400 705
Contact Person: Mayank Singh Contact Number: 022-40887777, 27896244-45 Email: [email protected]
9
M/s Fichtner Consulting Engineers (I) Pvt Ltd Menon Eternity, 9th Floor, No. 165, St. Mary's Road, Alwarpet, Chennai - 600018
Contact Person: Venkata Ramana Contact Number: 044-45932600 Email: [email protected]
10
M/s Tandon Urban Solutions Pvt Ltd in consortium with Rebel Group International BD. 701 Harbhajan Building CST Kalina Santacruz East, Mumbai, Maharashtra - 40098
Contact Person: Amit Kumar Contact Number: 986768897 Email: [email protected]
11
M/s Engineers India Limited 1, Bhikaji Cama Place, Delhi - 110066
Contact Person: Sanjay Kumar Singh Contact No: 011-26762121 Email: [email protected]
12
M/s Grafix Engineering Consultants Pvt Ltd M-3 (2nd Floor) Hauz Khas, Shri Aurbindo Marg, Delhi - 110016
Contact Person: Shri T Kundu Contact Number: 011-41850099 Email: [email protected]
13
M/s Spectrum Techno Consultants Pvt Ltd in consortium with M/s DY Engineering 401, Raikar Bhawan, Plot No.9 Sec-17, Vashi, Navi Mumbai, Maharashtra - 400703
Contact Person: Priyanka Dangde Contact Number: 022-41115900 Email: [email protected]
14
M/s Howe Engineering Project Private Limited 81 Nehru Place, Delhi - 110019
Contact Person: Abhinav Joshi Contact No: 011-4950800 Email: [email protected]
15
M/s Worley Parsons India Private Limited 5th Floor, B-Wing, i-think Techno Campus, Off Pokhram Road No.2 Thane (West), Maharashtra - 400607
Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 Email: [email protected] [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 11
CLASS A
Category B
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Voyants Solutions Pvt Ltd 403, 4th Floor, Park Centra, Sector 30, NH -8, Gurugram, Haryana - 122001
Contact Person: Vishnu Saini Contact Number: 0124-4598200 Email : [email protected]
2
M/s Structwel Designers and Consultants Pvt Ltd Head Officer & R & D Unit Structwel, Plot No 15,Sector 24, Off Sion-Panvel Highway, Turbhe, Navi Mumbai, Maharashtra - 400705
Contact Person: Rubina Basu Contact Number: 022-27841010 Email: [email protected]
3*
M/s Kashec Engineers Pvt Ltd
Ground Floor Parmar
Corporate Lounge
Plot No. 2999, CST No. 910/10A & 10B, Shivaji
Nagar,
Pune, Maharashtra - 411005
Contact Person: Sameer Avinash
Kekre
Contact Number: 020-66472235
Email: [email protected]
Deleted
3
M/s Xplorer Consultancy Services Pvt Ltd, in JV with M/s Proes Consultores, S.A Plot No. 3, First Floor Sarhaul, Sector 18, Gurgaon, Haryana - 122001
Contact Person: Prashant Kumar Kundu Contact Number: 0124-4241962 E-mail: [email protected]
Note : (*) Subsequently deleted and shifted to Marine Construction Works (page 6) vide notification no
IPA/GAD/Consultant-TA/2016 dated 17/01/2018 to All Major Ports
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 12
CLASS A
Category C
S. No
Name of the Firm and Address Contact Person and Contact
Details
1
M/s Unison Project Management Pvt Ltd 11-12, Building no.3, SDC Area, Poorananagar Complex, Chikali Pune, Maharashtra - 411019
Contact Person: Rekha Shete Contact Number: 020-27492357 Email: [email protected]
2
M/s Sellhorn Technomech Marine and Infrastructure Consult Pvt. Ltd. in association with M/s Selhorn Germany Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Sanjit Biswas Contact Number: 044-300 66107 Email: [email protected]
3
M/s POET Consultants Pvt Ltd GR Arcade, 338/A, 2nd Floor, NEXT TO Post Office, Dr. Siddaiah Puranik Road, 3rd Stage, 3th Block, Basaveswaranagar, Bangalore, Karnataka - 560079
Contact Person: R. Venkatadri Contact Number: 080-23225333 Email: [email protected]
4
M/s DIMTS Ltd (Delhi Integrated Multi-Modal Transit System Ltd.) 1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Delhi - 110006
Contact Person: Gaurav Shrivastava Contact Number: 9891604451 Email: [email protected]
5
M/s KICONS Limited FD House, Lane No. 5 , Prabhat Road, Deccan Gymkhana, Pune, Maharashtra - 411004
Contact Person: Ashok Chachra Contact Number: 020-4100099 Email: [email protected]
6
M/s IRCLASS Systems & Solutions Private Limited 4th Floor, Industrial Services, 52A, Adi Shankaracharya Marg, Powai Mumbai, Maharashtra - 400072
Contact Person: K. Bhardwaj Contact Number: 022-30519400 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 13
CLASS B
Category C
S. No Name of the Firm and Address Contact Person and Contact
Details
1
M/s Kitco Limited P B No. 4407, Femith's , Puthiya Road, Chakkaraparambu, Vennala, Ernakulam, Kerala - 682028
Contact Person: Jose Davis M Khan Contact Number: 9891016590 Email: [email protected] [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 14
Category 1 (c) Railway Works CLASS A
Category A
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Aarvee Associates Architects Engineers & Consultants Pvt. Ltd. Ravula Residency, Srinagar Colony Main Rd., Hyderabad, Andhra Pradesh - 500 089
Contact Person: D.K Subbaraju Contact Number: 040-23737633 Email: [email protected]
2
M /s AECOM India Pvt Ltd. 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana - 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
CLASS A
Category B
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s Tata Consultancy Services 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Mumbai, Maharashtra - 400083
Contact Person: S V Deshpande Contact Number: 022-61148181 Email: [email protected]
2
M /s Pentacle Consultants (I) Pvt Ltd B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072
Contact Person: Susmita Pawar Contact Number: 022-66952533 Email: [email protected]
3
M/s Worley Parsons India Private Limited 5th Floor, B-Wing, i-think Techno Campus, Off Pokhram Road No.2 Thane (West), Maharashtra - 400607
Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 Email: [email protected] [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 15
CLASS B
Category B
S. No Name of the Firm and Address Contact Person and Contact
Details
1
M/s Sellhorn Technomech Marine and Infrastructure Consult Pvt. Ltd. in association with M/s Selhorn Germany Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Sanjit Biswas Contact Number: 044-300 66107 Email: [email protected]
CLASS A
Category C
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Voyants Solutions Pvt Ltd 403, 4th Floor, Park Centra, Sector 30, NH -8, Gurugram, Haryana - 122001
Contact Person: Vishnu Saini Contact Number: 0124-4598200 Email : [email protected]
2
M/s Howe Engineering Project Private Limited 81 Nehru Place, Delhi - 110019
Contact Person: Abhinav Joshi Contact No: 011-4950800 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 16
Category 1 (d) Dredging Works CLASS A
Category A
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s Tata Consultancy Services 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Mumbai, Maharashtra - 400083
Contact Person: S V Deshpande Contact Number: 022-61148181 Email: [email protected]
2
M /s AECOM India Pvt Ltd. 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana - 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
3
M /s Pentacle Consultants (I) Pvt Ltd B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072
Contact Person: Susmita Pawar Contact Number: 022-66952533 Email: [email protected]
4
M/s Dredging Corporation of India Limited Dredge House, Port Area, Visakhapatanam, Andhra Pradesh - 530 001
Contact Person: V.K Praviraj Contact Number: 0891-2523250 Email: [email protected]
5
M/s Dredging Solutions 591, 10A Main, 44th Cross Block - 5, Jayanagar, Bengaluru, Karnataka - 560041
Contact Person: Capt. Sudesh L Honnavalli Contact Number: 80266552571 Email: [email protected] [email protected]
CLASS A
Category B
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s Royal Haskoningdhv Consulting Pvt. Ltd. Plot no. B9A, 4th Floor, Tower B, Sector 62, Noida , Uttar Pradesh - 201301
Contact Person: Nishi Chandra Contact Number: 0120-4016100 Email: [email protected]
2
M /s WAPCOS Limited 76-c, Sector 18, Gurgaon, Haryana - 122015
Contact Person: Saurabh Rai Contact Number: 0124-2397388 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 17
CLASS B
Category B
S. No Name of the Firm and Address Contact Person and Contact
Details
1
M/s KICONS Limited FD House, Lane No. 5 , Prabhat Road, Deccan Gymkhana, Pune, Maharashtra - 411004
Contact Person: Ashok Chachra Contact Number: 020-4100099 Email: [email protected]
CLASS A
Category C
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s TRACTEBEL Engineering Pvt Ltd Intec House 37, Institutional Area, Sector 44, Gurgaon, Haryana - 122002
Contact Person: Virendra Jha Contact Number: 0124-4698500 Email: virendra.jha@tract
2
M/s Sellhorn Technomech Marine and Infrastructure Consult Pvt. Ltd. in association with M/s Selhorn Germany Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Sanjit Biswas Contact Number: 044-300 66107 Email: [email protected]
3
M/s Howe Engineering Project Private Limited 81 Nehru Place, Delhi - 110019
Contact Person: Abhinav Joshi Contact No: 011-4950800 Email: [email protected]
4
M/s IRCLASS Systems & Solutions Private Limited 4th Floor, Industrial Services, 52A, Adi Shankaracharya Marg, Powai Mumbai, Maharashtra - 400072
Contact Person: K. Bhardwaj Contact Number: 022-30519400 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 18
S. No Name of the Firm and Address Contact Person and Contact Details
5
M/s Worley Parsons India Private Limited 5th Floor, B-Wing, i-think Techno Campus, Off Pokhram Road No.2 Thane (West), Maharashtra - 400607
Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 Email: [email protected] [email protected]
CLASS B
Category C
S. No Name of the Firm and Address Contact Person and Contact
Details
1
M/s KICONS Limited FD House, Lane No. 5 , Prabhat Road, Deccan Gymkhana, Pune, Maharashtra - 411004
Contact Person: Ashok Chachra Contact Number: 020-4100099 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 19
Category 1 (e) Rock Dredging Works
CLASS A
Category A
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s Pentacle Consultants (I) Pvt Ltd B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072
Contact Person: Susmita Pawar Contact Number: 022-66952533 Email: [email protected]
2
M/s Dredging Solutions 591, 10A Main, 44th Cross Block - 5, Jayanagar, Bengaluru, Karnataka - 560041
Contact Person: Capt. Sudesh L Honnavalli Contact Number: 80266552571 Email: [email protected] [email protected]
CLASS A
Category C
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s AECOM India Pvt Ltd. 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana - 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 20
Category 2 Environmental Works
The Committee strongly felt that inviting bids for Environmental Works is not an appropriate measure in the present scenario, since such consultancy can be done only by those consultants accredited by National Accreditation Board for Education and Training (NABET). So, the major ports can directly shortlist such accredited agencies for carrying out specific consultancies in their respective fields. Hence, the bids received for the above work were not evaluated.
