January 2018 (Revised) Panel of ansaction Advisor for PPP Projects A Guide for Use of the Panel Indian Ports Association Centre of Excellence
January2018 (Revised)
Panel of Transaction
Advisor for PPP Projects
A Guide for Use of the Panel
Indian Ports Association Centre of Excellence
2
1. Introduction 3
2. Transaction Advisors 4
3. Roles of panel of transaction advisors 5
4. Brief scope of Transaction Advisory Services 5
5. Guidelines to be followed for use of empanelled list 7
6. Step by step for transaction advisors 7
7. ANNEXURE I – Category wise empanelled transaction advisors 9
for PPP projects in major ports in India
8. ANNEXURE II – Step by step guide for individual ports to select & appoint 14
transaction advisors from the available panel
9. Appendix
RFQ and clarifications
3
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
1. INTRODUCTION
Governing body of Indian Ports Association (IPA) 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 and CVs of Project Management Team 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, IPAb) MD, IPAc) Shri Rinkesh Roy, Chairman, PPTd) ShriI. Jeyakumar, Chairman, MGPTe) Shri P C Parida, Chairman, NMPTf) Shri Cyril C. George, Dy Chairman, CHPTg) 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
4
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Group V – Town Planning
Group VI – Legal
Group VII – Disaster Management
Group VIII – Others (Business Development / HR / Welfare)
Group IX – Capacity Building
2. TRANSACTION ADVISORS
The Transaction Advisors fall under Group I – Centre of Excellence of
“Projects”. The following is the list of focus areas under Group I projects under
which Transaction Advisors have been empanelled.
Group 1 - Projects
Sl # Focus Areas
1
Project Management including PPP Projects
Transaction Advisory for Projects
Preparation of Feasibility Studies
2
Preparation of DPR for Port Projects (Civil, Electrical)
Lock Gate systems, Pumping stations and sluice systems
Dredging Works
3 Marine Construction Work
4 Bunkering
5 Railway Works / Railway Projects
6 Marina
7. Coastal Road Works
8. Ship Repair yards
5
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
3 ROLES OF PANEL OF TRANSACTION ADVISORS
a) The Panel is intended to streamline the tendering process for the
engagement of Transaction Advisors for PPPs 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 empanelled firms, the Sponsoring Authority (here Major Ports or their
associated entities) concerned should directly approach those firms. A full
listing of category-wise empanelled firms and their contact details is
provided in Annexure 1.
c) The Panel is valid for a period of three years. During this period, Major
Ports in 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 in the Panel will be made available by circulation
and through the IPA website.
4. Brief scope of Transaction Advisory Services for Class-A for PPP Projects more
than Rs. 250 Crores as per RFQ dated 24/2/2017.
Preparation of Techno Economic Feasibility Report, if required.
Preparation of Expression of Interest PPP (BOT/Captive) projects and its
evaluation.
As per the Model Documents of Ministry, preparing RFQ on the basis of
Feasibility Report and updated figures, data and statistics, scrutiny &
evaluation thereof.
Preparation for Pre-Bid and other meetings, conducting the same, preparing
replies/clarifications in consultation with officials of Ports.
6
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Preparation of Tariff Proposal as per prevailing standard guidelines issued by
TAMP, clarification to the queries raised by TAMP and assist Port for
finalization of the same from TAMP.
As per Model Document of Ministry, preparing RFP, issuance, scrutiny and
evaluation thereof.
As per Model document of Ministry, preparing Draft Concession Agreement,
and finalize the same.
Follow-up of compliance and scrutiny of conditions precedent and final
closure.
Preparing material for the Board Meeting for obtaining approvals at various
stages.
Preparation of letters, drafts, etc. for obtaining Govt. approvals including
Security Clearance, etc.
Co-ordination and correspondence with concerned statutory State/Central
Govt. organizations/persons.
Providing Transactional and Legal advice as required.
Provide necessary technical, financial and legal assistance from time to time.
For appointment of consultant /technical advisor for PPP projects, frame
bidding documents & subsequent evaluation thereof.
Furnish clarification to query from RFQ applicants/bidders, Ministry, TAMP
or any other statutory Authority.
After signing of agreement with concessionaire, provide financial/legal
opinion on implementation & operation of terminal.
Scrutiny of various policies /guidelines issued by statutory authorities from
time to time and suggest any action to be taken by Ports.
Frame the various formats by incorporating information there be sent to
concerned authority.
To work out sustainable Royalty Revenue Share for PPP Projects.
To scrutinize security clearance information of bidders/RFQ Applicants.
To frame proposals like but not limited to SFC, EFC, PPPAC, CCEA etc. to
take approval of competent authority.
To frame presentation to be made by Port before Authorities for finalization /
evaluation to seek approval of proposal
To attend the meeting and assist Port officials in respect to finalization,
evaluation & approval of project.
7
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
To frame documents for appointing of Independent Engineer and evaluation
thereof.
Any other matter related to procedural issues of PPP.
5 GUIDELINES TO BE FOLLOWED FOR USE OF EMAPENLLED LIST
The Governing Body has approved the following General Guidelines in its
173rd meeting held on 3/11/2017 for use of Empanelled List which will also be
applicable to Transaction Advisors
(i) If estimated consultancy fee is Rs. 2 crores and above, only
Category-A empaneled 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 empaneled lists or combined lists viz. Category A, B, C &
D.
(ii) While inviting price bid, Resume/CVs of the team to be 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).
6 STEP BY STEP GUIDE FOR TRANSACTION ADVISORS
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 Transaction Advisors is
annexed at Annexure – II. These steps have been adopted from the Guide Note
for “Panel of Transaction Advisors for PPP Projects” issued by Department of
Economic Affairs, Ministry of Finance, Govt. Of India in the year 2008 to suit
the requirement of Major Ports.
8
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
OTHERS:
A) Minimum Qualification of Full Time Equivalent (FTE) for professional.
i) Finance Key Personnel : Either CA or ICWA or CFA or MBA
(Finance)
ii) Legal Key Personnel : Bachelor of law or any equivalent degree in
law and above.
B) List of Empanelment will be updated at regular interval by IPA.
9
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
ANNEXURE 1
CATEGORY WISE EMPANELLED TRANSACTION ADVISORS FOR PPP
PROJECTS IN MAJOR PORTS IN INDIA
CATEGORY A
Offer
No.
Name of Firm/Consortium
& Address
Contact Person Tel. Nos. & Email
1
Ws.PricewaterhouseCoopers Pvt. Ltd.
17th Floor, Tower 10C
DLF Cyber City, Gurgaon --122 002, Haryana
Mr.Manish R Sharma 0124-3306414
2
Consortium:
Mr.Kushal Kumar Singh 0124-6792893
IVI/s.Deloitte Touche Tohmatsu India LLP in association with
M/s.Orbit Law Services.
Lead Member:
M/s.Deloitte Touche Tohmatsu India LLP
7th Floor, Building No 10 B,
DLF Cyber City Complex, DLF Cyber City Phase II,
Gurgaon — 122 002, Haryana
3
M/s.Almondz Global Securities Limited (Division-Almondz infrastructure Consultants)
2nd Floor, 3, Scindia House,
Janpath, New Delhi — 110 001. Corporate Address:
F-33/3, Okhla industrial Area, Phase-II, New Delhi — 110 020.
Mr.Ashwini Ghai (Mobile
No.9810837950)
011-41514666/ 43500700-800 Mobile No.9810837950
10
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Offer
No.
Name of Firm/Consortium
& Address
Contact Person Tel. Nos. & Email
4
Consortium:
Mr.Gul Basantani (Mobile
No.981066478)
0124-4814444
M/s.Mazars Advisory LLP (Previously known as Mazars Advisory Private limited) in
association with M/s.Singhania git Partners LLP.
Lead Member:
M/s.Mazars Advisory 1113
Mazars House, Plot No.421, Udyog Vihar, Phase- IV,
Gurugram — 122 016, Haryana
5
Consortium:
Mr. Pramod Seth 011-46702246/09811297522
M/s. Credible Management & Consultants Pvt. Ltd.
JV Partner: M/s. Globe Infratech Limited
Lead Member:
M/s. Credible Management & Consultants Pvt. Ltd.
R-177, Greater Kailash-1, New
Delhi - 110001
6
M/s. Infrastructure Development Corporation (Karnataka) Limited.
9/7, K.C.N. Bhavan,
Yamunabai Road, Madhavnagar Extension,
Off Race Course Road, Bengaluru-560001
Mr. Debashis Ghosh 080-43448000
7
M/s. Ernst &Young LLP
3rd & 6th floor, Worldmark-1, IGI Airport Hospitality District,
Aero City, New Delhi-110037
Mr. Nripesh Kumar 011-66718000
Email : [email protected]
11
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS
MAJOR PORTS
Offer
No.
