Ministry of Ports, Shipping & Waterways: Request For Proposal (RFP)
Ministry of Ports, Shipping & Waterways: Request For Proposal (RFP)
WATERWAYS
Request for Proposal (RFP)
FOR
Appointment of Consultant for setting up a
dedicated Development & Transformation Unit
for Inland Waterway Transport within Ministry
of Ports, Shipping and Waterways
January 2024
2
Disclaimer
Each Applicant should, therefore, conduct its own investigations and analysis and
should check the accuracy, adequacy, correctness, reliability and completeness of
the assumptions, assessments and information contained in this RFP and obtain
independent advice from appropriate sources.
MoPSW, its employees and advisers make no representation or warranty and shall
have no liability to any person including any Applicant under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or
otherwise for any loss, damages, cost or expense which may arise from or be
incurred or suffered on account of anything contained in this RFP or otherwise,
including the accuracy, adequacy, correctness, reliability or completeness of the
RFP and any assessment, assumption, statement or information contained therein
or deemed to form part of this RFP or arising in any way in this Selection Process.
MoPSW also accepts no liability of any nature whether resulting from negligence
or otherwise however caused arising from reliance of any Applicant upon the
statements contained in this RFP.
3
MoPSW may in its absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information, assessment or assumption
contained in this RFP.
The issue of this RFP does not imply that MoPSW is bound to select an Applicant or
to appoint the Selected Applicant, as the case may be, for the Consultancy and
MoPSW reserves the right to reject all or any of the Proposals without assigning
any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation
and submission of its Proposal including but not limited to preparation, copying,
postage, delivery fees, expenses associated with any demonstrations or
presentations which may be required by MoPSW or any other costs incurred in
connection with or relating to its Proposal. All such costs and expenses will remain
with the Applicant and MoPSW shall not be liable in any manner whatsoever for
the same or for any other costs or other expenses incurred by an Applicant in
preparation or submission of the Proposal, regardless of the conduct or outcome
of the Selection Process.
4
CONTENTS
1 Introduction 7
1.1 Background 7
1.2 Request for Proposal 7
1.3 Due diligence by Applicants 7
1.4 Bid processing fee 7
1.5 Validity of proposal 7
1.6 Brief description of the selection process 7
1.7 Payment to Consultant 8
1.8 Schedule of selection process 8
1.9 Communications and details of payment 8
2 Instruction to Applicants 10
2.1 Scope of proposal 10
2.2 Conditions of eligibility of Applicants 10
2.3 Conflict of Interest 10
2.4 Number of Proposals 13
2.5 Cost of proposals 13
2.6 Acknowledgement by Applicants 13
2.7 Right to reject proposals 13
2.8 Contents of RFP 14
2.9 Clarifications 15
2.10 Amendment of RFP 15
2.11 Language 15
2.12 Format and signing of proposals 15
2.13 Technical proposals 17
2.14 Financial proposals 18
2.15 Submission of proposals 19
2.16 Proposal due date 19
2.17 Late proposals 19
2.18 Modification/substitution/withdrawal of proposals 19
2.19 Bid and performance security 19
2.20 Submission and Evaluation of proposals 20
2.21 Confidentiality 21
2.22 Clarifications 21
2.23 Negotiations 22
2.24 Substitution of key personnel 22
2.25 Indemnity 22
2.26 Award of consultancy 22
2.27 Execution of agreement 22
2.28 Commencement of assignment 23
2.29 Propriety data 23
2.30 Terms & conditions- post award contract 23
6 Miscellaneous 38
Form 1 40
Form 2 43
Form 3 44
Form 4 45
Form 5 47
Form 6 48
Form 7 49
Form 8 50
Form 9 51
Form 10 52
Form 11 53
Form 1 54
6
1. Introduction
1.1. Background
While IWAI is the nodal Authority for undertaking specific projects for the development,
operationalization, and management of different NWs in India (both priority NWs and
others), MoPSW as the administrative Ministry, has an overarching role in creating an
enabling environment for developing the IWT ecosystem in the country across stakeholders,
both on supply side and demand side i.e., in devising most suitable sector charter for IWT in
taking it from nascency to a reliable and complementary mode of transportation in the
multimodal logistics network of India.
This role shall extend beyond facilitation of infrastructure components such as terminals,
vessels and fairways, and services components such as cargo handling services, freight
services and information-related services, to other components spanning multiple waterways
including policy, regulation, technology, multimodal integration, regional cooperation, market
development, and capacity building.
