Consultancy Services for undertaking valuation study of Rewas Port Ltd. Request for Proposal Indian Mercantile Chambers, 3 rd floor, 14, Ramjibhai Kamani Marg, Ballard Estate, Mumbai – 400038. Maharashtra Maritime Board
Consultancy Services for undertaking valuation study of Rewas Port Ltd.
Request for Proposal
Indian Mercantile Chambers, 3rd
floor,
14, Ramjibhai Kamani Marg, Ballard Estate,
Mumbai – 400038.
Maharashtra Maritime Board
P a g e 1 | 24
1. Bid Notice
Online Tenders (e-Tender) for the following work are invited by the Maharashtra Maritime Board on
Government of Maharashtra Tender Information System Portal http://mahatenders.gov.in as per the
Tender Schedule published on the Web portal from suitable Consultancy firms having required
experience. The details can be viewed online and downloaded directly from Government of
Maharashtra e-Tendering portal http://mahatenders.gov.in from 11.10.2017 at 1100 Hrs. (IST)
onwards.
Tender Reference No. MMB/Planning-1/ Rewas Port/2017
Name of Work Appointment of Consultant for undertaking valuation study of Rewas
Port Ltd.
Cost of blank Tender
Document and Mode of
Payment
Rs. 5000/- (Rs. Five thousand only) (Non-Refundable) to be paid
through Online Payment modes i.e. Net Banking, Debit Card, Credit
Card and NEFT/RTGS during downloading of Tender Document
EMD Amount and Mode of
Payment
Rs. 50,000/- (Rs. Fifty thousand only) to be paid through Online
Payment modes i.e. Net Banking, Debit Card, Credit Card and
NEFT/RTGS during submission of Tender Document
Pre-Bid meeting 24.10.2017 at1500 Hrs. in the office of the Maharashtra Maritime
Board, , Indian Mercantile Chambers, 3rd
floor, 14, Ramjibhai Kamani
Marg, Ballard Estate, Mumbai- 400 001.
Venue for opening of Tender Office of the Maharashtra Maritime Board at the above address.
Contact person for
information relating to
assignment
Mr. Rohit Puri, General Manager (Business Development)
Tel: 022- 22658375, Fax: 022-2261 4331
email: [email protected]
2) Shri. P. M. Badhiye, Port Superintendent (022- 22658375/ 22611734, Ext. 251); email: [email protected]
e-Tendering helpline 24X7 Help Desk Number- 0120-4200462, 0120-4001002
Mobile No. 88262 46593, Email- [email protected]
P a g e 2 | 24
1.1 e-Tender Schedule
Sr.No. Activity Date Time (Hrs.)
1. Publishing Date 11/10/2017 11:00
2. Document Download Start Date 11/10/2017 11:00
3. Document Download End Date 10/11/2017 17:00
4. Seek Clarification Start Date 11/10/2017 11:00
5. Seek Clarification End Date 23/10/2017 17:00
6. Pre-Bid Meeting Date 24/10/2017 15:00
7. Bid Submission Start Date 11/10/2017 11:00
8. Bid Submission Closing Date 10/11/2017 17:00
9. Bid Opening Date 13/11/2017 12:00
NOTE:
i) All eligible/ interested bidders are required to be enrolled on portal
http://mahatenders.gov.in before downloading tender documents and participate in e-
tendering.
ii) Dates mentioned here are scheduled dates for Bid Opening Activities. Any change in the date
of opening of technical and financial tenders shall be notified in “Press Notice/ Corrigendum”
section on e-Tendering Portal before opening of the same.
iii) During the Pre-bid meeting, interested bidders will be free to seek clarifications and make
suggestions for consideration of MMB. MMB shall endeavor to provide clarifications and such
further information as it may, in its sole discretion, consider appropriate for facilitating a fair,
transparent and competitive bidding process. Bidders can also submit their queries in writing
to MMB at the address specified for submission of the bid. Such queries should reach MMB
at least a day in advance of the pre-bid meeting.
iv) Chief Executive Officer, Maharashtra Maritime Board reserves right to accept or reject any or
all tenders without giving any reasons thereof.
v) The detailed tender notice is available on our website
https://mahammb.maharashtra.gov.in
Sd/-
CHIEF EXECUTIVE OFFICER
MAHARASHTRA MARITIME BOARD
P a g e 3 | 24
2. Background
Rewas Ports Limited, an SPV for the development, operation and management of the port, is being
promoted by the Reliance Group which has entered into a concession agreement with Maharashtra
Maritime Board. MMB is planning to undertake valuation exercise for Rewas Port Ltd. in order to
ascertain its current value.