Name of Firm/Consortium
& Address Contact Person Tel. Nos. & Email
8
Consortium:
Mr. Ghanshyam Dubey
9534396299
M/s. VDS Consulting Services Pvt. Ltd.,
in association with M/s. Maritime & Transport
Business Solutions B.V.
Lead Member:
M/s. VDS Consulting Services Pvt. Ltd.
The Springs CHS, Flat No. A/901,
Plot No.4, Sector-20, Navi Mumbai-410218
9
Consortium:
Ms. Poonam Goyal (Mobile No.
8802403222)
022-43022300
M/s.Darashaw & Co. Pvt. Ltd. in association with
M/s.IIFCL (Projects) Limited and M/s.Legacy Law Offices
Lead Member:
M/s.Darashaw & Co. Pvt. Ltd.
A-238, 2nd floor, Defence Colony,
New Delhi-110024
Registered Office: 1205-06, Regent Chambers,
208, Nariman Point, Mumbai-400021
10
M/s. KPMG Advisory Services Pvt. Ltd.
Building No. 10C, 8th floor,
DLF Cybr City, Gurgaon-122002, Haryana.
Mr. Anish Dey 09810453776
11
M/s. Feedback Infra Pvt. Ltd 15th Floor, Tower 9B, DLF Cyber
City Complex, DLF Cyber City Phase III Gurgaon -122002,
Haryana.
Ms. Aditi Vyas 09810789181
Note : (*) Subsequently added vide notification no IPA/GAD/Consultant-TA/2016 dated 17/01/2018 to All Major Ports
12
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART OF
ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS
MAJOR PORTS
CATEGORY B
Offer
No.
Name of Firm/Consortium
& Address Contact Person Tel. Nos. & Email
12
M/s.Gianerider & Associates
Plot No. 6, Site No. 21, Geeta Mandir Marg, New Minder
Nagar, New Delhi — 110 060.
Mr.G. K. Agarwal 011-42412008/28743942
13
Consortium:
Mr. Jagannarayan Padmanabhan
022-33421874
M/s. CRISIL Risk and Infrastructures Solutions Limited in
association with M/s.Lead Law Advocates
Lead Member:
M/s. CRISIL Risk and Infrastructures Solutions Limited
CRISIL House, Central Avenue, Hiranandani Business Park, Powai
Mumbai-400076
14
Consortium:
Ms. Padma Priya J, Director
08042430700
M/s Grant Thornton India LLP In association with
M/s.Link Legal-India Services
Lead Member:
M/s Grant Thornton India LLP 5th Floor, 65/2, Block A,
Bagmane Tridib, Bagmane Tech Park,
C V Raman Nagar, Bengaluru-560093
15
Consortium:
Mr.Amit Kumar Rajhans
022-26655335/9867687797
M/s. Tandon Urban Solutions Pvt. Ltd.
in association with M/s.RebelGroup International BV
Lead Member:
M/s. Tandon Urban Solutions Pvt. Ltd.
701, Harbhaajan Building, Kalina, Santacruz - East, Mumbai-400098
13
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
CATEGORY C
Offer No.
Name of
Firm/Consortium &
Address
Contact
Person Tel. Nos. & Email
16
M/s.Resurgent India Limited 903-906, Unitech Business Zone
Tower-C, Nirvana Country, Sector-50, Gurugram —122 018, Haryana
Mr.Sudhir Chandi 0124-4754550
17
Consortium:
Ms. Saugata Maitra
09830070624/09830823006
[email protected]/ [email protected]
M/s.Jones Lang LaSalle Property Consultants (India) Pvt. Ltd.
Association Partner: M/s. Axis Bank Ltd.
Lead Member:
M/s.Jones Lang LaSalle Property Consultants (India) Pvt. Ltd.
No. 1110, 11th Floor, Ashoka Estate, Barakambha Road, Connaught Place,
New Delhi-110001
18
Consortium:
Mr. Ranvir Singh 022-49265000/9870892968
M/s.Alia Consulting Solutions Pvt. Ltd. in association with
M/s.Stig B.V.
Lead Member:
M/s.Alia Consulting Solutions Pvt. Ltd.
44, 4th Floor, Maker Chamber-3 Nariman Point,
Mumbai-400021
19
M/s.DRA Consultant's Ltd, Nagpur 58, Ingole Nagar, Opp. Airport,
Behind Hotel Pride, Wardha Road, Nagpur - 440005
Mr. Jatin Rathi 9922954932/0712-3027575
20
M/s.a'XYKno Capital services Private Ltd
Level 3, Lila Vista West High Court, Bajaj Nagar
Nagpur-440010
Mr. Nivesh Modi
0712-6451999/6452999
14
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
ANNEXURE - II
STEP BY STEP GUIDE FOR INDIVIDUAL PORTS TO SELECT & APPOINT
TRANSACTION ADVISORS FROM THE AVAILABLE PANEL
Step 1
Ensure the project meets the eligibility criteria
The Panel has been developed to provide pre-qualified Transaction Advisors
for all manner and kind of PPP projects to be delivered within Major Ports in
India. The first step is to confirm that the project under consideration is
amenable to be a PPP Project.
The Panel should generally be used for projects with a capital cost more than
250 crores. If the projected capital costs exceed that level, the Panel is unlikely to
be appropriate. The Panel has sought integrated offers to provide both
commercial/financial and legal advice. Larger projects will often have to use
separate commercial/financial and legal advisors.
The Panel should be used for PPP projects. Broadly defined, a PPP project is
based on a contractor concession agreement between a Government or Statutory
Entity (here the Major Port) and a private sector company for delivering a
service on payment of user charges. A PPP Project must be categorized by an
equitable risk sharing model between both contracting agencies.
Prior to using the Panel, the Sponsoring Authority (here the Major Port) should
confirm that the project under consideration meets the following conditions:
15
Government facilitation is required, whether in purchasing the output,
other direct financial support to the project’s viability, or supporting
inputs (such as land acquisition); and
The concessionaire will be required to finance the project, and recover the
capital costs over time, through user charges/annuities. Typical
concession period is likely to be 15 to 30 years, and in some cases longer.
A contract where the contractor receives payment for the capital cost at
an earlier stage (such as on successful commissioning) and not based on
life-cycle costs that include maintenance for the period, is not eligible.
The reason for limiting the Panel to projects of this kind is that they raise distinctive
problems in their execution. The Panel of advisors has been selected on the basis of
their capability to advise on projects of this kind.
Step 2
Develop specific terms of reference for the assignment
The Panel is intended as a source of advisors to assist with implementation of a
transaction. The Panel is not intended for use for preliminary analysis, for
instance to determine whether the project is viable, and to determine whether it
should be procured through a PPP contract or some other means.
The terms of reference for the assignment should relate to the successful
execution of a PPP transaction.
There are many different stages at which the Transaction Advisor could
become involved, and many different ways of allocating the tasks between the
Sponsoring Authority (here Major Ports or their associated entities) and the
Transaction Advisor. The Transaction Advisor needs to understand clearly
what tasks they will undertake and what resources they will require, in order to
provide a financial offer for undertaking the transaction. The terms of reference
should therefore set out both what needs to be done, and the supporting inputs
16
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
that will be provided by the Sponsoring Authority (or other advisors) and the
role that the Transaction Advisor needs to play.
An indicative list of tasks that could be considered in developing the terms of as
listed at para 3 (Page 3)
Panel members have been selected on the basis of their capability and
experience in discharging a lead role in transactions and providing commercial,
financial and legal advice. They are unlikely to have detailed technical or engineering
expertise. Where further technical advice is required, the technical advisors
should be procured separately by the selected Transaction Advisors. The terms
of reference of the Transaction Advisors should not include any tasks (such as
detailed design of the technical specifications) which need to be undertaken by
technical specialists. Generally, this task is left to the contracted private party.
Step 3
Determine which Panel member to approach
The individual Major Ports would need to seek an indication from Panel
members which of the sectors in which they have had previous experience in
undertaking transactions. Each Panel member would need to provide an
updated list of their experiences, that is in specific areas in the Port
Development and Management where their experiences would matter.
Before approaching Panel members, the Sponsoring Authority (here Major
Ports or their associated entities) should carefully consider whether it wishes to
seek advisors with previous expertise in the expertise area applicable to the
project. This will reduce the number of eligible Panel members, and, therefore,
reduce the number of competitors.
17
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Step 4
Seek a proposal and financial quote from the selected Panel members
Having identified the project for PPP structuring, 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 on a QCBS basis (70:30) (refer 4
ii). The RFP should clearly define the tasks to be undertaken by the
Transaction Advisor, 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 advisors.