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 21
Category 3 (a) Traffic Studies and Logistic Management Services
CLASS A
Category A
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Aarvee Associates Architects Engineers & Consultants Pvt. Ltd. Ravula Residency, Srinagar Colony Main Rd., Hyderabad, Andhra Pradesh - 500 089
Contact Person: D.K Subbaraju Contact Number: 040-23737633 Email: [email protected]
2
M /s L&T Infra Engineering 4th and5th Floor, Triton Square (SKCL Building), C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Praveen Kumar Contact Number: 044-22509999 Email: [email protected]
3
M /s Tata Consultancy Services 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Mumbai, Maharashtra - 400083
Contact Person: S V Deshpande Contact Number: 022-61148181 Email: [email protected]
4
M /s AECOM India Pvt Ltd. 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana - 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
5
M/s KPMG Advisory Services Pvt Ltd Building No 10, 8th Floor Tower B, DLF Cyber City, Gurgaon, Haryana - 122022
Contact Person: Sameer Bhatnagar Contact Number: 0124-3074000 Email: [email protected]
6
M/s Crisil Risk Infrastructure Solutions Limited Crisil House Central Avenue, Hirandani Business Park, Mumbai, Maharashtra - 400076
Contact Person: Jaganarayan Padmanabhan Contact Number: 022-33421874 Email: [email protected]
7
M/s Worley Parsons India Private Limited 5th Floor, B-Wing, i-think Techno Campus, Off Pokhram Road No.2 Thane (West), Maharashtra - 400607
Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 Email: [email protected] [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 22
CLASS B
Category A
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Hauer Associates SVN House 10, C.P. Tamaswamy Aiyar Road, Alwarpet, Chennai , Tamil Nadu - 600018
Contact Person: Aishwar Narayanan Contact Number: 0 44-24990281/0282 Email : [email protected]
CLASS A
Category B
S. No Name of the Firm and Address Contact Person and Contact Details
1
M/s Deloitte Touche Tohmatsu India LLP 7th Floor, Building 10, Tower B DLF Cyber City Complex, DLF City Phase II, Gurugram, Haryana - 122002
Contact Person: KK Singh Contact Number: 0124-6792893 Email: [email protected]
2
M/s Ernst & Young LLP 6th Floor, Wing A&B, Worldmark 1, Aero City (IGI Airport), New Delhi - 110037
Contact Person: Nripesh Kumar Contact Number: 9810117921 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Annexure 1
Page | 23
CLASS A
Category C
S. No Name of the Firm and Address Contact Person and Contact Details
1
M /s WAPCOS Limited 76-c, Sector 18, Gurgaon, Haryana - 122015
Contact Person: Saurabh Rai Contact Number: 0124-2397388 Email: [email protected]
2
M/s Hauer Associates SVN House 10, C.P. Tamaswamy Aiyar Road, Alwarpet, Chennai , Tamil Nadu - 600018
Contact Person: Aishwar Narayanan Contact Number: 0 44-24990281/0282 Email : [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 24
Annexure 1
Category 3 (b) Project Management
CLASS A
Category A
S. No
Name of the Firm and Address Contact Person and Contact Details
1
M /s Royal Haskoningdhv Consulting Pvt. Ltd. Plot no. B9A, 4th Floor, Tower B, Sector 62, Noida , Uttar Pradesh - 201301
Contact Person: Nishi Chandra Contact Number: 0120-4016100 Email: [email protected]
2
M /s L&T Infra Engineering 4th and5th Floor, Triton Square (SKCL Building), C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Praveen Kumar Contact Number: 044-22509999 Email: [email protected]
3
M /s AECOM India Pvt Ltd. 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Gurgaon, Haryana - 122002
Contact Person: Sanjeev Gupta Contact Number: 9582922318 Email: [email protected]
4
M /s Pentacle Consultants (I) Pvt Ltd B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072
Contact Person: Susmita Pawar Contact Number: 022-66952533 Email: [email protected]
5
M/s STUP Consultants Private Limited Plot 22-A, Sector 19C, Palm Beach Marg, Vashi, Navi Mumbai, Maharashtra - 400 705
Contact Person: Mayank Singh Contact Number: 022-40887777, 27896244-45 Email: [email protected]
6
M/s Grafix Engineering Consultants Pvt Ltd M-3 (2nd Floor) Hauz Khas, Shri Aurbindo Marg, Delhi - 110016
Contact Person: Shri T Kundu Contact Number: 011-41850099 Email: [email protected]
7
M/s Xplorer Consultancy Services Pvt Ltd, in JV with M/s Proes Consultores, S.A Plot No. 3, First Floor Sarhaul, Sector 18, Gurgaon, Haryana - 122001
Contact Person: Prashant Kumar Kundu Contact Number: 0124-4241962 E-mail: [email protected]
8
M/s Crisil Risk Infrastructure Solutions Limited Crisil House Central Avenue, Hirandani Business Park, Mumbai, Maharashtra - 400076
Contact Person: Jaganarayan Padmanabhan Contact Number: 022-33421874 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 25
Annexure 1
CLASS A
Category B
S. No
Name of the Firm and Address Contact Person and Contact
Details
1
M /s WAPCOS Limited 76-c, Sector 18, Gurgaon, Haryana - 122015
Contact Person: Saurabh Rai Contact Number: 0124-2397388 Email: [email protected]
2
M/s Structwel Designers and Consultants Pvt Ltd Head Officer & R & D Unit Structwel, Plot No 15,Sector 24, Off Sion-Panvel Highway, Turbhe, Navi Mumbai, Maharashtra - 400705
Contact Person: Rubina Basu Contact Number: 022-27841010 Email: [email protected]
3
M/s Tandon Urban Solutions Pvt Ltd in consortium with Rebel Group International BD. 701 Harbhajan Building CST Kalina Santacruz East, Mumbai, Maharashtra - 40098
Contact Person: Amit Kumar Contact Number: 986768897 Email: [email protected]
4
M/s Engineers India Limited 1, Bhikaji Cama Place, Delhi - 110066
Contact Person: Sanjay Kumar Singh Contact No: 011-26762121 Email: [email protected]
5
M/s Spectrum Techno Consultants Pvt Ltd in consortium with M/s DY Engineering 401, Raikar Bhawan, Plot No.9 Sec-17, Vashi, Navi Mumbai, Maharashtra - 400703
Contact Person: Priyanka Dangde Contact Number: 022-41115900 Email: [email protected]
6
M/s Howe Engineering Project Private Limited 81 Nehru Place, Delhi - 110019
Contact Person: Abhinav Joshi Contact No: 011-4950800 Email: [email protected]
7
M/s Dredging Solutions 591, 10A Main, 44th Cross Block - 5, Jayanagar, Bengaluru, Karnataka - 560041
Contact Person: Capt. Sudesh L Honnavalli Contact Number: 80266552571 Email: [email protected] [email protected]
8
M/s IRCLASS Systems & Solutions Private Limited 4th Floor, Industrial Services, 52A, Adi Shankaracharya Marg, Powai Mumbai, Maharashtra - 400072
Contact Person: K. Bhardwaj Contact Number: 022-30519400 Email: [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 26
Annexure 1
CLASS A
Category C
S. No
Name of the Firm and Address Contact Details
1
M /s Tata Consultancy Services 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Mumbai, Maharashtra - 400083
Contact Person: S V Deshpande Contact Number: 022-61148181 Email: [email protected]
2
M/s TRACTEBEL Engineering Pvt Ltd Intec House 37, Institutional Area, Sector 44, Gurgaon, Haryana - 122002
Contact Person: Virendra Jha Contact Number: 0124-4698500 Email: virendra.jha@tract
3
M/s Sellhorn Technomech Marine and Infrastructure Consult Pvt. Ltd. in association with M/s Selhorn Germany Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032
Contact Person: Sanjit Biswas Contact Number: 044-300 66107 Email: [email protected]
4
M/s DIMTS Ltd (Delhi Integrated Multi-Modal Transit System Ltd.) 1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Delhi - 110006
Contact Person: Gaurav Shrivastava Contact Number: 9891604451 Email: [email protected]
5
M/s Kitco Limited P B No. 4407, Femith's , Puthiya Road, Chakkaraparambu, Vennala, Ernakulam, Kerala - 682028
Contact Person: Jose Davis M Khan Contact Number: 9891016590 Email: [email protected] [email protected]
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 27
Annexure 2
STEP BY STEP GUIDE FOR INDIVIDUAL PORTS TO SELECT & APPOINT
CONSULTANTS FROM THE AVAILABLE PANEL
Step 1
Ensure the project meets the eligibility criteria
The Panel has been developed to provide pre-qualified Consultants for all
manner and to be delivered within Major Ports in India. The first step is to
confirm that the project under consideration is amenable / requiring specialised
consulting under the various categories.
The Panel should be used for projects with a capital cost above Rs 200 crores for
Class A projects and under Rs 200 under Class B projects under the Consultants
RFQ.
The reason for limiting the Panel to projects and categories of this kind is that
they raise distinctive problems in their execution. The Panel of Consultants has
been selected on the basis of their capability to advise on projects of this kind of
value.
Step 2
Develop specific terms of reference for the assignment
The Panel is intended as a source of Consultants to assist with implementation
of the project. The Panel is not intended for use for preliminary analysis, for
instance to determine whether the project is viable.
The terms of reference for the assignment should relate to the successful
execution of projects under the various defined Categories under the RFQ.
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 28
Annexure 2
An indicative list of tasks that could be considered in developing the terms of
reference includes:
In depth experience and knowledge in the sphere of project activity
under various categories under which each consultant is empaneled;
A good understanding of the project based on similar experiences in
other projects areas/categories where the consultant is empaneled;
Management of other advisory inputs, and overall management of the
consulting team (including Major Port), to ensure a successful
conclusion.
Ability of the Consulting Firm/Consortia to be able to hire/avail of
tailored-made team with requisite experience to execute the project.
Panel members have been selected on the basis of their capability and
experience in discharging their consulting skills as per terms of reference.
Where specialised technical advice is required, such technical experts should be
procured separately by the selected Consultants.
Step 3
Determine which Panel member to approach
The Firms/Consortia on the Panel have been selected on the basis of their
ability to provide consulting services. Therefore, there may be advantages to
use Consultant who have previously worked in the category projects concerned.
These consultants may bring a close familiarity with typical experience in each
category project area.
The individual Major Ports would need to seek an indication from Panel
members which of the categories in which they have had previous experience in
undertaking such consulting. Each Panel member would need to provide an
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 29
Annexure 2
updated list of their experiences, that is in specific areas in the Port
Development and Management where their experiences would matter.
These categories have been selected as ones in which projects are likely to
evolve on an immediate basis. However, it is also intended that the Panel can be
used for other co-related categories.
Before approaching Panel members, the Sponsoring Authority (here Major
Ports or their associated entities) should carefully consider whether it wishes to
seek only those Consultants with previous expertise in the specific project(s)
applicable under the given categories. This will reduce the number of eligible
Panel members, and, therefore, reduce the number of competitors.
Step 4
Seek a proposal and financial quote from the selected Panel members
Having identified the project for Consulting advisory, the Sponsoring
Authority (here Major Ports or their associated entities) should request a
proposal (RFP) from all or at least five members of the Panel. The RFP should
clearly define the tasks to be undertaken by the Consultant, the key
deliverables, the timelines and the evaluation criteria. The RFP should also
provide background on the project, how it is currently being managed, and
(where relevant) the role of other Consultants to the same, if any.
The proposal from the selected Panel member should provide a detailed
description of the resources that will be applied to the assignment, especially
adequately experienced personnel, capable of and devoted to the successful
accomplishment of work to be performed under the contract. The Panel
member must agree to assign specific individuals to the key positions and that,
once assigned to work under this contract, key personnel shall not be removed
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 30
Annexure 2
or replaced without written notice to the Authority. If key personnel are not
available for work under this contract for a continuous period exceeding thirty
(30) calendar days, or are expected to devote substantially less effort to the
work than initially anticipated, the Panel member shall immediately notify the
Sponsoring Authority (here Major Ports or their associated entities), and shall,
subject to the concurrence of the Sponsoring Authority, replace such personnel
with personnel of substantially equal ability and qualifications.
The Panel member should confirm that there is no conflict of interest in taking
up this Consulting advisory assignment. Sponsoring Authority (here Major
Ports or their associated entities) should take an undertaking from the
tendering Panel member or consortia, that they/their affiliates will not bid
for/rate the same projects.
In case the Panel member is a consortium, change in composition of the
consortium shall not be permitted by the Sponsoring Authority (here Major
Ports or their associated entities).
In short, the RFP should contain the following:
A letter of invitation; Information to consultants regarding the
procedure for submission of proposal;
Terms of Reference (ToR);
List of key position whose CV and experience would be evaluated;
Standard formats for financial proposal;
Proposed contract terms;
Procedure proposed to be followed for midterm review of the progress
of the work and review of the final documents.
Financial proposal format
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 31
Annexure 2
Step 5
Evaluate proposals from Panel members
The Panel members have already been pre-qualified as capable of providing
consulting services under their empanelled categories. A further technical offer and
evaluation is therefore not required. It is expected that appointment will be on the
basis of a financial evaluation of their bids as well as evaluation of their personnel
under QCBS methodology (refer 4ii herewith). However, the Sponsoring Authority
(here Major Ports or their associated entities), while evaluating should ensure that:
i. The Panel member has confirmed its acceptance of the deliverables; has
confirmed its capability and resources to meet the deliverables within the
timeline set out in the RFP;
ii. The Panel member has confirmed that they face no conflict of interest in
undertaking the assignment. A conflict of interest will arise if the Panel
member, or its parent company, is advising the said Major Port in the same
project/similar project, or if the Panel member or its parent company or
subsidiary is considering a debt or equity involvement in the project. It is
therefore, recommended that the Sponsoring Authority (here Major Ports or
their associated entities) appointing the Consultant(s) should ensure that
such a conflict of interest does not exist or arise.
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 32
Annexure 2
Step 6
Sign a contract with the successful Panel member
Sponsoring Authorities (Major Ports along with its associated entities) using
the Panel should note that they will be the party contracting with the Panel
member. IPA has established the Panel, but will not be involved in any
contracts between Sponsoring Authorities and Panel members.
After the completion of evaluation process and the selection of the preferred
Panel member, the Sponsoring Authority (here Major Ports or their
associated entities) must send a letter of appointment together with a
contract of engagement.