Accordingly, MMB is seeking services from qualified financial consultants to assist them in
undertaking a valuation exercise of Identified Assets (created and/or acquired) including land bank of
M/s Rewas Ports Ltd. and prepare a report.
P a g e 4 | 24
3. Scope of Work
The sole purpose of valuation report is to compute the value of tangible assets and liabilities of M/s
Rewas Ports Ltd. as on March 31, 2017. Based on the above background, the brief scope of work is
given below:
(i) Expenditure incurred as stated by M/s Rewas Port Ltd. On Rewas Port project
(ii) Valuation of Identified Assets (created and/or acquired)
(iii) Valuation of Liabilities (created and/or acquired)
Documents to be provided by MMB:
MMB would provide support in procuring the requisite documents for the valuation study as per the
request/ list provided by the consultant upon issuance of LOI.
The following information would be tentatively (based on availability and on best effort basis) provided
for the valuation exercise:
1. Last 3 years (FY15-17) Audited Balance Sheet and Financial Statements of the Target
Company
2. KYC Documents: MOA, AOA, list of directors and their identity details
3. Latest Shareholding pattern of the Target Company
4. Concession Agreement and status of the Concession Agreement
5. Asset Details:
a. Land Acquisition status: How much land is acquired and details of the land type.
b. Capital expenditure carried out till date
c. Break up Tangible and Intangible Assets
d. Asset Register
6. Detailed Project Report
7. List of Approvals obtained.
P a g e 5 | 24
4. Instructions to Bidders
The interested bidders are invited to submit a Technical Proposal as per the formats enclosed as
TECH-1 to TECH-3 and a Financial Proposal as per the formats given in FIN-1 in two separate sealed
covers for providing consulting services required for the assignment. The selection would be on a
lowest bidder basis subject to fulfilling the minimum requirements of the Qualification Criteria. The
Proposal will form part of the contract with the selected consultant
The consultants shall bear all costs associated with the preparation and submission of their
proposals. MMB is not bound to accept any or all proposals, and reserves the right to annul the
selection process at any time prior to award of contract, without any liability to MMB.
4.1 Timeline
The total time period for the project shall be 8 weeks from the date of issuance of Letter of Award.
However, these timelines may be extended further as per mutual agreement.
The consultant shall submit soft copies of all the deliverables of the assignment along with two hard
copies for each deliverable.
The reports and outputs will be the sole property of the MMB and the consultant shall treat all this
information confidential and shall not share with any third party except on written instructions by
MMB.
The consultant should mobilize the team for the assignment within a week from the date of issuance
of Letter of Award by MMB.
4.2 Bidding by Consortium
For the purpose of providing above services, the consultants may submit the proposal as a single
entity or as a consortium. In case of consortium, all partners shall be jointly and severally liable and
shall indicate who will act as the Lead Consortium Member.
In case of bid(s) being submitted by a consortium of two firms as partners, the bidder(s) shall comply
with the following requirements:
i) The maximum number of partners in a consortium shall be limited to two (2) only.
ii) A member of the consortium shall not be permitted to participate either in individual capacity
or as a member of another consortium for this tender.
iii) A signed copy of memorandum of understanding (MoU) executed by the consortium
members shall be submitted by the consortium along with the tender. The complete details of the
members of the consortium, their role and responsibility, name of the Lead Consortium Member,
powers given to the Lead Consortium Member among others, shall be furnished in the said MoU.
P a g e 6 | 24
iv) Lead Consortium Member shall be nominated as being partner-in-charge; and this
authorization shall be evidenced by submitting a power of attorney, duly notarized, signed by the
legally authorized signatories of all the members of the consortium.
v) Once the tender is submitted, the MoU shall not be modified / altered / terminated during the
validity of the tender. In case the bidder fails to observe/comply with this stipulation, the full
Earnest Money Deposit (EMD) shall be liable to be forfeited.
vi) The Team Leader will be the single point of contact for the project and will be completely
responsible for the project. The team leader should be from the Lead Consortium Member, The
project team will comprise of experts from both the individual companies. The above details
should be submitted along with the bid. The Lead Consortium Member should not be changed
during the entire course of assignment.