It is possible to structure the fee in two parts. The first part would be the lump-
sum fee to be quoted by the Transaction Advisor as the financial bid (the
bidding parameter), and would be released against pre-determined
milestones. The second part, as an incentive, could be a predetermined success
fee, payable on the project reaching technical close, i.e. on signing of the
Concession Agreement by the prospective concessionaire for the PPP project.
The quantum of the success fee, to be recovered from the concessionaire, could
be 50-100 percent higher than the cost of transaction actually incurred by the
Transaction Advisor, excluding outsourced work, expenses incurred by the
Sponsoring Authority (here Major Ports or their associated entities) and such
similar costs. The percentage of return on the actual cost of transaction (say 50-
100 percent) should be specified in the RFP to enable the Transaction Advisors
to determine their most competitive financial bid.
The proposal from the selected Panel member should provide a detailed
description of the resources that will be applied to the assignment, especially
18
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
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
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 Transaction 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’s and experience would be evaluated;
(refer 6A)
19
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
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.
Step 5
Evaluate proposals from Panel members
The Panel members have already been pre-qualified as capable of providing
transaction services. A further technical offer and evaluation is not required. It is
expected that appointment will be on the basis of a financial evaluation as well as
review of CVs after QCBS (70:30) (refer 4 ii). 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 potential bidders for the PPP
project, or if the Panel member or its parent company is considering a debt or
equity involvement in the project or is required to rate the proposed PPP
project. It is therefore, recommended that the Sponsoring Authority (here
Major Ports or their associated entities) appointing the Transaction Advisors
should ensure that such a conflict of interest does not exist or arise.
20
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
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. DEA 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 Transaction Advisor for managing the transaction up to the
award of the PPP contract. It is of great importance that the contract clearly
sets out: The role and functions of the Transaction Advisor and of other
parties, key deliverables, timelines, and accountabilities; The basis on which
the Transaction Advisor will be paid; The reporting requirements to ensure
the Sponsoring Authority is well informed on progress on the PPP
transaction, 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 Transaction Advisor
21
DOCUMENT FOR EMPANELMENT OF TRANSACTION ADVISORS AS PART
OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED
ACROSS MAJOR PORTS
Step 7
Commencement of service
After signature of the contract, the Transaction Advisor 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
Transaction Advisor 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 advisors working on the project are informed of the appointment of the
Transaction Advisor.
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 Transaction Advisors. 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 transaction services and provide a report on
performance after completion of the Transaction Advisor’s assignment.
1
Request for Qualification (RFQ)
FOR
EMPANELMENT OF TRANSACTION
ADVISORS (TA)
FOR
PPP PROJECTS
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 Transaction Advisors (TA)” 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/2017
24/02/2017
Notice for Empanelment of Transaction Advisor for Major Ports
Indian Ports Association has been assigned by Ministry of Shipping, Govt of India with the task
of preparation of panel of Transaction Advisors 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 Transaction Advisors for class namely:
Class-A (Transaction Advisory Services for the PPP Projects with Estimated Cost of
Project more than 250 Cr ).
The panel will be valid for a period of 3 years.
The panel may be used by Major Ports by 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 Parties/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 application fee of Rs 10,000/- in form
of Demand Draft, in favor of Indian Ports Association shall be submitted along with bid.
4
Indian Ports Association
Empanelment of Transaction Advisors (TA) for PPP Projects of 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 equipment, 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
5
9. Hinterland Connectivity and Multimodal Logistics 36 1,13,376.00
10. Green Port Initiatives 4 419.00
TOTAL 240 4,03,736.20
(Figures provided above are dated and may need to be revised!!!)
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 mandated to
prepare a panel of consultants for the various types of consultancy services, which may help
the various Port Trusts in speedy selection/ appointment of consultants as when required.
Through, the present exercise, 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 the tender is to prepare a panel of Transaction Advisors for PPP Projects use
by the major ports. The individual Major Port seeking Advisory Services on their port activity
shall then invite competitive price offers from the panel of Transaction Advisors so prepared
for the respective activities and at that time shall also prescribe Terms of Reference and Terms
of Payment.
3. Broad Role of Transaction Advisors
Transaction Advisors are normally required for rendering their services in Technical,
Financial & Legal services for PPP Projects of all Major Ports.
6
In short, they shall be instrumental in conceptualization of the PPP projects till
implementation. However, while inviting the RFP, concerned Port will spell out the detailed
scope of work of Transaction Advisor.
4. Entering into Agreement on RFP
4.1 On selection of the Transaction Advisor, 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 Transaction Advisor for
PPP Projects will have a pre-bid meeting 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.
The applicants, who have submitted application fee, will only be allowed to participate in the pre-
bid meeting. All the queries must be submitted 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
have at least 10 days time for submitting the bid.
5. CATEGORIES OF EMPANELMENT
5.1 Class-A: Transaction Advisory Services for the PPP Projects with Estimated Cost of
project is more than Rs. 250 Cr.
6 Brief scope of Transaction Advisory Services for Class-A for PPP Projects.
Preparation of Techno Economic Feasibility Report if required.
Preparation of Expression of Interest PPP (BOT/Captive) projects and its evaluation.
As per the Model Documents of Ministry, preparing RFQ on the basis of Feasibility Report and updated figures, data and statistics, etc. ,scrutiny & evaluation thereof.
Preparation for Pre-Bid and other meetings, conducting the same, preparing replies/clarifications in consultation with officials of Ports.
Preparation of Tariff Proposal as per prevailing standard guidelines issued by TAMP,
7
clarification to the queries raised by TAMP and assist Port for finalization of the same from TAMP.
As per Model Document of Ministry, preparing RFP, issuance, scrutiny and evaluation
thereof.
As per Model document of Ministry, preparing Draft Concession Agreement, finalize the same.
Follow-up of compliance and scrutiny of conditions precedent and final closure.
Preparing material for the Board Meeting for obtaining approvals at various stages.
Preparation of letters, drafts, etc. for obtaining Govt. approvals including Security
Clearance, etc.
Co-ordination and correspondence with concerned statutory State/Central Govt. organizations/persons.
Providing Transactional and Legal advice as required by Govt.
Provide necessary technical, financial and legal assistance from time to time from
Head Office.
For appointment of consultant /technical advisor for PPP projects, frame bidding documents & subsequent evaluation thereof.
Furnish clarification to query from RFQ applicants/bidders, Ministry, TAMP or any
other statutory Authority.
After signing of agreement with concessionaire, provide financial/legal opinion on implementation & operation of terminal.
Scrutiny of various policies /guidelines issued by statutory authorities from time to
time and suggest any action to be taken by Ports.
Frame the various formats by incorporating information there be sent to concerned authority.
To work out sustainable Royalty for PPP Project.
To scrutinize security clearance information of bidders/RFQ Applicants.
To frame proposals like but not limited to SFC, EFC, PPPAC, CCEA etc. to take
approval of competent authority.
To frame presentation to be made by Port before Authorities to finalization evaluation to seek approval of proposal
To attend the meeting and assist Port officials in respect to finalization, evaluation &
approval of project.
To frame documents for appointing of Independent Engineer and evaluation thereof.
Any other matter related to procedural issues of PPP.
8
7 Qualification Criteria for Empanelment of Transaction Advisor.
Stage-I
The Tenderers shall meet the following qualifying criteria:
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
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:-
For Class-A
a) Three completed similar works for the PPP Projects each costing not less than Rs 100
Crores.
OR
b) Two completed similar works for the PPP Projects each costing not less than Rs. 125
crores.
OR
c) One similar completed work for PPP projects costing not less than Rs.200 crores.
Similar Works: The Tenderer should have experience of providing Transaction Advisory
Services i.e. providing qualified Legal, Financial & Technical Experts with a minimum Three
years experience for carrying out PPP Transactions in any infrastructure Projects
9
Stage-II (Short listing/Scoring criteria for empanelment of Transaction Advisor).
8.0 Evaluation criteria for Class A :
8.1 Experience (Total : 55 Points)
8.1.1 For Class-A 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 55 points as per criteria given at Appendix-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.
8.2 Human Resources (Total : 45 Points)
8.2.1 Full Time
Equivalent
(FTE)
professional
The applicant should indicate the team with the
team leader and the role and responsibility of
each key member.
Upto 15
points as per
criteria given
at Appendix-
1. 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.
8.2.2 Key
Personnel
The applicant should indicate the team key
personnel with experience in finance and legal
Upto 30
points as per
criteria given
at Appendix-
1.