The Sponsoring Authority (here Major Ports or their associated entities) will
rely on the Consultant for managing the project up to its completion or up to
individual contract time period, whichever is relevant. It is of great
importance that the contract clearly sets out: The role and functions of the
Consultant and of other parties, key deliverables, timelines, and
accountabilities; The basis on which the Consultant will be paid; The
reporting requirements to ensure the Sponsoring Authority is well informed
on progress of the consulting engagement(s), and on any issues arising; and
Probity requirements, including the need to actively monitor any possible
conflicts of interest, and the need to maintain project confidentiality,
supported by a Deed of Confidentiality.
Major Ports would be separately providing advice on standard terms and
conditions in a contract with a Consultant under different categories.
DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Page | 33
Annexure 2
Step 7
Commencement of service
After signature of the contract, the Consultant can start work.
The Sponsoring Authority (here Major Ports or their associated entities)
should ensure that a full and comprehensive briefing is provided to the
Consultant (s) to assist an early and effective start on the assignment.
The Sponsoring Authority (here Major Ports or their associated entities)
should also ensure that all relevant parties, including project staff within the
Sponsoring Authority itself, other institutions involved in the project, and
other Consultants/experts working on the project are informed of the
appointment of the Consultant(s) under their respective categories.
Step 8
Report performance to the individual Major Port Contract Manager
The Panel has been established by IPA to assist agencies in identifying and
retaining Consultants. It is of importance that IPA/Major Port receives
feedback on the performance of Panel members to ensure the ongoing
quality, and the effectiveness of the Panel arrangement.
Sponsoring Authorities should inform IPA when a Panel member is
appointed to provide consulting services and provide a report on
performance after completion of the Consultant(s)‟ assignment.
1
Request for Qualification (RFQ)
FOR
EMPANELMENT OF CONSULTANTS
Indian Ports Association
1st Floor, South Tower, NBCC Place
B. P Marg, Lodi Road
New Delhi - 110 003
Ph No : 011-24369061/63; Fax No : 011-24365866
INR 10,000/-
(February 2017)
2
LETTER FOR ISSUE OF RFQ FOR THE
“Empanelment of Consultants” The set of RFQ document is issued to:
Name : _____________________________________________
Address : ____________________________________________________________
____________________________________________________________
____________________________________________________________
The cost of the RFQ document is INR 10,000/- (Indian Rupees Ten Thousand only)
IPA Signature of the Officer
Issuing the RFQ Document : _______________________________________________
3
Indian Ports Association IPA/GAD/Consultant-TA/2016 24/02/2017
Notice for Empanelment of Consultants for Major Ports
Indian Ports Association has been assigned by Ministry of Shipping, Government of India with the
task of preparation of panel of consultants for different types of consultancy services for use by the
Major Ports as and when required. Accordingly, Indian Ports Association invites Requests for
Qualification (RFQ) for empanelment as consultants for consultancy in various disciplines, namely
A) Class-B (Consultancy for the Projects with Estimated Cost Project is up to Rs 200 Cr). Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works
e) Rock Dredging Works
Category – 2 : Environmental works
Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management
B) Class-A (Consultancy for the Projects with Estimated Cost of Project more than Rs 200
Cr). Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works
e) Rock Dredging Works
4
Category – 2 : Environmental works
Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management The panel will be valid for a period of 3 years.
The panel may be used by Major Ports for inviting financial bids as and when required for their
projects/works. The detailed terms and conditions including evaluation criteria and application fee
are available in the web site www.ipa.nic.in.
The schedule for receipt of the application is as follows:-
1. Submission of document fee of Rs.10, 000/- for each RFQ on or before 1500 Hrs on 06/03/2017.
2. Receiving of queries/request for clarifications on or before 3.00 pm (1500 Hrs) on 05/03/2017
3. Pre-bid meeting on 06/03/2017 at 3.00 pm (1500 hrs) at IPA, New Delhi.
4. Receipt of offers on or before 3.00 pm(1500 Hrs) on 27/03/2017
5. Opening of offers at 3.30 pm (1530 Hrs) on 27/03/2017
Reputed and interested consultants/consulting firms/consortia may download the RFQ from the
above website and send in their response to the Managing Director, Indian Ports Association, 1st.
floor, South Tower, NBCC Place, Bhisham Pitamah Marg, Lodi Road, New Delhi – 110 003.
In case, if RFQ is downloaded from website, the requisite document fee of Rs. 10,000/- in form of
Demand Draft, In favor of Indian Ports Association shall be submitted along with bid. Note: Applicant is required to submit separate bid for each category and Class for which he intends to
empanel. For avoidance of any doubt, if applicant wants to apply for (a) Marine works (b) Railway
work in category 1 and Traffic study in category 3, then he has to submit three different application
for each class viz class -A or class- B, as case may be. The bidder needs to submit only one EMD
irrespective of the number of categories. Bid document fee against each category should be
submitted separately.
5
Indian Ports Association
Empanelment of Consultants for Major Ports
1. INTRODUCTION
India’s ports comprise of 12 major ports and around 200 non-major ports along the coast and
islands. The Major Ports except one i.e. Kamarajar Port (Ennore) are managed by the respective
Port Trust Boards and the Kamarajar Port is in the form of Public Limited Company. All the
Major Ports are administered by the Central Government under Ministry of Shipping. The total
volume of traffic handled by all the Indian Ports during 2014-15 was 1052.00 million tonnes
and the major ports account for around 55% of total sea-borne trade. The Government of India
has formulated “National Maritime Agenda 2010-20” in which, a number of development
projects has also been identified under five projects heads viz. deepening of channels,
construction and re-construction of berths, procurement / modernization of equipments,
hinterland connectivity and various other developmental works to be taken up, in order to meet
the projected traffic and estimated capacity. The expected investment for the Major Ports from
2010-2020 is 127942.35 crores.
The detail of the expected investment under the National Maritime agenda is as under:
Sl.
No
PROJECT HEAD No. of
Projects
Project Cost
(Rs. In Crore)
1. Port Development 36 70,178.19
2. Port Modernization 32 9,982.80
3. Port Led Development 33 1,50,657.80
4 Shipbuilding, Ship Repair and Ship Breaking 13 9,560.24
5. Maritime Education, Training and Skill Development 4 1,191.50
6. Inland Water Transportation and Coastal Shipping 27 7,414.14
7. Investment Opportunities in Maritime States 46 37,754.00
8. Cruise Shipping and Light House Tourism 9 3,202.48
9. Hinterland Connectivity and Multimodal Logistics 36 1,13,376.00
10. Green Port Initiatives 4 419.00
6
TOTAL 240 4,03,736.20
Around 240 projects in the maritime sector for investment have been short listed. List
of these projects are listed at Annexure-I. To execute these projects, Ports would require the
services of the consultants to assist the Ports in various activities like preparation of Feasibility
/ Project reports, tariff proposals, appointment of transaction advisors & independent
engineers, preparation of EMP reports, and project monitoring etc. To this endeavor, Indian
Ports Association on the direction of Ministry of Shipping has been mandated to prepare a
panel of consultants for the various types of consultancy services, which may help the Port
Trust in speedy selection/ appointment of consultants as and when required.
The panel of consultants will be prepared through assessment of technical and financial
capacity for various disciplines of consultancy services that may be required by the Ports with
reference to the estimated cost of the projects. The panel so prepared will be valid for three
years from the date of engagement. However, the application for addition to the empanelled
list it will be done based on fresh RFQs published in leading newspapers / website of IPL for
Transaction Advisors once in every six month. In case of deletion from list the same would be
owing to unsatisfactory performance as per contract with individual empanelled TA advisors .
2. Objective The objective of this RFQ is to prepare a panel of consultants for use by the major ports for the
identified consultancy services. The individual Major Port seeking consultancy on their port
activity shall then invite competitive price offers from the panel of Consultants so prepared for the
respective activities and at that time shall also prescribe Terms of Reference and Terms of
Payment.
3. Broad Role of Consultants
Technical consultants are normally required for preparing Techno-economic Feasibility Reports,
setting performance targets and determining investment needs. They are expected to be well
conversant with the physical aspects of the Port infrastructure under consideration. The
Consultants should be capable of providing a range of skills and services including general and
7
architectural design, costing and quantity surveying, planning and traffic studies, technical
feasibility studies and reviews, life cycle costing and analysis, and project monitoring and
management. In short, they shall be instrumental in conceptualization of the project till
completion. However, while inviting the RFP, concerned Port will spell out the detailed scope of
work of consultant.
4. Entering into Agreement
4.1 On selection of the consultant, the concerned Major Port Trust" will enter into agreement
in the form prescribed by them. The format of agreement will be enclosed by the Port
Trust while seeking financial offers.
4.2 The invitation of the applications for enrolment as Consultant for various Port activities
above mentioned will have a stage of pre-bid conference before submission of final
application for evaluation. The Pre-Bid conference will be held on 06/03/2017 at 3.00
pm (1500 hrs) at IPA, New Delhi.
4.3 The applicants, who have submitted application fee will only be allowed to participate in
the pre-bid meeting. All the queries must be submitted upto one day before the pre-bid
meeting. No fresh queries will be allowed thereafter. The clarifications will be issued as
early as possible so as to leave atleast 10 days time for submitting the bid.
5. CATEGORIES OF EMPANELMENT
5.1 Class-B : Consultancy for the Projects with Estimated Cost of Project up to 200Cr). 5.1.1 Empanelment will be made in the following categories: Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works
e) Rock Dredging Works
8
Category – 2 : Environmental works
Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management
5.2 Class-A : Consultancy for the Projects with Estimated Cost of Project more than 200Cr).
5.2.1 Empanelment will be made in the following categories :
Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works
e) Rock Dredging Works
Category – 2 : Environmental works
Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management
6 Brief scope in various disciplines 6.1 Category - 1
a) Marine construction works : This includes port planning and development covering
construction of berths along with erection of mechanical and electrical equipment,
construction of breakwaters, reclamation.
b) General civil, mechanical and electrical works : This includes all general civil
engineering works viz. architectural services, construction of buildings, pavements and
roads, yards for storage, warehouses and sheds, water supply and drainage system
including its infrastructure. General Mechanical and Electrical works in port works.
9
c) Railway works : This includes laying of new railway lines, revamping of existing railway
lines, interlocking, signaling, development of inter-change yards and marshaling yards
including drainage planning, platforms etc.
d) Dredging works : This includes capital and maintenance dredging works.
e) Rock Dredging Works: This includes capital and maintenance of rock dredging works
6.2 Category -2
Environmental works: This includes preparation of environmental study reports
including feasibility, risk analysis, soil investigation, environmental impact assessment,
estimation of environmental protective measures, mechanical dust suppression system,
sewage treatment plants, land protection including tree plantation, environmental control and
monitoring studies etc.
6.3 Category -3.
a) Traffic studies and logistic management services : This includes various traffic studies,
Port and hinter land connectivity, CFS, ICD, Marketing etc.
b) Project Management services : This includes detailed engineering drawings, tender
documents preparation, evaluation of offers and project execution supervision, etc.
7 Qualification Criteria for Empanelment of Consultant.
Stage-I
The Tenderers shall meet the following qualifying criteria:
7.1 Average annual turnover during the last 3 financial years ending with 31st March (2012-13,
2013-14 and 2014-15) should be at least Rs 200 Lakhs for Class-A and Rs. 60 Lakhs for
Class-B empanelment. 7.2 Experience of having successfully completed similar works during last 7 years, ending last
day of the month previous to the one in which applications are invited should be either of
following:-
10
For Class-A
a) Three completed similar works for the Project each costing not less than Rs 120 Crores.
OR
b) Two completed similar works for the Project each costing not less than Rs.150 crores.
OR
c) One completed similar work for Project costing not less than Rs.240 crores. For Class-B
d) Three completed similar works for the Project each costing not less than Rs 40 Crores.
OR
e) Two completed similar works for the Project each costing not less than Rs.50 crores.
OR
f) One completed similar work for Project costing not less than Rs.80 crores.
Similar Works: The Tenderer should have experience of providing advisory services as
mentioned in respective Categories under Article-6.
Note :- The bidder who apply for the Class – A registration and, if getting qualified for Class
– A, shall get qualified automatically to be registered under the Class – B category;
for which the bidder may submit a Willingness Letter to get empanelled at Class –
B and an undertaking stating that the bidder may fulfill all the eligibility criteria
required for Class-B category.
11
Stage-II (Short listing/Scoring criteria for empanelment of Consultants).
8.0 Evaluation criteria for Category –1,2,3 works :
8.1 Experience
8.1.1 For Category 1,2, & 3
The applicant should provide details of completed assignments in the last 07 years to demonstrate experience in providing the consultancy service. For each assignment, the applicant should
provide details of the nature of consultancy
provided, the clients response, the further action
taken by the client in implementation and its
status as also the duration of the assignment
including date of start and completion of the
assignment and cost of project and total fees etc.
Demonstration of appropriate experience upto 40 points as per criteria
given Appendix-I
Response : The applicant should submit clients completion certificate for each assignment to
support their claim along with firm’s experience and team experience separately not more
than 2 pages for specific assignments by the authorized person of the firm.