vii) The Project Team would need to be involved in providing the Services and would need to be
present at all important meetings with MMB. Further, the Team Leader is expected to be available
at the MMB office for discussions on the project’s findings and status for as required. For MMB,
regular interactions with the consultant team is important, and the selected consultant should
have an office in Mumbai.
viii) The EMD and Bid Document Fee shall be submitted by the Lead Consortium Member on
behalf of the consortium.
ix) In case of the successful bidder being a consortium, the Lead Consortium Member shall sign
the contract on behalf of the consortium, which will be legally binding on all partners.
x) The Lead Consortium Member of the consortium shall be authorized to incur liabilities and
receive instructions for and on behalf of any or all the partners of the consortium and the entire
execution of the contract including payment shall be done exclusively with the Lead Consortium
Member.
xi) Members of the consortium to which the contract is awarded, shall be jointly and severally
liable to the Authority for execution of the project in accordance with contract terms. The
consortium members shall also be liable jointly and severally for the loss, damages caused to the
Authority during the course of execution of the contract or due to non-execution of the contract or
part thereof. However, the overall liability of the consultant shall not exceed the fees payable to
the consultant under the contract.
4.3 MMB’s Interest
The consultants shall provide professional, objective, and impartial advice and at all times and hold
the interest of MMB and Maharashtra Government paramount.
4.4 Proposal Validity
The Technical and Financial Proposal to be submitted by the bidders should be firm and valid for a
period of 120 days from the last date of submission of the proposal.
P a g e 7 | 24
4.5 Clarifications and Amendments to RFP
Consultants may seek clarifications on RFP, if any, by sending it in writing or by fax to MMB. At any
time before the submission of proposals, MMB may amend the RFP by issuing an addendum, which
shall be binding on the bidders. Further, MMB has the right to extend the submission deadline by
issuing an addendum uniformly for all bidders. The bidders shall acknowledge all amendments by
submitting a copy of this Bid Document along with the addendums issued duly signed by the
authorized signatory of the bidder on each page.
4.6 Submission, Receipt, and Opening of Proposals
i) All eligible/ interested bidders are required to be enrolled on portal http://mahatenders.gov.in
and familiarise themselves with portal, before downloading tender documents and participate
in e-tendering.
ii) The Original Proposal (Technical Proposal and Financial Proposal) shall contain no
interlineations or overwriting, except as necessary to correct errors made by the bidders
themselves. The person who signs the proposal must initial such corrections. Submission of
both Technical and Financial Proposals should respectively be in the formats specified.
iii) The proposals shall be signed and submitted by the authorized signatory of the bidder. The
authorization shall be attached in the Technical Proposal and shall be in the form of a written
power of attorney/ board resolution or in any other form demonstrating that the representative
has been duly authorized to sign.
iv) MMB shall evaluate the Technical Proposals based on the evaluation criteria and procedure
as described in this RFP.
v) The Financial Proposals of all the qualifying firms will be opened in the presence of the
bidders’ representatives who choose to attend. The selected consultants will be informed of
the decision made by MMB through a letter after completion of the evaluation process.
vi) in case of discrepancy between the amounts mentioned in words and figures, the amount
quoted in words shall only be considered and evaluated.
4.7 Confidentiality
The selected consultant shall keep all the information pertaining to the assignment CONFIDENTIAL
and shall not provide/disclose any information of the assignment to anybody except on specific
instructions from MMB.
P a g e 8 | 24
5. Qualification Criteria and Evaluation
The selection of the consultant will be based on a financial bids subject to fulfilling of minimum
qualifying criteria. This will entail the submission of both Technical and Financial Proposal.
5.1 Eligibility Criteria
The bidder should possess the minimum qualification criteria to be eligible for this selection process:
a) The bidder shall be a Consultant / Consortium of Consultants of repute and a proven track
record of working on similar financial/valuation assignments in infrastructure sector for more
than 15 years
b) The Bidders shall not be blacklisted by any Government Agency in India/ Abroad at the time
of Due Date of Submission of Bid.
c) The Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
by the Central / State Government, any PSU in India. The bidder is required to provide Anti
Blacklisting certificate as specified in RFP.
d) Bidder should have undertaken at least one valuation study with any government department
having minimum consultancy fee of INR 50 Lakh (Indian Rupees Fifty Lakh only), in the last 5
years.
OR
e) Bidder should have completed/ undertaken at least three valuation study in infrastructure
sector having minimum consultancy fee of INR 50 Lakh (Indian Rupees Fifty Lakh only), in
the last 5 years.