10
Response : The applicant should submit curriculum vitae of the key
personnel, details of assignments carried out and claimed for duly
indicating their qualification and experience. The involvement of key
personnel in carrying out such similar nature of studies during the past
5 years should be in a brief write up by the key personnel of not more
than 2 pages for each assignment indicating their role, responsibility
and amount of involvement and duly certified by the firm should be
submitted.
The firm should also submit an "undertaking" that the key personnel
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
carryout the assignment in case of award.
Note: The ports will obtain such undertaking while calling financial bids from the empanelled consultants.
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
2 ) The applicant has to score minimum 50% points in each of above sub criteria viz
8.1.1 ;8.2.1 & 8.2.2 for getting qualified.
8.3 Empanelment will be based on the marks obtained as per follows:
CATEGORY MARKS
Category A >/= 90
Category B >/= 80
Category C >/= 70
Shall not be considered for empanelment < 70
9. General Conditions
9.1 Conflict of Interest: The applicant or its affiliates should not have conflict of interest
with the project authority in taking up the Transaction Advisory Service assignment.
Applicants are required to provide details of any existing or potential conflict of
interest. It should be noted that applicants will be required to demonstrate that no
conflict of interest exists when providing or submitting financial proposal for specific
assignments to the concerned port by way of an Undertaking.
11
9.2 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.
9.3 If there is any change in the key personnel or full time professionals, it should be
brought to the notice of IPA immediately for considering either to accept such
changes or otherwise. The details of qualification, experience etc. of such key
personnel when there is change and if they are replaced': with the equivalent level of
qualification, experience etc. the same may be intimated. In case the change of'
personnel/professional is ultimately not acceptable to IPA, the firm will not continue
to be empaneled.
9.4 The empanelment of Transaction Advisors will be valid for three years or extended
period as may be arrived at through mutual consent from the date of original
empanelment or any date stated in the empanelment letter.
9.5 The applicant has to submit along with the bid document Rs.10,000/- as non-
refundable application fee, which will be valid for 3-years irrespective of number of
disciplines quoted.
9.6 The empanelment made by IPA is intended to be used by all Major Ports.
9.7 In case of any dispute arising out of the empanelment, the decision of the Governing
Body of IPA will be final and binding.
9.8 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 extra. .fee liability for
such services to IPA/Major Port by such foreign company.
9.9 The applicant should have regular set up of a team of Persons having sufficient
experience in Technical, Financial & Legal as per requirement of PPP Projects.
9.10 When two or more firms are forming a consortium to participate in RFQ than 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
12
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 Transaction
Advisors 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 stipulated at Clause 7 above. Further, the
Transaction Advisors who had applied already and were/are in the services of the
Major Ports will be reviewed by the Major Ports based on their past performance, if
required
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”.
13
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 Tenderer withdrawing his tender before the expiry of 180 (one hundred and
eighty) days from the date of opening of the tender, the tender would be cancelled and
the earnest money deposit therewith would be forfeited by the IPA.
The Earnest Money shall be paid in the form of Demand Draft (DD) issued by a
Nationalized Bank / Scheduled Bank drawn on New Delhi Branch of the Bank in
favour 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.. EMD of successful
bidders/ Empanelled bidders will be retained for the entire period of empanelment i.e
3 years by IPA or such extended period by IPA. No interest will be allowed on the
earnest money from both successful and unsuccessful bidders. 9.16 Right to accept or reject any or all proposals 9.16.1 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. 9.16.2 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 fit in the sole discretion of the Authority, including
annulment of the Selection Process.
14
9.17 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
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.
9.18 Evaluation Processes
The applications will be scrutinized as per the criteria given in the bid documents and a
list of pre-qualified bidder be prepared and communicated to all the Major Ports. The
Major Ports as and when required will obtain financial offers from the Transaction
Advisors who are empanelled.
9.19 Correspondence with Applicant
Given and except as provided in RFQ, the IPA shall not entertain any correspondence
with any applicant in relation to the acceptance or rejection of any application.
9.19A IPA’s Rights
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.
(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.
15
(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.
9.20 Fraud and corrupt practices 9.20.1 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.
9.20.2 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 Transaction Advisor, 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 Transaction Advisor 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 Transaction Advisor, as the case may be, is found by
the Authority to have directly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice, as the case may be.
16
9.20.3 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 there from, 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· Transaction Advisor! 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.
17
10. Conflict of Interest
10.1 An Applicant shall not have a conflict of interest that may affect the Selection Process
or the Consultancy (the "Conflict of Interest"). Any Applicant found to have a
Conflict of Interest shall be disqualified.
10.2 It is necessary that the Transaction Advisor provides professional, objective, and
impartial advice and at all times hold the interests of the Port Trust as paramount,
avoid conflicts with other assignments or its own interests, and act without any
consideration for future work. The Transaction Advisor shall not accept or engage in
any assignment that would be in conflict with its prior or current obligations to other
clients, or that may place it in a position of not being able to carry out the assignment
in the best interests of the Port Trust.
10.3 Addressing Conflicts of Interest have been illustrated in the Guidance Note at
Schedule. Without limiting the generality of the above, an Applicant shall be deemed
to have a Conflict of Interest affecting the Selection Process, if:
(a) the Applicant, its consortium member (the "Member") or Associate (or any
constituent thereof) and any other Applicant, its consortium member or Associate (or
any constituent thereof) have common controlling shareholders or other ownership
interest; provided that this disqualification shall not apply in cases where the direct or
indirect share holding or ownership interest of an Applicant, its Member or Associate
(or any shareholder thereof having a shareholding of more than 5 per cent of the paid
up and subscribed share capital of such applicant, Member or Associate, as the case
may be) in the other Applicant, its consortium member or Associate is less than 5%
(five per cent) of the subscribed and paid up equity share capital thereof; provided
further that this disqualification shall not apply .to any ownership by a bank, insurance
company, pension fund or a public financial institution referred to in section 4A of the
Companies Act, 1956. For the purposes of this, indirect share holding held through one
or more intermediate persons shall be computed as follows:
18
10.3 (aa) where any intermediary is controlled by a person through management control or
otherwise, the entire share holding held by such controlled intermediary in any other
person (the "Subject Person") shall be taken into account for computing the
shareholding of such controlling person in the Subject Person; and
10.3 (bb) subject always to sub-clause (aa) above, where a person does not exercise control
over an intermediary, which has shareholding in the Subject Person, the computation of
indirect shareholding of such person in the Subject Person shall be undertaken on a
proportionate basis; provided, however, that no such share holding shall be reckoned
under this "sub-clause' (bb) . if- the share holding of such-person in the intermediary is
less than 26% (twenty six per cent) of the subscribed and paid up equity share holding of
such intermediary; (b) a constituent of such Applicant is also a constituent of another
Applicant; or (c) such Applicant or its Associate receives or has received any direct or
indirect subsidy or grant from any other Applicant or its Associate; or (d) such Applicant
has the same legal representative for' purposes of this Application as any other Applicant;
or (e) such Applicant has a relationship with another Applicant, directly or through common
third parties, that puts them in a position to have access to each others' information about,
or to influence the Application of either or each of the other Applicant; or (f) there is a
conflict among this and other consulting assignments of the Applicant (including its
personnel and Sub-Transaction Advisor) and any subsidiaries or entities controlled by
such Applicant or having common controlling shareholders.
The duties of the Transaction Advisor will depend on the circumstances of each case. While
providing consultancy services to the Authority for this particular assignment, the
Transaction Advisor shall not take up any assignment that by its nature will result in conflict
with the present assignment; or (g) a firm which has been engaged by the Authority to
provide goods or works or services for a project, and its Associates, will be disqualified
from providing consulting services for the same project save and except as provided
conversely, a firm hired to provide consulting services for the preparation or implementation
of a project, and its Members or Associates, will be disqualified from subsequently
providing goods or works or services related to the same project; or (h) the Applicant, its
Member or Associate (or any constituent thereof), and the bidder or Concessionaire, if any,
for the Project, .its. _.contractors or sub contractor(s) ( or any constituent thereof) have
19
common controlling shareholders or other ownership interest; provided that this
disqualification shall not apply In cases where the direct or indirect share holding or
ownership interest of an Applicant, its Member or Associate (or any shareholder hereof
having a share holding of more than 5% (five per cent) of the paid up and subscribed share
capital of such Applicant, Member or Associate, as the case may be.) in the bidder or
Concessionaire, if any, or its contractor(s) or sub-contractor'(s) is less than 5% (five per
cent) of the paid up and subscribed share capital of such Concessionaire or its contractor(s)
or sub-contractor(s); provided further that this disqualification shall not apply to _
ownership by a bank, insurance company, pension fund or a Public Financial Institution
referred to in section 4A of the Companies Act, 1956. For the purposes of this sub-clause
(h), indirect shareholding shall be computed in accordance with the provisions of sub-clause
(a) above.