8.2 Human
Resources The applicant should not have less than the following Full Time equivalent (FTE) professional staff in the field of port consultancy
8.2.1 Full time Equivalent(FTE) professional
Class A (Project value more than Rs 200 Crs) – Min 20 FTE minimum 12 FTE in case of Dredging works only. Class B (upto Project value Rs 200 Crs) – Min 10 FTE minimum 07 FTE in case of Dredging works only.
Upto 10
Points as per
criteria given Appendix-I
Response :The applicant should indicate the details of FTE professionals along with supporting
documents for their engagement and provide an organization structure of the applicant indicating
the FTE professional in that category.
The firm should also submit an "undertaking" that the FTE professionals would be maintained
during the actual assignment to be awarded in case they are selected. In case replacement is
inevitable, the equivalent qualification and experienced key personnel will be inducted to carry out
the assignment in case of award. Note : The ports will obtain such undertaking, as required, while calling financial bids from the
empanelled consultants. The ports will call for the project specific key personnel in the RFP and
evaluate separately with the price bid. Nnn
Note: 1) The applications, only of those bidders who qualified as per qualification criteria laid down
under stage-I, will be evaluated further against the qualification criteria laid down under stage
–II
12
2 ) The applicant has to score minimum 50% points in each of above sub criteria viz 8.1.1 & 8.2.1 for getting qualified.
8.3 Empanelment will be based on the marks obtained as per follows:
CATEGORY PERCENTAGE OF MARKS
Category A >/= 90%
Category B >/= 80%
Category C >/= 70%
Shall not be considered for empanelment < 70%
9. General Conditions
9.1 The applicant will be required to submit their financial offer strictly on the basis of terms of
reference provided by individual port without attaching any counter conditions and
certificate to this effect has to be furnished. 9.2 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.
9.3 The applicant has to submit along with the bid document Rs. 10,000/- as non-refundable
application fee. This document fee shall be remitted by way of DD/ Banker’s cheque drawn
in favour of Indian Ports Association, New Delhi.
9.4 The empanelment made by IPA is intended to be used by all Major Ports. 9.5 In case of any dispute arising out of the empanelment, the decision of the
IPA will be final. 9.6 For applicants who are subsidiaries of foreign companies (Equity of Foreign entity more
than 50%) and if their turnover are claimed, the IPA/Major Port shall insist a letter from the
Parent Company to make their services available to Indian Company as required and
demanded by IPA/Major Port without any extrafinancial liabilities. 9.7 The applicant must be a well established consultant for more than 5 years having
experience in conceptualizing/ planning/engineering/design/proof checking, preparing
feasibility reports, design and estimation, preparation of architectural / structural drawings,
preparation of tender documents, evaluation of tenders, comprehensive project management
with quality and quantity survey, preparation of bills etc. of the work (s) in the respective
category.
13
9.8 The applicant should have regular set up of a team of Architects/Engineers having sufficient
experience.
9.9 The applicant shall be able to hire the services of some other suitable consulting agencies for
specialized jobs such as Retrofitting/Rehabilitation of Civil and Marine structures. This
includes health studies of the civil and marine structures, suggestion of treatments for
rehabilitation / retrofitting / maintenance of the structures, preparation of scope of the work
from execution point of view etc.
9.10 When two or more firms are forming a consortium to participate in RFQ then one firm
shall become the lead member of the consortium and shall submit an authorization
letter for other members of consortium. The evaluation will be conducted on the basis of
performance of consortium as a whole against evaluation criteria. However, no applicant
applying individually or as a member of a consortium, as the case may be, can be member of
another applicant.
9.11 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 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.
9.12 It may be noted that after empanelment, works shall be allotted to various consultants
commensurate to their capabilities and capacities as assessed by IPA/Major Port No
representation in this respect will be entertained.
9.13 For the purpose of empanelment, applications received will be evaluated based on the details
furnished and minimum criteria specified by the IPA para-7 above. Further, the Consultants who had applied already and were/are in the services of the Major Port will be evaluated based on their past performance.
9.14 Applicant has to furnish following undertaking along with bid.
“I/we certify that in the last three years, we/any of the consortium members have neither
failed to perform on any contract, as evidenced by imposition of Penalty by an arbitral or
judicial authority or a judicial pronouncement or arbitration award, nor been expelled from
any project or contract by any public authority nor have had any contract terminated by
any public authority for breach on our part”.
14
9.15 EARNEST MONEY DEPOSIT
No tender will be considered which is not accompanied by a sum of Rs.2,50,000.00 (Rs.
Two lakhs and fifty thousand only) as Earnest Money Deposit. In the event of the bidder
withdrawing the tender before the expiry of 180 (one hundred and eighty) days from the date
of opening of the tender, the tender shall be cancelled and the earnest money deposit
therewith forfeited by the IPA.
The Earnest Money shall be paid in the form of Demand Draft(DD) issue by a Nationalized
Bank / Scheduled Bank drawn on New Delhi Branch of the Bank in favor of the Indian Ports
Association, New Delhi. The EMD must be forwarded in separate cover (cover I) along with
Tender. In case, it is not forwarded as stated above, the tender will be liable to be rejected.
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
IPA. No interest will be allowed on the earnest money from the date of receipt until it is
refunded. EMD of successful bidders/Empanelled bidders will be retained for entire period
of empanelment i.e 3 years or such extended period by IPA. 9.17 Right to accept or reject any or all proposals
9.17.1 Notwithstanding anything contained in this document, the IPA 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.
9.17.2 The Authority reserves the right to reject any Proposal if: (a) at any time, a material
misrepresentation is made or discovered, or (b) the Applicant does not provide, within
the time specified by the Authority, the supplemental information sought by the
Authority for evaluation of the Proposal. Misrepresentation/ improper response by the
Applicant may lead to the disqualification of the Applicant. If the Applicant is the Lead
Member of a consortium, then the entire consortium may be disqualified / rejected. If
such disqualification/ rejections occurs after the proposals have been opened and the
highest ranking Applicant gets disqualified / rejected, then the Authority reserves the
right to consider the next best Applicant, or take any other measure as may be deemed
15
fit in the sole. discretion of the Authority, including annulment of the Selection
Process.
9.18 Language
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.
9.19 Evaluation processes
The applications will be scrutinized as per the criteria given in the RFQ documents and
a list of empanelled consultants will be prepared and communicated to all the Major
Ports. The Major Ports as and when required will obtain financial offers (RFP) along
with key personnel required specifically for the project from the Consultants who are
empanelled and evaluated as below :
Key personnel - 70 points
Financial Bid - 30 points
9.20 Correspondence with Applicant
Given and except as provided in EOI/RFQ, the IPA shall not entertain any
correspondence with any applicant in relation to be acceptance or rejection of any
application.
IPA, 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.
16
(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 IPA 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.
9.21 Fraud and corrupt practices
9.21.1 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.
9.21.2 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 RFP 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
17
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
the case may be.
9.21.3 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 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 any person’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.
18
Appendix – I
1 Experience Criteria as per Para 7.2 POINTS : 40
1.1 For Class-A
a) Three completed similar works for the Project
each costing not less than Rs. 120 Crores.
OR
b) Two completed similar works for the Project
each costing not less than Rs. 150 Crores.
OR
c) One completed similar work for Project
costing not less than Rs. 240 Crores.
Note: For each additional project - additional 2
points will be given if the similar project cost is not
less than Rs. 120 cr and 3 points if the similar
project cost is not less than Rs. 150 cr and 5 points
if the similar project cost is not less than Rs. 240
cr.
Initial three
completed similar
works for the
project – 20 points.
Initial two
completed similar
works for the
project – 20 points.
Initial one
completed similar
works for the
project – 20 points
Max. Points-40 1.2 For Class-B
a) Three completed similar works for the Project
each costing not less than Rs. 40 Crores.
OR
b) Two completed similar works for the Project
each costing not less than Rs. 50 Crores.
OR
c) One completed similar work for Project costing
not less than Rs. 80 Crores.
Initial three
completed similar
works for the
project – 20 points.
Initial two
completed similar
works for the
project – 20 points.
Initial one
completed similar
works for the
project – 20 points
19
Note: For each additional project - additional 2 points will
be given if the similar project cost is not less than
Rs. 40 cr and 3 points if the similar project cost is
not less than Rs. 50 cr and 5 points if the similar
project cost is not less than Rs. 80 cr.
Max. Points-40
2 Human Resources as per para 8.2.1 POINTS: 10
2.1 For Class A
(Project value more than Rs. 200 Crs)-Min 20 FTE
For 20 FTE- 6
points
More than 20 FTE –
10 points
2.2 For Class B (upto Project value Rs. 200 Crs) – Min 10 FTE
For 10 FTE – 6
points
More than 10 FTE –
10 points
20
Annexure – I
21
Projects in Port Development
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Development of Cochin Outer Harbour 4,944.00 CoPT
2 Setting up of a container terminal (2.19
million TEUs) at Tuna Terka, Kandla Port
2,250.00 KPT
3 Development of 14th multipurpose berth
on BOT basis, Kandla Port
238.52 KPT
4 Development of 16th multipurpose berth
on BOT basis, Kandla Port
238.52 KPT
5 Development of Multi-Purpose Cargo
Berth at Tuna Terka on BOT basis, Stage-
II, Kandla Port
1,250.00 KPT
6 Development of JD East berths for
handling bulk cargoes at Chennai Port
360.00 ChPT
7 Development of BD II as Coal Terminal at
Chennai Port
180.00 ChPT
8 Setting up of Single Point Mooring
Terminal at Chennai Port
1200.00 ChPT
9 Development of Multi-User Liquid
Terminal II (3 MMTPA) for handling POL
products
576.00 KPL
10 Development of Liquid cargo berth and
one coastal berth at Vasco Bay
300.00 MgPT
11 Development of two beths in Vasco bay
with connecting flyover for Navy/Coast
Guard
500.00 MgPT
12 Development of Outer Harbour at Paradip
Port
4,250.00 PPT
13 Development of LNG Terminal/FSRU at
New Mangalore Port
3,000.00 NMPT
14 Development of Outer Harbour (82.50
MMTPA capacity addition) at V.O.
Chidambaranar Port (Phase I)
11,725.00 VoCPT
15 Development of Green Field Port at 6,575.15 VoCPT
22
Colachel (Enayam) in the State of Tamil
Nadu
16 Development of Additional Container
Berths in Inner Harbour or V.O.
Chadambaranar Port
1,200.00 VoCPT
17 Creation of 2nd Transloading arrangement
within KoPT limits and at Konica Sands
(Paradip Limit)
300.00 KoPT(Haldia)
18 Improving the capacity utilization of OR1
& OR2 and Fertilizer Berth at
Visakhapatnam Port
270.00 VPT
19 Development of Multipurpose Berth
Outside the Dock Basin at Kolkata
200.00 KoPT(Haldia)
20 Setting up of a fully mechanised cargo
handling jetty with backup facility (cargo
terminal-I) at Haldia Dock-II, Shalukkhali
450.00 KoPT(Haldia)
21 Setting up of a Multipurpose dry cargo
handling jetty with backup facility (cargo
terminal-II) at Haldia Dock-II,
Shalukkhali
400.00 KoPT(Haldia)
22 Setting up of a fully mechanised cargo
handling jetty with backup facility (cargo
terminal-III) at Haldia Dock-II,
Shalukkhali
450.00 KoPT(Haldia)
23 Development of New Major Port at Sagar
Island, West Bengal
1,464.00 KoPT(Kolkata)
24 Development of LPG import terminal in
Gujarat
500.00 MoP&NG
25 Development of LNG import terminal in
Kakinada in Andhra Pradesh
3,000.00 MoP&NG
26 Development of LPG import terminal in
Eastern Ports
800.000 MOP&NG
27 Multipurpose Terminals in Uran Mudflats
at JNPT
1,000.00 JNPT
28 Development of 5th Cargo Terminal at
JNPT
5,500.00 JNPT
23
29 Terminal in Nhava Creek at JNPT 600.00 JNPT
30 Construction and commissioning of
additional Liquid Bulk Berth for handling
POL at Visakhapatnam Port Trust
100.00 VPT
31 Setting up of Edible Oil Terminal at
Cochin Port
10.00 CoPT
32 Development of an Oil Jetty outside Dock
Basin at Haldia
100.00 KoPT(Haldia)
33 Finger Jetty at Vasco Bay for Liquid
Cargo, Passenger and Fishing at
Mormugao port
80.00 MgPT
34 Development of Container yard & cargo
handling at Mc-Therson Island near
Phongi Balu
2,000.00 ALHW
35 Development of Satellite port for JNPT at
Vadhavan (Dahanu, Taluka, Palghar
District)
9,167.00 JNPT/MMB
36 Development of Satellite port at Bellekeri
(North Kanara)
5,000.00 NMPT/Govt.
of Karnataka
Total 70,178.19
24
Projects in Port Modernisation
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Mechanisation of berth CJ6 for import of
fertilizers, Kandla Port
200.00 KPT
2 Mechanisation of barge jetties in Bunder
basin to support coal lighterage
operations, Kandla Port
100.00 KPT
3 Deepening and widening of Mumbai
Harbour Channel and JN Port Channel
(Phase-II)
2,029.00 JNPT
4 Development of Integrated Common Rail
Yard at JNPT for containers
200.00 JNPT
5 Development of North Anchorage at JNPT 50.00 JNPT
6 Augmentation of Fixed Fire Fighting
System at Oil Dock as per OISD 156
norms
66.00 ChPT
7 Capital Dredging Phase-V at Kamarajar
Port Limited
300.00 KPL
8 Deepening of approach channel to second
/First Chemical Berth at Mumbai Port
150.00 MbPT
9 Mechanisation of CQ1 to CQ2 berths at
Paradip Port
1,103.42 PPT
10 Modification and improvement to existing
Iron Ore handling plant at Paradip Port
175.00 PPT
11 Expansion of the Mechanised Coal
Handling Plant (MCHP) stack yard for
additional coal storage
150.00 PPT
12 Mechanisation of Berth No. 8 for handling
container and other clean cargoes.