Supporting documents [(in respect of (d) and (e)] must be furnished for all the assignments
showcased such as duly signed work orders or declaration by the client
f) average annual turnover of the bidder in the last 3 financial years from consultancy services
(i.e. 2014-15, 2015-16, 2016-17) shall be at least INR 20 Crores (Indian Rupees Twenty
Crores Only). Certificate from a Chartered Accountant (As per format prescribed in Annexure
3) along with Audited Financial Statements shall be furnished. (In case audited Financial
Statements are not available for year 2016-17, an undertaking on Bidder’s letter head shall
be submitted along with unaudited Financials)
Note: Only (b) and (c) to be met by all the members of consortium. Rest can be jointly met.
P a g e 9 | 24
5.2 Technical Proposal & Qualification
The Technical Proposal will be evaluated based on the criteria mentioned in clause 5.1 along with
fulfilling the requirements of key experts as given below:
5.2.1 Project Team:
The consultant would be required to form a multidisciplinary team for undertaking this assignment
consisting of the following key personnel:
1. Valuation Expert – Government approved Valuer
2. Finance Expert in qualification of MBA (Finance) and at least 10 years of experience in
financial management.
One of the above key experts will be proposed as the team leader for the assignment. The team
Leader will supervise and lead the assignment and serve as a key point of contact for MMB.
5.3 Financial Proposal
Financial bids of all the bidders whose technical criteria is met will be opened. The Financial Proposal
needs to be submitted as per the format given in FIN-1.
In the Financial Proposal, the bidders are required to quote their professional fees exclusive of all
applicable taxes & duties, and including all out-of-pocket expenses (OPEs) for undertaking the
assignment.
The fees shall be quoted in Indian Rupee only.
In case of any discrepancies in the prices mentioned in the figure and word, the fees mentioned in
words would be considered as final fee quote.
The lowest evaluated Financial Proposal (Fm) will be ranked number one and will be selected as the preferred bidder.
The CEO, MMB, however, reserves the right to reject any or all the bids received, without assigning
any reasons and any liability to MMB.
P a g e 10 | 24
6. Period of Assignment and Payment Schedule
The breakup of the period of assignment and payment schedule as per the Scope of Work is as
follows:
Output Payment Time span for Submission
1. Award of Mandate 10% of the quoted fees1 M
2. Submission of Draft
Valuation Study Report
60% of the quoted fees M+6* Weeks
3. Submission of Final
Valuation Study Report
30% of the quoted fees M+8* Weeks
*Note: The timelines will be subject to availability of key documents required for undertaking the
valuation exercise.
1 The quoted fee refers to the professional fees as described in the form FIN-1
P a g e 11 | 24
7. General Terms and Conditions
7.1 Definitions and Interpretations
"Agency" shall mean the individual firm or company or consortium undertaking the Services and shall
include the legal personal representatives of such individual firm or company or the persons
composing the firm of company or the successors of the firm/company and the permitted assignees of
such individual or firm of company.
"Services" mean the Services performed by the Agency.
7.2 Termination
7.2.1 MMB shall be entitled to terminate this contract at no cost:-
i) In the event of force majeure in accordance with later para.
ii) Forthwith by notice in writing to consultant in the event Agency is adjudicated or found
bankrupt of insolvent or any order is made or resolution passed for the winding up, liquidation
of dissolution of consultant.
iii) Forthwith by giving written notice to Agency, if Agency abandons this Contract or if fails to
perform or observe any of the obligations on its part to be performed and observed hereunder
and in the case of a breach capable of remedy fails or refuses to take steps to remedy the
same within seven (7) days of written notice from MMB requiring the same to be remedied: or
iv) For any other reason by giving 10 days written notice, stating the reasons for termination.
7.2.2 Consequences of termination:
(i) Termination of this Contract shall be without prejudice to any rights or remedies accrued to either
Party prior to such termination
(ii) No further payment shall become due to Agency in respect of any period after termination of this
Contract with the exception only on any payment previously accrued and due to Consultant under the
terms of this Contract.
7.3 Force Majeure
A delay in or failure of performance of any one or more of its obligations by either Party shall not
constitute default hereunder nor give rise to any claim for damage if such delay or failure is wholly
and directly caused by any occurrence which the affected Party is unable to prevent including Acts of
God by the exercise of reasonable diligence the continuation of which by the exercise of reasonable
diligence the affected Party is unable to control and the consequences of which the affected Party is
unable to prevent, provided that the affected Party gives prompt written notice to the other Party
P a g e 12 | 24
specifying the circumstances constituting the occurrence and has used all reasonable endeavors to
minimize the effects thereof.