10.4 For purposes of this bid, Associate means, in relation to the Applicant, a person who
controls, is controlled by, or is under the common control with such Applicant (the
"Associate"). As used in this definition, the expression "control" means, with respect to a
person which is a company or corporation, the ownership, directly or indirectly, of more
than 50% (fifty per cent) of the voting shares of such person, and with respect to a person
which is not a company or corporation, the power to direct the management and policies of
such person by operation of law or by contract.
10.5 An applicant eventually appointed to provide consultancy by any port trust or any specific
project and its associate, shall be disqualified from subsequently providing goods or works
or services related to the construction and operation - of the same Project-and-any breach -
of this obligation shall be construed as Conflict of Interest; provided that the restriction
herein shall not apply after a period of 5 (five) years from the completion 'of the original
assignment or to consulting assignments granted by banks/ lenders at any time; provided
further that this 'restriction shall not apply to consultancy/ advisory services performed for
the Port Trust in continuation of a specific Consultancy or to any subsequent consultancy/
advisory services performed for the Port Trust in accordance with the rules of the Port
Trust. For the avoidance of doubt, an entity affiliated with the Transaction Advisor shall
include a partner in the Transaction Advisor's firm or a person who holds more than 5%
(five percent) of the subscribed and paid up share capital of the Transaction Advisor, as the
case may be, and any Associate thereof.
20
Guidance Note at Schedule
SCHEDULE-3
(See Clause 10.3)
Guidance Note on Conflict of Interest
1. This Note further explains and illustrates the provisions of Clause 10.3 of the RFQ and shall be
read together therewith in dealing with specific cases.
2. Transaction Advisors should be deemed to be in a conflict of interest situation is it can be
reasonably concluded that their position in a business or their personal interest could improperly
influence their judgment in the exercise of their duties. The process for selection of Transaction
Advisors should avoid both actual and perceived conflict of interest.
3. Conflict of interest may arise between the Major Ports/IPA and a Transaction Advisor or
between Transaction Advisors and present or future concessionaries/ contractors. Some of the
situations that would involve conflict of interest are identified below:
(a) Major Ports/IPA and Transaction Advisors:
(i) Potential Transaction Advisor should not be privy to information from Major Ports/ IPA
which is not available to others; or
(ii) Potential Transaction Advisor should not have defined the project when earlier working
for the Major Ports/IPA; or
(iii) Potential Transaction Advisor should not have recently worked for the Major Ports/IPA
overseeing the project.
(b) Transaction Advisors and concessionaires/contractors:
(i) No Transaction Advisor should have an ownership interest or a continuing business
interest or an on-going relationship with a potential concessionaire/ contractor save and
except relationships restricted to project-specific and short-term assignments; or
(ii) No Transaction Advisor should be involved in owing or operating entities resulting from
the project; or
(iii) No Transaction Advisor should bid for works arising from the project.
21
RFQ FOR SELECTION OF TRANSACTION ADVISORS
The participation of companies that may be involved as investors or consumers and officials of the
Major Ports/IPA who have current or recent connections to the companies involved, therefore, needs
to be avoided.
4. The normal way to identify conflicts of interest is through self-declaration by Transaction
Advisors. Where a conflict exists, which has not been declared, competing companies are likely
to bring this to the notice of the Major Ports/IPA. All conflicts must be declared as and when
the Transaction Advisors become aware of them.
5. Another approach towards avoiding a conflict of interest is through the use of “Chinese walls”
to avoid the flow of commercially sensitive information from one part of the Transaction
Advisor’s company to another. This could help overcome the problem of availability of limited
numbers of experts for the project. However, in reality effective operation of “Chinese walls”
may be a difficult proposition. As a general rule, larger companies will be more capable of
adopting Chinese Walls approach than smaller companies. Although, “Chinese Walls” have
been relatively common for many years, they are an increasingly discredited means of avoiding
conflicts of interest and should be considered with caution. As a rule, “Chinese Walls” should
be considered as unacceptable and may be accepted only in exceptional cases upon full
disclosure by the Transaction Advisor coupled with provision of safeguard to the satisfaction of
the Major Ports/IPA.
6. Another way to avoid conflicts of interest is through the appropriate grouping of tasks. For
example, conflicts may arise if Transaction Advisors drawing up the terms of reference or the
proposed documentation are also eligible for the consequent assignment or project.
7. Another form of conflict of interest called “scope-creep” arises when Transaction Advisors
advocate either an unnecessary boarding of the terms of reference or make recommendations
which are not in the best interest of the Major Ports/IPA but which will generate further work
for the Transaction Advisors. Some forms of contractual arrangements are more likely to lead to
scope-creep. For example, lump-sum contracts provide fewer incentives for this, while time and
material contracts provide built in incentives for Transaction Advisors to extend the length of
their assignment.
8. Every project contains potential conflicts of interest. Transaction Advisors should not only
avoid any conflict of interest, they should report any present/potential conflict of interest to the
Major Ports/IPA at the earliest. Officials of the Major Ports/IPA involved in development of a
project shall be responsible for identifying and resolving any conflicts of interest. It should be
ensured that safeguards are in place to preserve fair and open competition and measures should
be taken to eliminate any conflict of interest arising at any stage in the process.
22
Appendix – I
1 Experience Criteria as per Para 7.2 POINTS : 55
1.1 For Class-A
a) Three completed similar works for the PPP Projects
each costing not less than Rs. 100 Crores.
OR
b) Two completed similar works for the PPP Projects
each costing not less than Rs. 125 Crores.
OR
c) One completed similar work for the PPP Projects
costing not less than Rs. 200 Crores.
Note: For each additional project - additional 2 points
will be given if the similar project cost is not less than
Rs. 100 cr and 3 points if the similar project cost is not
less than Rs. 125 cr and 5 points if the similar project
cost is not less than Rs. 200 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
2 Human Resources as per Para 8.2 POINTS : 45
2.1 Details of full Time Equivalent (FTE) professional as per Para
8.2.1
For Class A (Project value more than Rs 250 Cr – Min 20 FTE
For 20 FTE – 10 points
More than 20 FTE – 15
points
2.2 Key Personnel as per Para 8.2.2
The applicant should indicate the team key personnel with
experience in finance and legal
Key personal with
experience in finance
and legal – 30 points
Distribution of 30
marks will be as
follows:
1. Finance Key
Personnel – 20
points (for one –
10; for two – 15
for three and
above – 20).
23
2. Legal key
Personnel – 10
(for one – 5 and
for two and above
– 10)
Minimum Qualification for
Finance Key Personnel : Either CA, or ICWA or CFA or MBA (Finance)
Legal Key Personnel : Bachelor of Law or any equivalent Degree in Law and above
25
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
26
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
Colachel (Enayam) in the State of Tamil
Nadu
6,575.15 VoCPT
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 800.000 MOP&NG
27
Eastern Ports
27 Multipurpose Terminals in Uran Mudflats at
JNPT
1,000.00 JNPT
28 Development of 5th
Cargo Terminal at JNPT 5,500.00 JNPT
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
28
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
1,150.58 VoCPT
29
Port
14 Installation of Marine Unloading Arms for
handling LPG at 1st, 2
nd and 3
rd oil jetty of
Haldia Dock Complex
150.00 KoPT(Haldia)
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 11.63 DGLL
30
Management Service (VTMS) at Karwar
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
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
31
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
32
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
33
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
34
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
35
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
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
36
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
27 Ro-Pax Ferry Services between Gogha and
Dahej in Gulf of Cambay
509.00 GMB
Total 7,414.14
37
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
area in Kakinada, Andhra Pradesh
80.00 Govt. of AP
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 603.00 TNMB
38
Cuddalore
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
SPSR Nellore District in Andhra Pradesh
100.00 Govt. of AP
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 2,500.00 Govt. of Karnataka
39
Uttara Kannada District
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
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 20.00 Govt. of West Bengal
40
to Digha including construction of a jetty at
Digha
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
41
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
42
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
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
43
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
Power Station Circle Road Connectivity
105.00 VoCPT
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
44
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
45
(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.
46
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-Transaction Advisor (TA)]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:
47
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]
48
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)
49
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.
50
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]
51
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.]
52
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:
53
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 :
54
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 members 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
:
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
1
IPA/GAD/Consultant-TA/2016
S.no Clause Description Details of Item per Tender
Requirement Query/ Suggestion Clarifications
I. Name of Firm : M/s Alia Consulting Solutions
1 We are empanelled as
transaction advisor consultant.
Do we still need to re-empanel?