200.00 NMPT
13 Dredging in front of North Cargo Berth-
III, North Cargo Berth-IV, 5 Nos of SDB
berths and SEPC berth at V.O.
Chidambaranar Port
1,150.58 VoCPT
14 Installation of Marine Unloading Arms for
handling LPG at 1st, 2nd and 3rd oil jetty of
150.00 KoPT(Haldia)
25
Haldia Dock Complex
15 Mechanisation of berth 3 at Kolkata Port 150.00 KoPT(Haldia)
16 Utilisation of full capacity at North Cargo
Berth 1 at V.O. Chidambaranar Port
760.00 VoCPT
17 Dredging of – 5 km common channel of
Magdalla and Sewagram in Gujarat to
facilitate coastal movement of cement
30.00 SDC/GMB
18 Re-arrangement of yard for improving the
efficiency of Port’s Container Terminals
and allow for inter terminal movement at
JNPT
200.00 JNPT
19 Additional coal stack yard for VGCB to
increase the terminal capacity at
Visakhapatnam Port
150.00 VPT
20 Conversion of OCT to handle Steel Cargo
and Cars at Mumbai Port
100.00 MbPT
21 Mechanised food grain handling facility at
Cochin Port
120.00 CoPT
22 Mechanised fertilizer handling facility at
Cochin Port
155.00 CoPT
23 Mechanised fertilizer handling facility at
New Mangalore Port
155.00 NMPT
24 Mechanised food grain handling facility at
New Mangalore Port
120.00 NMPT
25 Up gradation of Coal jetty II (CJ-II) at
VOC Port, Tuticorin
250.00 VoCPT
26 Circulation plan for ease of movement of
break bulk cargo at Mormugao Port
50.00 MgPT
27 Establishment of Vessel Traffic
Management Service (VTMS) at Karwar
11.63 DGLL
28 Extension and raising of Breakwater by
300 meter at Campbell Bay in Great
Nicobar
600.00 ALHW
29 Extension of Mus Island Breakwater with
additional Wharf along with shore
600.00 ALHW
26
30 Augmentation of Kandla LPG import
terminal
300.00 IOCL&KPT
31 Mechanisation of berth CJ2 for export of
food grains at Kandla
155.00 KPT
32 Modernisation of Sassoon Dock fishing
harbour in Mumbai Port
52.17 MbPT/MoAFW
Total 9,982.80
27
Projects in Port Led Development
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Development of Free Trade Warehousing
Zone (FTWZ) near Cochin Port
600.00 CoPT
2 Development of Cochin Smart Port City 3,000.00 CoPT
3 Development of Port based Special
Economic Zone (Phase-I) at JNPT
468.82 JNPT
4 Development of Free Trade Warehousing
Zone on DBOFT basis at KPL
889.00 KPL
5 Power complex in Andhra Pradesh 7,000.00 SDC/MoP
6 Power complex in Maharashtra 7,000.00 SDC/MoP
7 Power complex in Tamil Nadu 7,000.00 SDC/MoP
8 Development of an integrated export
based leather and footwear cluster in
Kolkata/Bantala
1,800.00 SDC/MIC &
DIPP
9 Development of an integrated export
based leather and footwear cluster in
Perambur
1,800.00 SDC/MIC &
DIPP
10 Development of an integrated export
based leather and footwear cluster in
Muzaffarpur
1,800.00 SDC/MIC &
DIPP
11 Export based electronics cluster in
Northern Maharashtra
3,500.00 SDC/MoCIT
12 Export based electronics cluster in
Northern Tamil Nadu/Andhra Pradesh
3,500.00 SDC/MoCIT
13 Export based apparel cluster in Vidarbha 3,500.00 SDC/MoT
14 Export based apparel cluster in Central
Andhra Pradesh
3,500.00 SDC/MoT
15 Export based apparel cluster in
Saurashtra
3,500.00 SDC/MoT
16 Development of marble based furniture
cluster in Kutch
2,300.00 SDC/MCI &
DIPP
28
17 Development of wooden furniture cluster
in Kerala
2,300.00 SDC/MCI &
DIPP
18 Development of bamboo based furniture
hub in Assam
2,300.00 SDC/MCI &
DIPP
19 Development of Cement cluster in Gujarat 700.00 SDC/MCI &
DIPP
20 Development of Cement cluster in Central
Andhra Pradesh
700.00 SDC/MCI &
DIPP
21 Development of Steel Cluster in Southern
Maharashtra/ Goa
10,500.00 SDC/
Ministry of
Steel
22 Development of Steel Cluster at Ennore 10,500.00 SDC/
Ministry of
Steel
23 Development of Automotive cluster at
Sanand
4,600.00 SDC/MCI
24 Development of Port-based Mega food
processing park in Southern Maharashtra
2,350.00 SDC/MoFPI
25 Development of Port-based Mega food
processing park in Kakinada
2,350.00 SDC/MoFPI
26 Petrochemical cluster at Ennore 5,000.00 SDC/MoP&NG
27 Petrochemical cluster at Gujarat 5,000.00 SDC/MoP&NG
28 Petrochemical cluster at Kakinada 5,000.00 SDC/MoP&NG
29 Petrochemical cluster at Mangalore 5,000.00 SDC/MoP&NG
30 Development of Greenfield refinery at
Tamil Nadu
25,000.00 SDC/MoP&NG
31 Development of Greenfield refinery at
Maharashtra
20,000.00 SDC/MoP&NG
32 Development of Smart Industrial Port City
(SPIC) at Paradip
To be assessed PPT
33 Development of Smart Industrial Port City
(SPIC) at Kandla-Gandhidham-Adipur
Complex
To be assessed KPT
Total 1,50,657.00
29
Shipbuilding, Ship Repair and Ship Breaking
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Supplying, operating and maintaining 2
Nos. of 50 T Bollard Pull Tug on hiring
basis
175.00 NMPT
2 Construction of Floating Dry Docking
facility on DBOFT basis through PPP
mode at V.O.C. Port
200.00 VoCPT
3 Modernisation of Ship Repairing facilities
at Kolkata Dock System
100.00 KoPT(Kolkata)
4 Development of Marine cluster at Ennore 4,100.00 SDC
5 Building Barge Jetties to Support the
Anchorage operations at Haldia
120.00 KoPT
6 Dry Docking facilities at Mumbai Port 50.00 MbPT
7 New Dry Dock facility at Cochin Shipyard
Ltd., Kochi
1,500.00 CSL
8 International Ship Repair Facility (ISRF)
project at Cochin Port Trust premises,
Kochi
970.00 CSL
9 Providing Ship Repair facility (Ship-lift/
slipway) capable of handling 5000 DWT
vessels, at Port Blair Port
500.00 PMB
10 Extension of Dry Dock-II at Marine
Dockyard in Port Blair
96.24 ALHW
11 Development of New Dry Dock-II at
Bambooflat (for Mainland Vessels)
455.00 ALHW
12 Acquisition of 2 nos. Suezmax tankers 844.00 SCI
13 Procurement of 8000 Cu.M hopper
capacity Trailer Suction Hopper Dredger
450.00 DCI
Total 9,560.24
30
31
Maritime Education, Training and Skill Development
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Development of Gujarat Maritime
University
858.50 GMB
2 Setting up Logistics and Maritime
University at Kakinada, Andhra Pradesh
300.00 Govt. of AP
3 Procurement of VTS Simulator for
Training Centre at Kolkata
3.00 DGLL
4 Capacity building of workers involved in
ship recycling activities at Alang, Gujarat
30.00 GMB
Total 183.34
32
Inland Water Transportation and Coastal Shipping
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Development of IWT Terminal at Paradip
Port
300.00 PPT
2 Setting up of Outer Riverine Terminal (OT-
1) at Kolkata Port
413.28 KoPT(Haldia)
3 Setting up of Outer Riverine Terminal (OT-
2) at Kolkata Port (Haldia Dock)
190.00 KoPT(Haldia)
4 Construction of IWT jetties in lieu of
existing Inland Vessel Wharves/jetties of
KoPT on River Hoogly near Kolkata
120.00 KoPT(Haldia)
5 Capacity Augmentation of Navigational
Infrastructure of National Waterway-I
400.00 KoPT(Haldia)
6 Dedicated coastal berth for food grain
imports at V O Chidambaranar Port in
Tuticorin
80.00 VoCPT
7 Development of Coastal Berth for Liquid
cargo at JNPT
20.00 JNPT
8 Development of coastal food export berth
for rice in Kakinada Anchorage Port
150.00 FCI
9 Movement of 3 MMTPA import coal from
Bay of Bengal to NTPC Barh, Bihar for a
period of 10 years
1,100.00 IWAI
10 Development of GR Jetty and BISN jetty
through PPP mode in Kolkata on National
Waterway-1
102.00 IWAI
11 Development of Ro-Ro Terminal on
Brahmaputra (NW-2) for providing Ro-Ro
Services
82.26 IWAI
12 Construction of new navigation lock gate at
Farakka
344.35 IWAI
33
13 Assured Depth Contract between
Bhagalpur-Farakka Stretch
203.00 IWAI
14 Construction of Multimodal Terminal at
Ghazipur
200.00 IWAI
15 Construction of Multimodal Terminal at
Haldia
465.00 IWAI
16 Construction of Multimodal Terminal at
Patna
200.00 IWAI
17 Construction of Multimodal Terminal at
Tribeni/Kalyani
200.00 IWAI
18 Consultancy for Supporting Services for
Design of Inland Vessels for Capacity
Augmentation of National Waterway-1
4.25 IWAI
19 Fairway Development of Krishna River in
NW-4
80.00 IWAI
20 Development of IWAI for transportation of
cargo on Ghagea River
410.00 IWAI
21 Development of IWAI for transportation of
cargo on Gandak River
510.00 IWAI
22 Development of IWAI for transportation of
cargo on Kosi River
275.00 IWAI
23 Development of Indo Bangladesh Protocol
route for day night navigation on the
Sunderbans River
25.00 IWAI
24 Development of IWT for transportation of
cargo on Mandovi, Zuari and Cumberjua
River
377.00 IWAI
25 Development of IWT for transportation of
cargo on Barak River
120.00 IWAI
26 Development of Multimodal Inland Water
Transport terminal at Sahibganj in
Jharkhand
534.00 IWAI
34
27 Ro-Pax Ferry Services between Gogha and
Dahej in Gulf of Cambay
509.00 GMB
Total 7,414.14
35
Investment Opportunities in Maritime States
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Providing alternative Road from
Bhavnagar to Sosiya-Alang Ship Recycling
Yard
90.00 GMB
2 Azhikkal Port - Proposed NH – Bypass and
widening of 2 km
61.00 Govt of Kerala
3 Upgrading of Manginapudi Beach Road to
a 4 lane road
60.00 Govt. of AP
4 Upgrading 24 Km road to four lane that
connects Nellore City (NH-16) to
Krishnapatnam Port in Andhra Pradesh
350.00 Govt. of AP
5 Development of Four lane green field road
from Machilipatnam South Port to NH-9 in
Andhra Pradesh
458.00 Govt. of AP
6 Development of Four Lane green field road
from Machilipatnam North Port to NH-SH-
46 in Andhra Pradesh
232.00 Govt. of AP
7 Development of 7.2Km green field road
connecting NH 65 to Machilipatnam Port
in Andhra Pradesh
175.00 Govt. of AP
8 Development of Four lane of Kakinada
Anchorage Port Uppada beach road
connection upto NH-16 in East Godavari
District of Andhra Pradesh
980.00 Govt. of AP
9 Formation of New By-pass parallel Road
west of NFCL and CFL in Kakinada
Andhra Pradesh
70.00 Govt. of AP
10 Upgrading existing R&B road from
Chilakuru to Power plants near
Krishnapatnam Port in Andhra Pradesh
300.00 Govt. of AP
11 Construction of two Nos. of four lane
ROBs at (i) Dummulapeta and (ii) Old Port
80.00 Govt. of AP
36
area in Kakinada, Andhra Pradesh
12 Development of 5Km long Green field
Road connecting South and North
industrial cluster of Khandaleru creek Near
Krishnapatnam Port Andhra Pradesh
90.00 Govt. of AP
13 Augmentation of road connectivity to
Cuddalore
603.00 TNMB
14 Development of Fisheries Harbour at
Kulai, Mangalore, Karnataka
230.00 Govt. of
Karnataka
15 Doubling of the existing rail link
connecting Dhamra Port to Bhadrak on
Chennai- Howrah main line
1,500.00 Dhanra Port
16 Connectivity to NH – 17 – Upgrading of
SH 92, 96, 97 to connect NH17 to North
and South banks of Dighi Port
600.00 Digi Port
17 Up gradation of SH 164 (Nivli to Jaigad) to
connect Jaigad Port to NH 17 at Nivali
(PE69)
333.00 JSW Jaigarh
Port Ltd
18 Four Lane green field road to
Krishnapatnam Port from Naidupeta in
Andhra Pradesh
670.00 Govt. of AP