If such a delay in or failure of performance caused the suspension of the services hereunder for a
continuous period of seven (7) days, MMB shall be entitled at any time thereafter to terminate this
Contract forthwith by written notice to Agency.
7.4 Penalty
In case of any delay from the above mentioned timelines, a penalty of 1% of stage payment per
week shall be forfeited by the MMB
7.5 Indemnity
The maximum liability of a party to the other party shall not exceed the professional fee payable to
Consultant by the Client under the Contract.
7.6 Permits, Laws and Regulations
7.6.1 Agency and their sub-agency to comply with applicable laws.
The Agency shall in carrying out the Services observe and be bound by all applicable laws and
hereby undertakes to comply (and to ensure compliance by any Sub-Consultants) with all laws,
ordinances, rules, regulations, bye-laws, decrees and orders whether of Government or other
authority or agency having jurisdiction in relation to the Parties. Services or to the Site and the
Agency shall give all notices and furnish any bonds, deposits and securities required by official
authorities to permit the performance of the Services.
7.7 Safety
The agency shall at his own expense arrange for all the safety provisions normally called for by the
nature of the Contracted Services and as ordered by the competent Authority Representative in
respect of all labour directly or indirectly employed for performance of the Services while performing
the work.
The Agency shall be responsible for the safety of the equipment /material during the performances of
the Services during while process. Agency shall also take such additional precautions as may be
indicated from time to time by the Representative with a view to prevent pilferages, accidents, fire
hazards, etc.
P a g e 13 | 24
7.8 Dispute Resolution
7.8.1 Laws Governing the Contract
This agreement shall be subjected to the Indian laws and regulation and shall be governed by
the Indian laws that may be in force during the Contractual period.
7.8.2 Settlement of Disputes
Any difference of opinion between the MMB and Agency in respect of matters arising out of this Contract shall be resolved through good faith negotiation the unresolved dispute shall be referred to arbitration. The provisions of the Indian Arbitration and Conciliation Act 1996 or any statutory modification or reenactment thereof for the time being in force shall govern such arbitral proceeding. The jurisdiction for the same shall be at Mumbai.
P a g e 14 | 24
TECH-1: Letter of Proposal
To:
Chief Executive Officer (CEO),
Maharashtra Maritime Board (MMB)
Indian Mercantile Chambers,
3rd Floor, Ramjibhai Kamani Marg,
Ballard Estate, Mumbai - 400 001.
Dear Sir,
We, the undersigned, offer to provide the Consultancy services for undertaking valuation study
of Rewas Port Ltd. in accordance with your Request for proposal dated ………. and our Proposal.
We are submitting our Proposal in consortium with ______ (name of consulting firms as consortium
members)/ on our own (Strike out as appropriate).
We hereby submit our Proposal, which includes the Technical Proposal and the Financial Proposal
sealed under a separate envelope.
We confirm that we are qualified as per the Qualification Criteria specified in the RFP document. We
hereby declare that all the information and statements made in this Proposal are true and accept that
any misinterpretation contained in it would lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, i.e., 120 calendar days from the
last date of proposal submission, we undertake to negotiate without any alteration in the staff
proposed for the assignment. Our Proposal is binding upon us and subject to the modifications
resulting from Contract negotiations.
We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment
not later than a week from the date of issue of letter of award. We understand you are not bound to
accept any Proposal you receive.
Thanking You,
Yours Sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
P a g e 15 | 24
TECH-2: Firm Credentials
(Fill-in details only for justification of satisfying specified Qualification Criteria, detailed information
may be submitted in additional sheets as annexures or subsequent forms.)
1. Name and Address of the Organization:
2. Telephone No.: Fax No : Website:
3. Contact Person, Contact Details and E-mail ID:
4. Year of Establishment:
5.
Details of Eligible Assignments to meet Qualification Criteria as per Section 5.1 related to
Valuation study with government department of consulting fee of INR 50 lakh and above in last 5
years.
Sl. No. Project Name Client Project Cost
(Rs. Crore)
Brief Scope Start and
End Date
6.