Yes, Old empanelment stands
discharged. This is a fresh
empanelment. Please refer
Notice on IPA Website.
Name of Firm : M/s DRA Consultants Ltd.
2 Document Fee
Page no. 3
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
application fee of Rs 10,000/- in
form of Demand Draft, in favor of
Indian Ports Association shall be
submitted along with bid.
As the document was
downloaded from website
www.ipa.nic.in. we presume to
submit application fee of Rs.
10,000/- in the form of Demand
Draft in favor of Indian Ports
Association along with the Bid
Submission. Please confirm.
Yes
3 8.0 Evaluation criteria for Class A
8.2 Human Resources
Page no. 9
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.
We request you allow self-
certification of Key Experts over
support documents of
engagement as the Experts are
from wide range of industrial
practice.
1. Employees/ Professionals
who has exclusive long
term contract of more than
3 years shall be considered
as FTE professionals.
2. Letter issued by the HR
department of the company
will suffice as supporting
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
2
IPA/GAD/Consultant-TA/2016
documents in addition to
the requirements at 8.2.1.
4 9.15 EARNEST MONEY
DEPOSIT
EMD amount is Rs. 2,50,000/- The
Earnest Money shall be paid in the
form of Demand Draft (DD) issued
by a Nationalized Bank /
Scheduled Bank drawn on New
Delhi Branch of the Bank in favour
of the Indian Ports Association,
New Delhi.
We request you allow
submission of EMD in the form
of Bank Guarantee as well.
Clause remains unchanged
Name of Firm : M/s CRISIL
5 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.
6 Clause 8.1.1
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.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
3
IPA/GAD/Consultant-TA/2016
7 Appendix-1 Note: For each additional
project - additional 2 points will
be given if the similar project
cost is not less than Rs. 100 cr
and 3 points if the similar project
cost is not less than Rs. 125 cr
and 5 points if the similar project
cost is not less than Rs. 200 cr.
Request for change in scoring
to: For each additional project
- additional 3 points will be
given if the similar project
cost is not less than Rs. 100 cr
and 5 points if the similar
project cost is not less than
Rs. 125 cr and 8 points if the
similar project cost is not less
than Rs. 200 cr.
Clause remains unchanged
8 Appendix 1 Minimum Qualification for ·
Finance Key Personnel: Either CA
or ICWA or CFA or MBA
(Finance) having 5 years’
experience.
We request the Authority to
consider Post Graduate Diploma
(Finance) and Master of
Management Studies (Finance)
as equivalent to MBA
Clause Amended.
It may be read as:-
Minimum Qualification for
Finance Key Personnel: Either
CA or ICWA or CFA or MBA
(Finance) (or Equivalent)
having 5 years’ experience.
9 Guidance Note at Schedule (Refer
10.3)
3. Conflict of interest may arise
between the Major Ports/IPA and a
Transaction Advisor or between
Transaction Advisors and present
or future concessionaries/
contractors. Some of the situations
that would involve conflict of
interest are identified below:
(a) Major Ports/IPA and
Transaction Advisors:
(i) Potential Transaction Advisor
should not be privy to information
from Major Ports/ IPA which is not
We request deletion of the
statement as those firms that are
currently providing TA services
for Major Ports will not be able
to apply for empanelment as
they have worked on projects as
part of their scope
Clause remains unchanged
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
4
IPA/GAD/Consultant-TA/2016
available to others; or
(ii) Potential Transaction Advisor
should not have defined the project
when earlier working for the Major
Ports/IPA; or
(iii) Potential Transaction Advisor
should not have recently worked
for
10 8.1.1 The applicant should provide
details of completed assignments in
the last 07 years to demonstrate
experience in providing the
consultancy service.
Request considering projects
which were completed on or
after 1/01/2010, for eligibility
and scoring
Projects completed from
February 2010 onwards will
only be accepted
Name of Firm : M/s Almondz Global Securities Limited
11 Page 3 : Indian Ports Association
invites Requests for Qualification
(RFQ) for empanelment as
Transaction Advisors for class
namely:
Class-A (Transaction Advisory
Services for the PPP Projects with
Estimated Cost of Project more
than 250 Cr).
Since the marking table for all
the classes namely A,B,C has
been given on page 10.
Kindly clarify whether this
empanelment is to be done for
only A category or for B & C as
well.
This RFQ is only for Class-A
projects. Under Class- A, 3 list
of empanelment will be
prepared based on marks
obtained i.e. Category-A TA,
Category-B TA & Category-C
TA.
Pl refer to Addendum-2.
12 The requisite document fee of Rs.
10,000/- in the form of Demand
Draft drawn in favour of Indian
We had submitted the document
fee of Rs. 10,000/- for
Empanelment of Transaction
Not accepted. Since document
fees is non-refundable, needs to
be submitted again.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
5
IPA/GAD/Consultant-TA/2016
Ports Association shall be
submitted along with bid.
Advisor for Major Ports, May,
2016, which was subsequently
annulled.
We request the authority to
kindly adjust our document fee
of Rs. 10,000/- with this
Empanelment.
Name of Firm : M/s SPA Capital Advisors Ltd
13. A similar RFQ No.
IPA/GAD/Consultant-FA/2016
dated 07/12/2016 was issued for
Financial Consultants similar to
this RFQ- IPA/GAD/Consultant-
TA/ 2017 dtd 24/02/2017 for
Transaction Advisors
Both the RFQs are similar and
there is no specific mention
about the Key Persons. Please
clarify if the consultants who
applied in response to the earlier
RFQ No. IPA/GAD/Consultant-
FA/2016 dated 07/12/2016 can
also bid in this RFQ and there
will be no conflict of interest if
selected for both the RFQs
RFQ No.
IPA/GAD/Consultant-TA/2016
dated 07/12/2016 has already
been discharged.
This is a fresh RFQ.
14. In the first Para 2 at page5 it is
mentioned "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
Please clarify if the Transaction
advisors need to know what type
of inhouse capabilities are to be
disclosed except the. Team of
Technical Persons like engineers
& other technocrats for
preparation of Technical report,
Tariff Plans etc
TA has to furnish the
experience as per Clause 8.0.
and TP-2.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
6
IPA/GAD/Consultant-TA/2016
& independent engineers,
preparation of EMP reports, and
project monitoring etc”.
15 As per Clause 6 at page 6 & 7,
under Brief Scope of Transaction
Advisor need to do several
technical work like :Preparation of
Techno Economic Feasibility
Report if required, Preparation of
Expression of Interest PPP
(BOT/Captive) projects and its
evaluation, As per the Model
Documents of Ministry, preparing
RFQ on the basis of Feasibility
Report and updated figures, data
and statistics, etc. ,scrutiny &
evaluation thereof, Preparation for
Pre-Bid and other meetings,
conducting the same, preparing
replies/clarifications in consultation
with officials of Ports. Preparation
of Tariff Proposal as per prevailing
standard guidelines issued by
TAMP, clarification to the queries
raisedby TAMP and assist Port for
finalization of the same from
TAMP etc
Please clarify if the Bidders are
supposed to have the relevant
Technical Experts at their rolls
or as FTE or may use the experts
from their approved panel.
Pl refer clause 8.2.
Employees/Professionals who
have exclusive long term
contract for more than 3 years
shall be considered as FTE
professionals.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
7
IPA/GAD/Consultant-TA/2016
16. In the first last Para at page 8 under
"Similar Work" it is mentioned
"The Tenderer should have
experience of providing
Transaction Advisory Services i.e.
providing qualified Legal,
Financial & Technical Experts with
a minimum Three years experience
for carrying out PPP Transactions
in any infrastructure Projects"
1. Please clarify the types of
Technical & Legal Services to
be provided means any of the
services provided in the Scope
of Work as per this RFQ and for
PPP Transactions, Please clarify
the definition of the PPP
projects. If the following types
of projects will be considered
a. where in project given to
Private land was given by Govt
as part of its contribution but
when it was completed
other PSU taken over and
completed the same.
b. Where the projects are given
under MOU to Private sector to
put up the power projects and
Govt assured the
buyback of Power from them at
certain predefined rates
c. Please also clarify if the
project of State /Central Govt
was given for Credit
Enhancement with the resultant
credit rating and the project has
to be developed under PPP
model. Such projects will be
covered under PPP model
The Clause is self-explanatory.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
8
IPA/GAD/Consultant-TA/2016
d. In case where the projects
(Road Projects) were developed
by Pvt Sector and later
transferred to Annuity Model
2. Please also clarify the projects
un EWS Housing will be
covered under Infrastructure
Projects.
17 As per note under clause 8.1.1 at
page 9 under the heading Response
it is mentioned, "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."