19 Development of four lane bypass road for
existing Gangavaram Port connectivity
road in Visakhapatnam District in Andhra
Pradesh
80.00 Govt. of AP
20 Upgradation of existing B.T. Roads and
backup area in to C.C. Pavement in the
Anchorage Port area of Kakinada Port in
Andhra Pradesh
31.00 Govt. of AP
21 Upgrading of the existing four lane road
connecting to NH16 to Gangavaram Port in
to six lane road in Andhra Pradesh
50.00 Govt. of AP
22 Development of Fishing Harbour in
Juvvaladinne for Coastal Community in
100.00 Govt. of AP
37
SPSR Nellore District in Andhra Pradesh
23 Four lane road connectivity for the existing
two lane road from Kakinada Port to NH16
at Rajanagaram in East Godavari District,
Andhra Pradesh
600.00 Govt. of AP
24 Four lane road connectivity for the existing
two lane road from Achampeta Junction to
joining NH 16 at Kathipudi in East
Godavari District Andhra Pradesh
500.00 Govt. of AP
25 Development of River Chapora for eco-
friendly tourism activities and inland water
transport
100.00 Govt. of Goa
26 2nd stage development of Karwar Port in
Uttara Kannada District
2,500.00 Govt. of
Karnataka
27 Development of Green Field, Deep Draft
Modern Port at Tadri in Uttara Kannada
District
3,000.00 Govt. of
Karnataka
28 Planning, Designing and Development of a
Captive Port at Pavinakurve in
HonnavarTaluka of Uttara Kannada
District
1,000.00 Govt. of
Karnataka
29 Development of Honavar Port in
Honnavartaluka of Uttara Kannada District
511.00 Govt. of
Karnataka
30 Providing Infrastructure to Facilitate Ro-
Ro Pax Services and construction of Break
Water at Mandwa, Tal. Alibag,
Maharashtra
130.00 MMB
31 Development of Chettinad Tharangambadi
Captive port in Nagapattinam district
1,000.00 TNMB
32 Development of port – based Special
Investment Region (SIR) at Navlakhi
To be decided GMB
33 Development of coastal jetty by GMB at
Navlakhi and Porbandar
300.00 GMB
38
34 Development of Maritime Cluster in
Gujarat
373.00 GMB
35 Development of Nargol Port in Gujarat 4,000.00 GMB
36 Development of Dahej Port in Gujarat 2,501.80 GMB
37 Bahabalpur Port at Bahabalpur in Balasore
District, Odisha
4,576.00 Govt. of
Odisha
38 Bahuda Port at Bahuda in Ganjam District,
Odisha
3,454.00 Govt. of
Odisha
39 Development of Infrastructure facilities at
Cuddalore Non Major Port.
98.20 TNMB
40 Development of Infrastructure facilities at
Kanniyakumari Port
20.00 TNMB
41 Construction of Bridge from Rajachak to
Nandigram over Haldi River in Purba
Mednipur
500.00 Govt. of West
Bengal
42 West Bengal North- South Road Corridor
Project (SASEC Port Connectivity)
4,697.00 Govt. of West
Bengal
43 Renovation and Upgradation of 103 Nos of
Jetties over the rivers of Haldi, Bhagirathi
and Hooghly
210.00 Govt. of West
Bengal
44 Water Transportation Facility from Kolkata
to Digha including construction of a jetty at
Digha
20.00 Govt. of West
Bengal
45 Construction of Marine Aquarium/Museum
at Digha
20.00 Govt. of West
Bengal
46 Establishment of Off-shore Transhipment
of Bulk Cargo in the Andaman Islands
500.00 A&N
Administration
Total 37,754.00
39
Cruise Shipping and Light House Tourism
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 International Cruise Terminal at Cochin
Port
1,000.00 CoPT
2 Modernizing the cruise Terminal at Indira
Dock to International Standards
54.00 MbPT
3 Ropeway service between Sewree Fort and
Elephanta island in Mumbai Harbour
150.00 MbPT
4 Operation and Maintenance of Cruise
Terminal at Mormugao Port
8.79 MgPT
5 Development of Marina on DBFOT basis
through PPP mode at V.O.C.Port for a
period of 30 years
33.69 VoCPT
6 Seaplane operations on Hooghly River 6.00 KoPT(Kolkata)
7 Development of mega-cruise terminal in
Mumbai
600.00 SDC
8 Development of Cruise tourism on
National Waterways
100.00 IWAI
9 Development of Tourism at 78 Lighthouses 1,250.00 DGLL
Total 3,202.48
40
Hinterland Connectivity and Multimodal Logistics
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Developing a Dry Port at Jalna 400.00 JNPT
2 Development of Dry Port at Nagpur 400.00 JNPT
3 Development of Road Facilities For Cargo
Evacuation inside the Chennai Port
100.00 ChPT
4 Connectivity from Sheela Nagar junction
to Anakapalli – Sabbavaram/ Pendurti
Anandapuram Road NH16 (Former Nh5)
Phase-III
505.02 VPT
5 Direct Connectivity to Mindi Yard in
Visakhapatnam Port from Eco.Railway
117.00 VPT
6 New ICD Development in South
Uttarakhand
85.00 SDC/MCI
7 New ICD Development in North MP/CG
border (Singrauli)
85.00 SDC/MCI
8 New ICD Development in Central
Rajasthan (Nagaur))
85.00 SDC/MCI
9 New ICD Development in Hyderabad 85.00 SDC/MCI
10 New ICD Development in North Bengal
(Darjeeling)
85.00 SDC/MCI
11 New ICD Development in Raipur 85.00 SDC/MCI
12 Connection of western DFC to Mundra 3,500.00 SDC/MoR
13 Connection of western DFC to Pipavav 2,500.00 SDC/MoR
14 Connection of western DFC to Hazira 3,000.00 SDC/MoR
15 Expressway from Whitefield industrial
cluster (Bangalore) to Chennai
10,000.00 SDC/MoRTH
16 Expressway from Whitefield industrial
cluster (Bangalore) to Enayam
3,000.00 SDC/MoRTH
41
17 Expressway from Sarkhej (Ahmedabad) to
Pipavav
9,000.00 SDC/MoRTH
18 Expressway from Tirupur industrial cluster
(Coimbatore) to Enayam
1,300.00 SDC/MoRTH
19 Expressway from Sanathnagar industrial
cluster (Hyderabad) to Vodarevu
10,000.00 SDC/MoRTH
20 Expressway from Sarkhej (Ahmedabad) to
Mundra
10,000.00 SDC/MoRTH
21 Expressway from Panagarh (Durgapur) to
Haldia
9,000.00 SDC/MoRTH
22 Expressway from Sanathnagar industrial
cluster (Hyderabad) to Jawaharlal Nehru
Port Trust
22,000.00 SDC/MoRTH
23 Expressway from Dighi Industrial Cluster
(Pune) to Jawaharlal Nehru Port Trust
4,500.00 SDC/MoRTH
24 Expressway from Ahmedabad to
Jawaharlal Nehru Port Trust
18,000.00 SDC/MoRTH
25 Salaya Mathura crude pipeline expansion 1,000.00 MoP&NG/IOC
26 Product pipeline from Paradip to
Hyderabad
3,000.00 MoP&NG/IOCL
27 Flyovers at Y junction, approaches to
existing terminals to improve flow of
containers Movement
200.00 JNPT
28 Flyover for GTI Entry/Exit over the Rail
Tracks for seamless traffic movement at
Jawaharlal Nehru Port Trust
70.00 MoP&NG/IOCL
29 Four lane road from Northern gate of
Kamarjar port to Thachur, outer ring
corridor - 6 laning with service roads
271.00 SDC
30 Northern Rail Link connecting north of
Minjur to Kamarajar Port Limited
228.00 KPL
31 Hare Island - Red Gate - Tuticorin Thermal 105.00 VoCPT
42
Power Station Circle Road Connectivity
32 Evacuation road to the standalone
Container Terminal (330m extension to
DPW terminal) upto Karal
120.00 JNPT
33 Improvement of existing road connecting
Kolkata Port Trust to NH6 and nearby
Industrial Clusters
24.00 JNPT
34 Rail connectivity between proposed Port at
Sagar Island and Kashinagar Rail station
270.00 KoPT
35 Road connectivity between proposed Port
at Sagar Island and Muriganga bridge &
between Muriganga bridge and proposed
Rail yard at Kashinagar
171.00 KoPT
36 New ICD development in Jharsuguda 85.00 SDC/MCI
Total 1,13,376.00
43
Green Port Initiatives
Sl.
No
Project Name Project Cost
(Rs in Cr)
Project
Proponent
1 Development of 14.5 MW Wind Farm,
Chennai Port
95.00 ChPT
2 Setting up of 25 MW Solar power plant at
Jawaharlal Nehru Port Trust
150.00 JNPT
3 Setting up of 14 MW solar power plant at
Kandla Port Trust
84.00 KPT
4 Setting up of 15 MW renewable power
plant at V.O. Chidambaranar Port Trust
90.00 VoCPT
Total 419.00
44
(Technical Proposal-Standard Forms)
Form TP 1: Letter of Proposal submission
Form TP 2: Consultant’s organization & experience
Form TP 3: Comments & suggestions on TOR
Form TP 4: Approach & Methodology
Form TP 5: Curriculum vitae
Form TP 6: Information regarding any conflicting activities and declaration thereof.
Technical Proposal-Other Undertakings
1. An undertaking stating that firm/organization is not blacklisted by Government or its
agencies including Central/State Level Public Enterprises.
2. Undertaking stating that “Team Leader/Members would be maintained during the actual
assignment to be awarded in case they are selected. In case replacement is inevitable, the
equivalent qualification and experienced team/lead/member will be inducted to carry out
the assignment in case of award.”
3. Undertaking stating that “I/We certify that in the last three years, we/any of the
consortium members have neither failed to perform on any contract, as evidenced by
imposition of Penalty by an arbitral or Judicial authority or a Judicial pronouncement or
arbitration award, nor been expelled from any project or contract by any public authority
nor have had any contract terminated by any public authority for breach on our part.”
4. An undertaking regarding non-disclosure/sharing of confidential information with third
parties.
45
FORM TP-1
LETTER OF PROPOSAL SUBMISSION
TO: [Name and address of Employer]
Dear Sirs,
We, the undersigned, offer to provide the consulting Assignment/job for [Empanelment of
Consultants-]in accordance with your Request for Proposal dated [insert date] and our Proposal.
We are hereby submitting our Proposal, which includes this Technical Proposal sealed under a
separate envelope and requisite EMD.
We are submitting our Proposal in association with [Insert a list with full name and address of each Consultant]
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, we undertake to negotiate on
the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications
resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely
Authorized Signature [in full and initials];
Name and Title of Signature:
Name of Firm:
Address:
46
FORM TP-2
CONSULTANT’S ORGANIZATION AND EXPERIENCE
A- Consultant’s Organization
[Provide here a brief description of the background and organization of your firm/entity and
each associate for this Assignment/job. The brief description should include ownership
details, date and place of incorporation of the firm, objectives of the firm etc. Also if the
consultant has formed a consortium, details of each of the member of the consortium, name of
lead members etc shall be provided]
B- Consultant’s Experience
[Using the format below, provide information on each Assignment/job for which your firm,
and each partner in the case of consortium or joint venture, was legally contracted either
individually as a corporate entity or as one of the major partners within an association, for
carrying out consulting Assignment/job similar to the ones requested under this
Assignment/Job (if possible, the employer shall specify exact assignment/job for which
experience details may be submitted). In case of consortium, association of consultants, the
consultant must furnish the following information for each of the consortium member
separately]
47
A) Organizational Experience
Sl.