Details of Eligible Assignments to meet Qualification Criteria as per Section 5.1 related to
Valuation study in last 5 years
Sl. No. Project Name Client Project Cost
(Rs. Crore)
Brief Scope Start and
End Date
P a g e 16 | 24
7. Financial Strength (as per the audited statements):
Year 2014-15 2015-16 2016-17
Total Turnover
8. Any other details in support of your fulfilling Qualification Criteria:
[Consultants shall include project experiences/ details only to the extent for establishing their
satisfying qualification criteria or technical capability in this statement, In case of additional details,
consultants should attach it separately with the form in a summarized format.]
[In case of a consortium, the above information is to be provided for both the consortium members]
[Consultants shall attach engagement letter/ auditor certificate/ client’s certificate towards satisfactory
completion of the assignment indicated in their experience record]
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
P a g e 17 | 24
TECH-3: Team Composition
Key Staff
Name of Key Expert Educational
Qualification
Area of
Expertise
Post qualification
relevant
experience in
number of years
List of Eligible
Assignments along
with Consulting
Fee & Project Cost
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address: ______________________________________________________________
P a g e 18 | 24
CURRICULUM VITAE (CV) FOR KEY STAFF
1. Name of Firm [Insert name of firm proposing the staff]:
2. Name of Staff [Insert full name]:
3. Date of Birth: Nationality:
4. Education [Indicate college/university and other specialized education of staff member, giving
names of institutions, degrees obtained, and dates of obtainment]:
5. Membership of Professional Associations:
6. Other Training [Indicate significant training since degrees under 5 - Education were obtained]:
7. Countries of Work Experience: [List countries where staff has worked in the last ten years]:
8. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and
writing]:
9. 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:
10. Work Undertaken that Best Illustrates Relevant Experience and Capability to Handle the
Tasks Assigned
1. Detailed Tasks Assigned
2. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
Name of assignment or project: Date of assignment (start date – end date):
P a g e 19 | 24
Location: Client: Main project features: Positions held:
Activities performed:
11. 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 disqualification or dismissal of the firm. If selected my services shall be available
for the assignment till completion.
Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year
Full name of authorized representative:
P a g e 20 | 24
FIN-1: Financial Proposal
To:
Chief Executive Officer,
Maharashtra Maritime Board (MMB)
Indian Mercantile Chambers,
3rd Floor, Ramjibhai Kamani Marg,
Ballard Estate, Mumbai - 400 001.
Dear Sir,
We, the undersigned, offer to provide the consultancy Services to Consultancy services for
undertaking valuation study of Rewas Port Ltd. in accordance with your Request for Proposal
dated …………… and our Technical Proposal.
Our Financial Proposal for executing the assignment shall be as follows:
Sl.
No.
Particulars Professional Fees
In Figures In Words
1 Consultancy services for
undertaking valuation study of
Rewas Port Ltd.
TOTAL
Please note: The above quoted fees is exclusive of all applicable taxes and duties.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from contract
negotiations, up to expiration of the validity period of the Proposal, i.e. 120 calendar days from the last
date of submission of this Proposal.
We understand you are not bound to accept any Proposal you receive.
Thanking You,
Yours Sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
P a g e 21 | 24
Annexure-1
ANTI BLACKLISTING CERTIFICATE
(on a stamp paper of Rs. 100/-)
I M/s. ……………… (Name of the Bidder), (the names and addresses of the registered office) hereby
certify and confirm that we or any of our promoter/s / director/s are not barred by Government of India
(GoI) / any other entity of GoI or blacklisted by any state government/ department / local government /
agency in India or from abroad from participating in Project/s, either individually or as member of a
Consortium as on the ____________ (Bid Submission Date).
We further confirm that we are aware that our application for the captioned project would be liable for
rejection in case any material misrepresentation is made or discovered with regard to the
requirements of this RFP at any stage of the Bidding Process or thereafter during the agreement
period.
Dated: _____________
Name and seal of the Bidder:
Sign of the authorised person:
Name of the designation of Authorised person:
P a g e 22 | 24
Annexure-2
Undertaking
It is certified that the information furnished here in and as per the document submitted is true and
correct and nothing has been concealed or tampered with. We have gone through all the conditions of
RFP and are liable to any punitive action for furnishing false information / documents.
Dated: _____________
Name and seal of the Bidder:
Sign of the authorised person:
Name of the designation of Authorised person:
P a g e 23 | 24
Annexure-3
Average Turnover of the Firm
Sr.No Year Turnover in Rs.
1 2014-15
2 2015-16
3 2016-17
4 Average
Seal and Signature, name and designation of the Chartered Accountant
Seal and Signature, name and designation of the Authorised signatory
For and on behalf of ---------------------