Please clarify the limitation of
not more than 2 pages is for the
whole team experience or an
individual member of the Team
The clause refers to details of
the nature of consultancy
provided for each completed
assignment.
18. As per clause 8.1.1 at page 9 under
Evaluation Criteria for Class A
'The applicant should provide
details of completed assignments in
the last 07 years to demonstrate
experience in providing the
consultancy service.' and also
1. We request that all the
projects done by the company
may be considered for
Qualification and for total
experience for total points. In a
recent RFQ by Ministry of
Urban Development the all the
projects done by bidders were
Clause remains unchanged.
The RFQ document as stated is
comprehensive to answer all
your queries
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
9
IPA/GAD/Consultant-TA/2016
under clause 7.2 at page 8
providing "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..."
considered not limiting to a few
years only.
2. Here, please also clarify how
to ascertain that the bidder is in
providing similar services
during all the last seven years or
the bidders should be in
existence for last seven years
and may or may not done
similar projects in all the last 7
seven years
3. No pre-Qualification for
Category B & C provided.
Please clarify if the same
prequalification applies to Type
B & C of Seven years'
experience and minimum size of
the projects
Refer Addendum No-2
19. As per clause 8.1.1 at page 9 under
Evaluation Criteria for Class A
Response : The applicant should
submit clients completion
certificate for each assignment to
support their claim along with
firm’s experience and team
Normally there is no certificate
is provided by the client. Please
clarify that in absence of clients,
the bidder may provide the proof
of the receipt of the fee for the
assignment as the necessary
document
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
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
10
IPA/GAD/Consultant-TA/2016
experience separately not more
than 2 pages for specific
assignments by the authorized
person of the firm.
verify the completion claim
from client.
20. As per Clause 8.2.1 at Page 9
‘Human Resources under main
heading Evaluation Criteria’ Full
Time equivalent (FTE)
Response: 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.
Please clarify how the FTE
professional is defined
2.Even for Key Personnel the
certificate from the Clients is not
issued and it is requested to do
away with this condition
FTE refers to full time
equivalent. Employees/
Professionals who have
exclusive long term contract
for more than 3 years.
21 As per Clause 8.2.1 at Page 9
‘Evaluation Criteria’ Response The
applicant should indicate the details
of FTE professionals along with
supporting documents for their
engagement and provide an
organization structure of the
Please clarify what supporting
document for engagement or
only the declaration by the
Bidder will be Sufficient
Employees/ Professionals who
have exclusive long term
contract for more than 3 years
shall be considered as FTE
professionals.
Letter issued by the HR
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
11
IPA/GAD/Consultant-TA/2016
applicant indicating the FTE
professional in that category
department of the company
will suffice as supporting
document for employment in
addition to the document
required under clause 8.2.
22 As per clause 10 at Page 17 under
Conflict of Interest’: The normal
way to identify conflicts of interest
is through self-declaration by
Financial Advisors. Where a
conflict exists, which has not been
declared, competing companies are
likely to bring this to the notice of
the Major Ports/IPA. All conflicts
must be declared as and when the
Financial Advisors become aware
of them
SPA Capital Advisors is a
leading Merchant
Banker/Arranger for raising the
large debts. If at any further
stage Bidders are required to
shortlist the Arrangers of Funds
Raising for the Projects of the
Individual Ports, there may arise
Conflict of Interest. Please
clarify should we declare the
same at the time of this Bid and
address the same by defining
different teams for Fund Raising
and Financial Advisory as
defined in the ‘Guidance Note
on Conflict of Interest’
applicable for large companies
avoiding Conflict of Interest
through the use of Chinese Wall
Yes
23 Appendix-I
Clause 2.1 page 22 under "Details
of full time Equivalent (FTE)
professional as per Clause 8.2.1
(Project value more than Rs 250
1. Please clarify ‘Min 20 FTE’
means minimum 20 Full Time
Professionals employed in
relevant activities and also how
"Project value more than Rs 250
FTE refers to full time
equivalent. Employees/
Professionals who have
exclusive long term contract
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
12
IPA/GAD/Consultant-TA/2016
Crs)Min 20 FTE Cr" means to relate with the
FTE and how to define FTE as
per RFQ
2. Please also clarify the
Organizational Chart motioned
here is to given for the whole
company or Group or the Team
handling the assignment as
Financial Advisors to be
proposed in the present RFQ
3. Pease also clarify If Team
Lead working on the other
projects may be common now or
a exclusively dedicated team is
required.
4. Please also clarify how to
relate the term (Project value
more than Rs 250 Crs)
mentioned
for more than 3 years.
As per clause 8.2.1
organisation structure of the
applicant need to be submitted.
This will be considered while
inviting price bid.
The total cost of the project
will be considered.
Name of Firm : M/s IIFCL Projects Ltd
24 (RFQ) FOR EMPANELMENT OF
TRANSACTION
ADVISORS
IPA had conducted a similar
exercise for Empanelment of
Consultants (Financial Experts)
in December 2016. The scope of
work for the empaneled
consultants among other things
included preparation of Bid
Documents, Conducting Bid
RFQ No.
IPA/GAD/Consultant-TA/2016
dated 07/12/2016 has already
been discharged.
This is a fresh RFQ.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
13
IPA/GAD/Consultant-TA/2016
Process Management etc.
similar to that of Transaction
Advisor.
Since there seems to be an
overlap in the Scope of Work,
we would like to request IPA to
clarify, whether the panels shall
co‐exist and how the work
between the two panels will be
allocated.
25. Page 8
Qualification Criteria for
Empanelment of Consultant‐
Transaction Advisor
Similar Works: The Tenderer
should have experience of
providing Transaction Advisory
Services i.e. providing qualified
Legal, Financial & Technical
Experts with a minimum Three
years experience for carrying out
PPP Transactions in any
infrastructure Projects.
We believe that a successful
infrastructure project requires a
very strong financial appraisal
of the project by the consultants
and make the project bankable
to facilitate the developer in
achieving financial closure. In
order to make the process of
empanelment more inclusive for
IPA/Port Trusts to have access
to the most relevant advice, we
suggest that the description of
Similar Works be amended as
follows:
“The Tenderer should have
experience of providing
Transaction Advisory Services
Clause remains unchanged
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
14
IPA/GAD/Consultant-TA/2016
i.e. providing qualified Legal,
Financial and Technical
Experts, as required, for
including preparing
revenue/financial model with a
minimum three years in carrying
out PPP
Transactions in any
infrastructure Projects to
government, regulatory
commission, tribunal,
multilateral agencies, statutory
authority, public sector entity or
public sector financial
institution”
26 Page 8
Qualification Criteria for
Empanelment of Consultant‐
Transaction Advisor
Similar Works: The Tenderer
should have experience of
providing Transaction Advisory
Services i.e. providing qualified
Legal, Financial & Technical
Experts with a minimum Three
years’ experience for carrying out
PPP Transactions in any
infrastructure Projects.
Our Suggestion is that if the
Transaction Advisors are not
expected to carry out any
Technical Services, IPA may
remove the requirement of
having provided Technical
Experts from the definition of
Similar Works.
Clause remains unchanged
27 Page 8
Qualification Criteria for
Empanelment of Consultant-
Similar Works: The Tenderer
should have experience of
providing Transaction Advisory
Services i.e. providing qualified
We believe that it’s not the
length of experience of the firm
but the quality of experience of
the firm, accordingly we request
Clause remains unchanged
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
15
IPA/GAD/Consultant-TA/2016
Transaction Advisor
Legal, Financial & Technical
Experts with a minimum Three
years experience for carrying out
PPP Transactions in any
infrastructure Projects.
IPA if they could relax the
criteria of Minimum Three years
to Two Years in the definition of
Similar Works.
28 Page 11 Point 9.8
General Conditions
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 for a
letter from the Parent Company to
make their services available to
Indian Company as required and
demanded by IPA/Major Port
without any extra financial
liabilities.
In order to be able to provide the
best team for the assignment and
to be able to provide multi-
disciplinary advice to IPA/Port
Trusts, we suggest that
applicants be allowed to
showcase the expertise in terms
of Key Personnel of their
Parent/Group companies (Indian
or Foreign Entity). Hence, we
request you to kindly modify the
referred clause as follows:
“For applicants who are
subsidiaries/associates of
Foreign /Indian companies
(Equity of Parent entity more
than 50%) and if their
turnover/expertise are claimed,
the IPA/Major Port shall insist
for a letter from the
Parent/Group Company to
make their services available to
Applicant as required and
Clause remains unchanged
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
16
IPA/GAD/Consultant-TA/2016
demanded by IPA/Major Port
without any extra financial liabilities.”