No
.
Name of
Entity
with
complete
commun
ication
address.
Order
No.
and
Date
Scope
of
Consul
tancy
work
Date of
award
of
contract
&
Contrac
t Period
Value of
Contract
Actual
Date of
Completi
on
Person/ Project
authority who
could be
contracted for
further
information.
Supporting
Document
B) Skill & Competencies & Key Personnel
SL.
No.
Name of the Key
personnel
Qualification/
Professional
qualification
No of Years
Experience
Details of
Experience
Remarks
C) Gross Annual Revenue ( in `)
Financial year Gross Annual
revenue/Turnover
Revenue/Turnover from
consultancy business
Remarks
2013-14
2014-15
2015-16
(Seal & Signature of Bidder)
48
Note: Please provide documentary evidence from the client i.e. copy of work order,
contract and completion certificate for each of above mentioned assignments. The
Competent Authority of the consulting firm shall self-certify if the firm has non-disclosure
agreements with its clients. The experience shall not be considered for evaluation if such
requisite support documents are not provided with the proposal. In case of selection, the
details of work order, contract and completion certificate which have non-disclosure
agreements shall be submitted for verification.
49
FORM TP-3
COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON
FACILITIES TO BE PROVIDED BY THE EMPOLYER
1. on the Terms of Reference
[Suggest and justify here any modifications or improvement to the Terms of Reference you
are proposing to improve performance in carrying out the Assignment/job (such as deleting
some activity you consider unnecessary, or adding another, or proposing a different phasing of
the activities). Such suggestions should be concise and to the point, and incorporated in your
proposal]
50
FORM TP-4
DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGMENT/JOB
Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal divided into the following
three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing
a) Technical Approach and Methodology: In this chapter you should explain your
understanding of the objectives of the Assignment/job, approach to the Assignment/job,
methodology for carrying out the activities and obtaining the expected output, and the
degree of detail of such output. You should highlight the problems being addressed and
their importance, and explain the technical approach you would adopt to address them.
You should also explain the methodologies you prose to adopt and highlight the
compatibility of those methodologies with the proposed approach.
b) Work Plan: The consultant should propose and justify the main activities of the
Assignment/job, their content and duration, phasing and interrelations, milestones
(including interim approvals by the employer), and delivery dates of the reports. The
proposed work plan should be consistent with the technical approach and methodology
showing understanding of the Tor and ability to translate them into a feasible working
plan. A list of the final documents, including reports and tables to be delivered as final
output, should be included here.
c) Organization and Staffing: The consultant should propose and justify the structure and
composition of your team. You should list the main disciplines of the Assignment/job, the
key expert responsible, and proposed technical and support staff.]
51
FORM TP-5
CURRICULUM VITAE (CV) FOR PROPOSED KEY PERSONNEL
1. Proposed Position :
[For each position of key professional separate from Tech-5 will be prepared]:
2. Name of Firm :
[Insert name of firm proposing the Staff]:
3. Name of Staff :
[Insert full name]:
4. Date of birth :
5. Nationality :
6. Education :
[Indicate college/university and other specialized education of staff member, giving names
of institutions, degrees obtained, and dates of obtainment]:
7. Membership of Professional Associations :
8. Other Training :
9. Countries of work experience :
[List countries where staff has worked in the last ten years]:
10. Languages :
[For each language indicate proficiency: good, fair, or poor in speaking, reading, and
writing]:
11. Employment Record :
[Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of
employment name of employing organization, positions held]:
From [Year]: To Year]
Employer:
Positions held:
52
12. Detailed Tasks Assigned :
[List all tasks to be performed under this Assignment/Job]:
13. Work undertaken that best illustrates Capability to Handle the Tasks Assigned: [Among
the Assignment/Jobs in which the staff has been involved, indicate the following
information for those Assignment/jobs that best illustrate staff capability to handle the
tasks listed under point 12]
Name of Assignment/job or project:
Year:
Location:
Employer:
Main project features:
Positions held:
Activities performed:
14. Certification :
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any wilful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
[Signature of staff member or authorized representative of the staff]
[Full name of authorized representative]
Date :
Place :
53
FORM TP-6
INFORMATION REGARDING ANY CONFLICTING ACTIVITIES
AND DECLARATION THEROF
Are there any activities carried out by your firm or group company or any member
of the consortium which are of conflicting nature as mentioned in RFQ, If yes,
please furnish details of any such activities.
If no, please certify,
We hereby declare that our firm our associate/group firm or any of the member of
the consortium are not indulged in any such activities which can be termed as the
conflicting activities at this present moment. Further, we hereby agree to disclose
any further conflicting activities, in case they occur, till the finalization of the bid.
We also acknowledge that in case of misrepresentation of the information, our
proposals/contract shall be rejected/terminated by the employer which shall be
binding on us.
Authorized Signature [in
full and initials]: Name and
title of Signatory:
Name of Firm: Address:
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
1 IPA/GAD/Consultant-TA/2016
S.No Clause Description Details of Item per Tender
Requirement
Query/ Suggestion Clarifications
Name of Firm: M/s TRACTEBEL ENGINEERING Pvt. ltd.
1 Document Fee / Application Fee
Page No 04, 07, 12 of
53
Submission of document fee of
Rs.10, 000/- for each RFQ on or
before 1500 Hrs on 06/03/2017.
In case, if RFQ is downloaded
from website, the requisite
document fee of Rs. 10,000/- in
form of Demand Draft, In favor
of Indian Ports Association shall
be submitted along with bid.
4.3. The applicants, who have
submitted application fee will
only be allowed to participate in
the pre-bid meeting.
submit along with the bid
document Rs. 10,000/- as non-
refundable application fee.
The referred clauses are contradictory.
Please clarify. Bidders have to submit
one EMD and separate
document fee for each
category (i.e for this RFQ,
maximum three document
fee can be submitted).
Suppose a bidder wants to
apply only under
Category-1 but for all the
5 sub categories, then he
has to submit one
document fee.
EMD will be one for all
the three categories i.e
1,2,3.
2 6.0 Brief Scope in various
disciplines
Page No. 08 of 53
6.1 Category – 1........
6.2 Category – 2 ....
6.3 Category – 3.....
The brief scope given for various
disciplines are very generic.
Refer Form TP-3, where RFQ asked
for comments and suggestions on
TOR and in Form TP-4, where RFQ
asked for technical approach,
TP-3 & TP 4 stands
deleted. Please refer to
Addendum No -2
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
2 IPA/GAD/Consultant-TA/2016
methodology, work plan, organisation
and staffing.
In order to understand the technical
requirements, we suggest you to
provide the detailed TOR for each
category.
3
8.0 Evaluation Criteria for
category -1,2,3
works
Page No. 11 of 53
8.1.1 - Response : The applicant
should submit clients completion
certificate for each assignment to
support their claim along with
firm’s experience and team
experience separately not more
than 2 pages for specific
assignments by the authorized
person of the firm.
The requirement of team experience
for specific assignment is not clearly
understandable. Request you further
elaborate the requirement for our
better understanding.
Team Experience means
Team profile
Contribution made by
each member of the
Team in the project
The length of service of
each team member
4 9.15 Earnest Money Deposit
Page No. 14 of 53
No tender will be considered which
is not accompanied by a sum of
Rs.2,50,000.00 (Rs. Two lakhs and
fifty thousand only) as Earnest
Money Deposit. In the event of the
bidder withdrawing the tender
before the expiry of 180 (one
hundred and eighty) days from the
date of opening of the tender, the
tender shall be cancelled and the
earnest money deposit therewith
forfeited by the IPA.
Since, it is an Empanelment process,
we request you to consider
submission EMD in the form of Bank
Guarantee (BG). Also, Bank
Guarantee format may be provided for
our reference.
Clause remains
unchanged
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
3 IPA/GAD/Consultant-TA/2016
The Earnest Money shall be paid in
the form of Demand Draft(DD)
issue by a Nationalized Bank /
Scheduled Bank drawn on New
Delhi Branch of the Bank in favor
of the Indian Ports Association,
New Delhi
5 9.19 Evaluation Process
Page No. 15 of 53
The weights given to Key
Personnel and financial Bid
are:
• Key Personnel = 70 Points
• Financial Bid = 30 Points
This is a very specialized work. Deep
knowledge and understanding on the
subject plays a major role. Hence, we
propose the points for evaluation on
Key personnel as 80 Points and
Financial as 20 points, rather than 70
points and 30 points as proposed in
RFQ. It is requested to amend QCBS
weightage for the evaluation
accordingly.
Clause remains
unchanged
6 Form TP-3 - Comments &
suggestions on TOR
Page No. 49 of 53
Comments & suggestions on TOR Kindly illustrate the Terms of
Reference (TOR) for us to provide
comments and suggestions.
TP-3 & TP 4 stands
deleted. Please refer to
addendum -2
7 Form TP-4 - Approach &
Methodology
Page No. 49 of 53
Technical approach, methodology
and work plan are key components
of the Technical Proposal. You are
suggested to present your
Technical Proposal divided into the
following three chapters:
Kindly illustrate the Terms of
Reference (TOR) for us to present
technical approach, methodology etc.
TP-3 & TP 4 stands
deleted. Please refer to
addendum -2
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
4 IPA/GAD/Consultant-TA/2016
a) Technical Approach and
methodology,
b) Work Plan, and
c) Organization and Staffing
8 The Schedule for Receipt of the
application :Page No. 04 of 53
Receipt of offers on or before
27/03/2017 before 3:00PM (IST).
The opening of offers at 3.30 PM
on27/03/2017
Request you to kindly extend the date
of submission by at least 2 weeks
from the date of receipt of pre bid
clarifications.
Extended.
Please refer to
Addendum-1 on the
website.
Name of Firm : M/s ROYAL HASKONING DHV
9. Pg 4 – Tender Doc fee /
Pg 12 - Clause 9.3
. Can the Tender Doc fee submitted
along with the Response to the
Empanelment RFQ? i.e. on the
submission date ?
Please clarify if the consultant wants
to submit its application for all sub
categories in category 1, can they
submit one Demand Draft for INR
10,000 for this category? SO likewise
if a consultant wants to bid for Class
A all categories, 3 DDs will need to
be submitted. Please confirm
Please refer clarification
at SI No 1 above
10 Pg 14 – EMD, Clause 9.15 We kindly request you to accept the
EMD in the form of Bank Guarantee.
Please confirm.
Clause remains
unchanged
11 Pg 50 - Form TP - 4 Please confirm if this is required to be
submitted at this stage? TP-3 & TP 4 stands
deleted. Please refer to
addendum -2
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
5 IPA/GAD/Consultant-TA/2016
12. Pg 53 - Form TP – 6 Please confirm if this is required to be
submitted at this stage?
Yes
Name of Firm : M/s Alia Consulting Solutions
13 We are empanelled as consultant. Do
we still need to re-empanel? Yes.
Please refer Notice on IPA
Website
Name of Firm : M/s CRISIL
14 Clause 7.1 Average annual turnover during
the last 3 financial years ending
31st March (, 2013-14, 2014-15
and 2015-16) should be at least,
Rs 75 Lakhs
We observe an accounting cycle with
year ending on December 31st. Thus
request you to accept, Average annual
turnover during the last 3 financial
years ending with 31st December
(2013, 2014 and 2015
Accepted w.r.t only those
companies who observe
accounting cycle with year
ending on December 31st
15 Clause8.1.1 The applicant should submit clients
completion certificate for each
assignment to support their claim
along with firm’s experience and
team experience separately in not
more than 2 pages for specific
assignments by the authorized
person of the firm.
Request to consider the mandate letter
or CA certificate in cases where
completion certificate is not available.
Certificate from statuary
auditor for receipt of
100% professional fee for
each assignment to
support the claim will also
be considered in place of
completion certificate.
However, if required, IPA
will verify the completion
claim from client.
Name of Firm : M/s Worley Parsons India Private Ltd
16.a Category-1 on Page 3
Item (e), “Rock dredging works”, is
usually part of the “Dredging Works” Clause remains
unchanged
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
6 IPA/GAD/Consultant-TA/2016
when considering technical
consultancy. Hence, we request that
items (e) and (d) be merged for both
Class-A and Class-B empanelment
16.b Note on Page 4 Note states “The bidder needs to
submit only one EMD irrespective of
the number of categories”. Please
confirm that only one EMD of value
Rs.2,50,000 (Two Lakh and Fifty
Thousand) is to be submitted
regardless of the number of Classes
and Categories that the consultant
applies for.
Please refer clarification
at SI No 1 above
17 Page 10 The RFQ document states “Similar
Works: The Tenderer should have
experience of providing advisory
services as mentioned in respective
Categories under Article-6”. Please
elaborate on this clause. Is Article 6
the same as “Section 6.Brief scope of
various disciplines”?