29 Page 9
Stage-II (Short listing/Scoring
criteria for empanelment of
Transaction Advisor)
8.1.1
(For Class A) 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.
In-order to have a strong
qualification criteria and better
screening process for quality
work & consultants, completed
projects and there support
documents should be
mandatory, however there are
cases where consultants are
engaged on a retainer ship
/empanelled basis where there is
substantial work being
completed on a one-time fixed
fee amount. Hence, we request
you to kindly modify the
referred clause as follows:
“The applicant should submit
client’s completion certificate
or CA Certificate for receipt of
100% professional fee 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.”
Clause remains unchanged.
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.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
17
IPA/GAD/Consultant-TA/2016
30 Page 22
Appendix 1
2.1
Details of full Time Equivalent
(FTE) professional as per Para
8.2.1
For 20 FTE – 10 points
More than 20 FTE – 15 points
We believe that an
Organization’s staff strength
is essential in evaluating the
proposal, however the emphasis
could be on quality of personnel
rather than the quantity being
disclosed,
We suggest to amend the
following as:
For 10-15 FTE (With relevant
work experience) – 10 Points
For more than 15 FTE (With
relevant work experience) – 15
Points
Clause remains unchanged
Name of Firm : M/s Deloitte Touche Tohmatsu India LLP
31 General Kindly provide the status of the
earlier empanelment for
Transaction Advisors
undertaken by IPA. Please
confirm whether the Transaction
Advisors empanelled earlier
required to resubmit the
Application
Earlier empanelment stands
discharged.
Please refer to our Notice of
the website.
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
18
IPA/GAD/Consultant-TA/2016
32 Section 6, Page No. 6 Brief scope of
Transaction Advisory Services for
Class-A for PPP Projects
Co-ordination and correspondence
with concerned statutory
State/Central Govt.
organizations/persons.
We understand that consultants
are not required to do any
liaising work with State
Government, Central
Government and inter & Intra
departmental liaising. Kindly
confirm our understanding
Co-ordination and
correspondence work with
respective Statutory
Authorities does not
tantamount to liaison work
33 Section 5, Page No. 7 Categories of
Empanelment
After signing of agreement with
concessionaire, provide
financial/legal opinion on
implementation & operation of
terminal
We understand the scope of
work will be limited to
contractual provisions related to
the Concession Agreement. The
consultant is not expected to
provide advice related to
business law, litigation, dispute
resolution or any such matter in
relation to implementation &
operation of terminal. Kindly
confirm our understanding
The clause remains unchanged.
Broad Scope on the subject
shall be elaborated by the
respective port/organization in
the offer invited for Price Bid
34 Section 8 Page No. 9 Stage-II (Short
listing/Scoring criteria for
empanelment of Transaction
Advisor). 8.1
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.
In many cases client doesn’t
provide completion certificate. It
is therefore requested to allow to
submit other documentary
evidence such as engagement
letter, letter of award etc.
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.
35 Section 8 Page No. 9 Stage-II (Short
listing/Scoring criteria for
empanelment of Transaction
The applicant should indicate the
team with the team leader and
We would like to highlight that
the FTE professionals working
with us has wide range of
Employees/Professionals who
has exclusive long term
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
19
IPA/GAD/Consultant-TA/2016
Advisor). 8.2.1 the role and responsibility of
each key member.
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.
industry experience. The
experience of individuals may
be from their earlier
organizations.
As an Industry wide practice,
self-certification from
professional are allowed.
Therefore, we request you to
kindly allow self-certification of
Individual.
contract of more than 3 years
shall be considered as FTE
professionals.
Letter issued by the HR
department of the company
will suffice as supporting
documents in addition to the
requirements at 8.2.1.
36 Section 8 Page No. 9 Stage-II (Short
listing/Scoring criteria for
empanelment of Transaction
Advisor). 8.2.2
Key Personnel The applicant
should indicate the team key
personnel with experience in
finance and legal
The RFP seeks expertise in
financial & legal aspects. We
would like to highlight that legal
practice is regulated by Bar
council of India and typically,
the Financial/Transaction
advisory firms associate with
registered legal practitioners on
case to case basis. This also
helps in providing the best legal
expertise suited to the need of
the project.
Seeking legal expertise at this
stage would necessitate
exclusive association for legal
expertise and might not be in the
best interest of IPA.
We request to kindly omit the
legal person requirement from
Clause remains unchanged
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
20
IPA/GAD/Consultant-TA/2016
RFP for empanelment of
Consultants and same may be
procured & demonstrated by the
empanelled Transaction advisor
on project to project basis, prior
to selection for respective
projects.
37 Section 8 Page No. 10 Empanelment
Categories 8.3
The applicant may be empanelled
based on Marks obtained as
Follows.
Category Percentage of
Marks
Category-A >/=90%
Category-B >/=80%
Category-C >/=70%
Shall not be
considered for
empanelment
< 70 %
Please explain the significance
of these categories with regards
to Empanelment of Consultant This RFQ is only for Class-A
projects. Under Class- A 3 list
of empanelment will be
prepared based on marks
obtained i.e. Category-A TA,
Category-B TA & Category-C
TA.
Pl refer to Addendum-2.
38 Section 9; General Conditions; 9.15
EMD
The Earnest Money shall be paid in
the form of Demand Draft (DD)
issued by a Nationalized Bank /
Scheduled Bank drawn on New
Delhi Branch of the Bank in favour
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
EMD of successful bidders/
Empanelled bidders will be
retained for the entire period of
empanelment i.e 3 years by IPA
or such extended period by IPA.
We understand that EMD of all
successful bidders will be kept
for 3 years and it will be
refunded after 3 years.
Kindly confirm our
Understanding is correct
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
21
IPA/GAD/Consultant-TA/2016
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 the
entire period of empanelment i.e 3
years by IPA or such extended
period by IPA.
understanding.
Also, it is suggested that EMD
for the purpose of empanelment
may be refunded and instead
project specific EMD may be
sought for each project under the
empanelment.
Clause remains unchanged
39 Annexure 1, Page 45 Technical Proposal – Other
Undertakings Undertaking
regarding non-disclosure/sharing of
confidential information with third
parties
As per the industry practices,
non-disclosure agreements have
a sunset period defined as
perpetual non-disclosure
agreements are open to contest.
Accordingly, it is requested that
the nondisclosure obligations
may be limited to empanelment
period and two years thereafter.
Clause remains unchanged
Name of Firm : M/s TATA Consulting Engineers Limited
40 Page 6-
Brief scope of Transaction
advisory services for Class-A for
PPP Projects
Kindly delete “Preparation of
Techno-Economic Feasibility
Report if required” as a typical
TEFR requires 80% technical
expertise and 20% Financial
domain & analysis
Clause remains unchanged
Clarifications of Pre-Bid Queries
RFQ for Empanelment of Consultants as Transaction Advisor for PPP Projects
22
IPA/GAD/Consultant-TA/2016
41 Page 23-Appendix-I Key personnel
as per para 8.2.2
Under minimum qualification
criteria mentioned for Key
personnel’s, technical Key
Personnel is not listed, hence
reinforces the deletion/exclusion
of TEFR from the eligible jobs
types mentioned for evaluation.
Clause remains unchanged.
Name of Firm : M/s SREI
42 Clause 7.1 Experience of having successfully
completed similar works during
last 7 years
Since the progress of PPP
Projects is rather slow in the
country, we would request you
to kindly consider time frame of
10 years instead of 7 years
preceding the PDD.
Clause remains unchanged
Name of Firm : M/s Capital Square Advisors Private Limited
43 Note no. 2 of point No. 8 on
Evaluation Criteria for Class A
The applicant has to score
minimum 50 % points in each
sub criteria viz 8.1.1, 8.2.1 and
8.2.2 for getting qualified.
Pl refer Note 1 & 2 and clause
8.3 on page 10.
44 Clause 8..2.1 provides as under Full
Time Equivalent (FTE) professional
The applicant should indicate the
team with the team leader and the
role and responsibility of each key
member
Upto 15 points as per criteria
given at Appendix 1 Clause remains unchanged
45 45 points for Human Resources as
per Para 8.2, of which 15 points
2.1 of Appendix 1
Details of Full Time Equivalent
Professional as per Para 8.2.1.
For Class A ( Project value more
than Rs. 250 Crs – Min 20 FTE)
For 20 FTE 10 points
More than 20 FTE 15 points
Clause remains unchanged
46 2.1 of Appendix 1 Details of Full Time Equivalent
professional as per Para 8.2.1.
For Class A ( Project value more
than Rs. 250 Crs – Min 20 FTE)
For 10 15 FTE 7.50 points
For 16 20 FTE 10 points
More than 20 FTE 15 points
Clause remains unchanged