Yes
18.a Clause 8.1.1 on Page 11 Clause states “For each assignment,
the applicant should provide details of
the nature of consultancy provided,
The clause is self-
explanatory
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
7 IPA/GAD/Consultant-TA/2016
the clients response, the further action
taken by the client in implementation
and…” Please elaborate on “Clients
response and the further action taken”.
Specifically, what information do you
require us to furnish.
18.b Response on Page 11 Response states “The applicant should
indicate the details of FTE
professionals along with supporting
documents for their engagement and
provide an organization structure of
the applicant indicating the FTE
professional in that category”. Please
clarify if a letter from Human
Resources confirming that the listed
employees are FTEs of our
organization will suffice.
Employees/Professionals
who has exclusive long
term contract of more
than 3 years shall be
considered as FTE.
Letter issued by the HR
department of the
company will suffice as
supporting documents
19. Clause 9.6 on Page 12 Clause states “For applicants who are
subsidiaries of foreign companies
(Equity of Foreign entity more than
50%) and if their turnover are
claimed, the IPA/Major Port shall
insist a letter from the Parent
Company to make their services
available to Indian Company as
Yes, but subsidiaries of
foreign companies (Equity
of Foreign entity more
than 50%)
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
8 IPA/GAD/Consultant-TA/2016
required and demanded by IPA/Major
Port without any extra financial
liabilities”
Worley Parsons India Private Ltd is a
subsidiary of Worley Parsons and we
would like to use the credentials (both
technical and financial) of our foreign
entities to support our application for
empanelment. Please confirm that this
will be permitted provided we obtain
the required letter from our foreign
entities.
20 2 on Page 44 Undertaking stating that “Team
Leader/Members would be
maintained during the actual
assignment to be awarded in case they
are selected. In case replacement is
inevitable, the equivalent qualification
and experienced team/lead/member
will be inducted to carry out the
assignment in case of award.” Since
this RFQ is for empanelment and not
any specific project, please elaborate
on the relevance of this undertaking
The clause is self-
explanatory
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
9 IPA/GAD/Consultant-TA/2016
21 Note on Page 48 Note states “Please provide
documentary evidence from the client
i.e. copy of work order, contract and
completion certificate for each of
above mentioned assignments.”
Please clarify if all three documents
“Work Order, Contract and
Completion Certificate ” are required
or if one of the three stated documents
will suffice.
All documents are
required
22. Form TP – 4 Page 50
Our understanding is that this Request
for Qualification is intended for the
Empanelment of Consultants. Form
TP – 4 requires description of
approach, methodology and work plan
for performing the assignment/Job.
Please provide direction on what
content you require from us for form
TP-4.
Please refer to the
clarification at SI No 2
Name of Firm : M/s Structwel Designers & Consultants Pvt Ltd
23. As we intend to apply for the subject
work in the category –Class B –
Category-1(b) part & Class B
Category 3 (b) part only. So can we
apply only for these categories..?
Yes
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
10 IPA/GAD/Consultant-TA/2016
24. Can EMD be accepted in the form of
Bank Guarantee?
Only Demand Draft will
be accepted
25. What is the criterion for FTE CVS i.e.
(no. of Civil Engineer, Architect etc
)& their experiences? & is it required
separately for both the categories
mentioned above?
Employees/ Professionals
who has exclusive long
term contract of more
than 3 years shall be
considered as FTE.
Yes, it is required for all
the categories
26. Is the submission for the both the
categories are in one set or different
for both the categories mentioned
above?
To be submitted
separately
27. Is the Submission for the both the
categories are in one set or different
for both the categories?
To be submitted
separately
Name of Firm : M/s H R Wallingford Ltd
28 Are foreign companies, which do not
have permanent establishment in India
allowed to submit this empanelment
bid?
Permitted. However, bid
document shall be in
English language
29 Please confirm if Empanelled firms
can associate with other empanelled
IPA does not have any
empanelled list. Previous
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
11 IPA/GAD/Consultant-TA/2016
to strengthen the bid.
list has been discharged.
30. Please clarify if Empanelled
consultants can associate with non-
empanelled consultants at the time of
bidding.
Refer bid norms in RFP at
that point
31. Can empanelled consultants
subcontract the work?
Subcontract of work is not
allowed.
However, in case of
specific project, where
port allow subcontracting
while invite the price bid.
32. Please clarify if for each category,
every Invitation to bid will be sent to
each of the empanelled consultant?
Major Ports will be taking
consultancy services only
from the list of
empanelled consultants of
that category.
However, in exceptional
cases, the Port may go for
open tendering process as
well.
33. After submitting EMD for RFQ, will
every tender also ask for separate
EMD again?
Separate Bid (at the
desecration of individual
port) and performance
security payable to Major
Ports at the time of RFP
will be asked.
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
12 IPA/GAD/Consultant-TA/2016
Name of Firm : M/s A T KEARNEY
34. Page 9 Clause 6.3(b) b) Project Management services :
This includes detailed engineering
drawings, tender documents
preparation, evaluation of offers
and project execution supervision,
etc.
We suggest splitting this into Project
Execution Services and Management
Services, as different competencies
are needed for project execution
activities such as detailed engineering/
project execution supervision and
general management activities such as
procurement / overall program
management.
Clause remains
unchanged
35 Page 50; TP-4 Description of Approach,
Methodology And Work Plan For
Performing The Assignment/Job
This section is dependent on the scope
of work. Since there is no scope of
work provided, please clarify as to
what should be covered in this
section.
Please refer to the
clarification at SI No 2
36 Page 13; Clause 9.8 The applicant should have regular
set up of a team of
Architects/Engineers having
sufficient experience.
We suggest adding that for general
program management, this clause is
not relevant, as the scope would not
entail engineering or architectural
work.
Clause remains
unchanged
Name of Firm : M/s IL&FS Maritime Infrastructure Company Ltd
37 Page 9 Clause 7.2; Qualification
Criteria for empanelment of
Consultants
It has been mentioned in the RFQ
that “Experience of having
completed similar works during
We would like to suggest to change 7
years to 10 years for better
competition
Clause remains
unchanged
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
13 IPA/GAD/Consultant-TA/2016
last 7 years ending last day of
month previous to the one in which
applications are invited…”
38 Page 11 Clause 8.1.1; Response The applicant should submit
client’s completion certificate for
each assignment to support their
claim …..
Kindly include completion certificate
and/or work order to support the claim
as it is sometime difficult to get the
completion certificate due to
administration reasons
Clause remains
unchanged
39. Page 11 Clause 8.2.1; Full Time
Equivalent (FTE) Professional
Class A (Project value more than
Rs. 200 crs)-min 20 FTE
Class B (upto Project value Rs. 200
crs)- Min 10 FTE
It is suggested to reduce the FTE to 10
in case Project Value more than Rs.
200 cr for Category-3 (Traffic Studies
and Logistic Management Services)
And to 7 FTE in case the project value
is upto Rs. 200 Crs
Clause remains
unchanged
40 Page 12; Clause 8.0 –Note and
8.3
Note: The applicant has to score
minimum 50% points in each of
above sub criteria viz 8.1.1 and
8.2.1 for getting qualified
8.3 < 70% shall not be considered
for empanelment
Is this means that the bidder can
qualify if it scored more than 50% in
either of clause with a cumulative
score of 70%.
Is this understanding correct?
The applicant must score
minimum 50% in each
sub criteria viz 8.1.1 &
8.2.1 for getting qualified
with a cumulative score of
70% for getting
empanelment
41. Page 12; Clause 9.7 The applicant must be a well-
established consultant for more
than 5 years
It should be in line with 7.2 Clause remains
unchanged
42 Page 14; Clause 9.15; Earnest
Money Deposit
The Earnest Money shall be paid in
the form of Demand Draft (DD)
It is suggested that bidder should be
allowed to submit Bank Guarantee in
lieu of DD
Please refer to clause 9.15
of RFQ
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
14 IPA/GAD/Consultant-TA/2016
43. Page 46; Clause Form TP-2;
B- Consultant Experience
B) Skill & Competencies & Key
Personnel
Skill & Competencies & Key
Personnel is assignment specific and
should be submitted as per
requirement at the time of RFP
Clause remains
unchanged
44 Page 49; Clause Form TP-3;
Comments and Suggestions
on the Terms of Reference
Not required to be submitted at this
stage Please refer to the
clarification at SI No 2
45 Page 50; Clause Form TP-4;
Description of Approach,
Methodology and Work Plan
for Performing the
Assignment
It is not relevant to be submitted at
this stage as it is assignment specific Please refer to the
clarification at sl No 2
Name of Firm : M/s TATA Consulting Engineers Limited
46 Page 9,Clause 7 -
Qualification Criteria For
Empanelment of Consultant
Kindly revise the condition as to Rs
300 Lakhs for Class-A and Rs 150
lakhs for Class B
Clause remains
unchanged
47 Page 11, Clause 8.2.1 Full
Time Equivalent (FTE)
professional
Kindly Clarify the clause “Class A
(project value more than Rs 200 Crs) -
Min 20 FTE minimum 12 FTE in case
of Dredging works only.”
Clause remains
unchanged
48. Page 12, Clause 8.3
Empanelment will be based
on the marks obtained as per
follows
Under the table given, 3rd row reads
‘Category C’. Kindly define and
clarify Category C.
Please refer Addendum
No -2
49 Page 15, Clause 9.19
Evaluation processes
The clause mentions ‘Financial bid –
30 points’. We understand that this is This is applicable only
after empanelment when
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
15 IPA/GAD/Consultant-TA/2016
Technical paneling hence we do not
understand the applicability of
Financial bid indicated. Kindly detail
the evaluation process.
ports invite financial bids
50 Page 18,19; Clause Appendix-
I Experience Criteria as per
Para 7.2
It is requested that the employer may
evaluate the firms for Class A and
Class B empanelment separately by
allotting individual total scoring of
100 marks.
It is requested that the Note given in
row-1 under Class-A indicated may
be modified as follows:
“Note: For each additional project -
additional 4 points will be given if the
similar project cost is not less than Rs.
120 cr and 6 points if the similar
project cost is not less than Rs. 150 cr
and 10 points if the similar project
cost is not less than Rs. 240 cr.”
Based on the above change we expect
that a consulting firm who has
executed the project worth Rs 240 cr
gets 40 points and further if the firm
has 4 jobs of worth not less than Rs
240 cr then gains additional 10*4 ie
40 points.
Clause remains
unchanged
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
16 IPA/GAD/Consultant-TA/2016
Thus making the total of 80 points
based on project worth and the rest 20
points for human resources as per para
8.2.1
51 Page 50; Clause Form TP-4 :
Description of Approach,
Methodology and Work Plan
for Performing the
Assignment/Job
The clause requests for Technical
Approach & Methodology. We
understand the subject RFQ solicits
Consultants for Technical
Empanelment; hence please clarify if
the same is required.
Also it is requested that the Ports
inviting tenders to employ the
consultants may give due weightage
to the Technical A&M, CV of key
personnels submitted as the part of the
Technical bid. Presently the selection
of consultants is only based on the
lowest Financial bid. This method of
selection overlooks the
expertise/competency level of
different consulting firms to execute
particular kind of project.
Thus it is earnestly requested to
modify the selection procedure
currently followed by Ports by
attributing 70 % weightage to the
technical aspects(A&M, CV of key
personnels etc) and 30% weightage to
Financial bid.
Please refer to the
clarification at SI No 2
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
17 IPA/GAD/Consultant-TA/2016
M/s WAPCOS Limited
52 Pg No. 11, Article 8.2 Human
Resource
We feel that 20 Nos of full time
equivalent professional staff is to high
for such a long empanelment period.
It is therefore requested to kindly omit
this clause.
Also, instead of submitting full time
equivalent professional CVs It is
requested to kindly allow us to submit
the CVs of experts who are willing to
work with us on Category 1, 2 and 3
basis. We assure your goodself that
the experts would be made available
to the port authorities at the time of
consultancy being awarded to us.
Clause remains
unchanged
53 Page No. 10 Similar Works &
Page No.8, Article 6.1
We feel that Mathematical Modal
Studies forms an important part of
scope of work for the marine
consultancy. Accordingly, we request
your goodself to kindly include MMS
in Article 6.
Clause remains
unchanged
General
54 Clause 8.1.1 (Client
Completion certificate)
Response: The applicant should
submit clients completion
certificate for each assignment to
support their claim along with
firm’s experience and team
experience separately not more
Certificate from statuary
auditor for receipt of
100% professional fee for
each assignment to
support the claim will also
be considered in place of
Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants
18 IPA/GAD/Consultant-TA/2016
than 2 pages for specific
assignments by the authorized
person of the firm.
completion certificate in
place of Completion
certificate. However, if
required, IPA will verify
the completion claim from
client.
55 Conflict of Interest Clause no 10 (Conflict of
Interest) added.
Please refer to Addendum
no -2