1. Developing a Vision and Strategy for the sector which is comprehensive, practical
with requisite stakeholder alignment. The strategy should have time bound milestones with
phased approach to growth and identifying various initiatives to support the execution of the
strategy
3. Making policy level interventions for boosting IWT sector including temporarily
attributing special status to the sector, earmarking specific grants/subsidies, and offering
output-based incentives to IWT providers and cargo users (such as cargo volume diverted to
IWT mode). This could also include policy interventions on skilling, training and upgradation
of IWT specific personnel.
7
6. Promoting private sector partnership in sector building by creating an enabling
clear and effective dialogue among governmental authorities/agencies and suitable private
sector entities for converging the formal mandate, economic development objectives and
financial profitability concerns of different parties. These may include conceptualization of
agreeable risk sharing patterns among parties and evaluation of need of Viability Gap
Funding and its appropriate structuring and disbursement.
Additionally, it is essential for MoPSW to play a guiding role for IWAI in the following areas,
to ensure the efficacious fulfillment of IWT promotion initiatives undertaken in the country
(which may or may not be under the purview of MIV 2030, NLP 2022 and the Sagarmala
program).
All payments to the Consultant shall be made in INR in accordance with the
provisions of this RFP.
9
1.9 Communications and Details of Payments
Details for making payment of bid document and EMD through DD in favour of
PA(Sect SRTH) follows:
All communications including the submission of Proposal should be addressed to:
Under Secretary(IWT)
Ministry of Ports, Shipping & Waterways
Transport Bhawan, 1, Parliament Street,
New Delhi-110001
All communications should contain the following information at the top in bid
letters:
2 Instructions to Applicants
ii. Applicants are advised that the selection of consultant shall be on the basis of
evaluation by MoPSW through the Selection Process specified in this RFP. Applicants
shall be deemed to have understood and agreed that no explanation or justification for
any aspect of the Selection Process will be given and that MoPSW’s decisions are
without any right of appeal whatsoever.
iii. The Applicant shall submit its Proposal in the form and manner specified in
this Section of the RFP. The Technical proposal shall be submitted in the form at
Appendix-I and the Financial Proposal shall be submitted in the form at Appendix-II.
2.2.1 Applicants must read carefully the minimum conditions of eligibility (the
“Conditions of Eligibility”) provided in this document Proposals of only those
Applicants who satisfy the Conditions of Minimum Eligibility will be considered
for evaluation.
2.2.2 The Applicant should submit a Power of Attorney as per the format at Form - 4
of Appendix- I; provided, however, that such Power of Attorney would not be required
if the Application is signed by a Director (on the Board of Directors) of the Applicant.
2.2.3 The Applicants may format the specified forms making due provision for
incorporation of the requested information.
2.3.1 An Applicant shall not have a conflict of interest that may affect the Selection
Process or consultancy Services (the “Conflict of Interest”). Any Applicant found
to have a Conflict of Interest shall be disqualified. In the event of
disqualification, MoPSWshall forfeit and appropriate the Performance Security,
as available, as mutually agreed genuine pre-estimated compensation and
damages payable to MoPSWfor, inter alia, the time, cost and effort of
MoPSWincluding consideration of such Applicant’s Proposal, without prejudice to
any other right or remedy that may be available to MoPSWhereunder or
otherwise.
2.3.2 MoPSW requires that the consultant provides professional, objective, and
impartial advice and at all times hold MoPSW’s interest paramount, avoid
conflicts with other assignments or its own interests, and act without any
consideration for future work. The consultant shall not accept or engage in any
assignment or task/activity 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 MoPSW and bring it to the
notice of the JS (MoPSW) at the earliest instance
11
2.3.3 An Applicant shall be deemed to have a Conflict of Interest affecting the
Selection Process, if:
a) the Applicant or Associates (or any constituent thereof) and any other Applicant
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 shareholding or ownership interest of an Applicant 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 or Associate, as the case
may be) in the other Applicant or Associate is less than 5% (five per cent) of the
subscribed and paid up equity share capital thereof. For the purposes of this Clause (a),
indirect shareholding held through one or more intermediate persons shall be
computed as follows:
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
g) a firm which has been engaged by MoPSWto provide goods or works or services
12
for a project, and its Associates, will be disqualified from providing consulting services
for the same project save and except as provided in Clause 2.3.4; conversely, a firm
hired to provide consulting services for the preparation or implementation of a project,
and its or Associates, will be disqualified from subsequently providing goods or works or
services related to the same project; or
h) the Applicant or Associate (or any constituent thereof), and the Applicant or
concessionaire if any, for the Project, its contractor(s)or sub-contractor(s) (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 shareholding or ownership interest of an Applicant or Associate (or any
shareholder thereof having a shareholding of more than 5% (five per cent) of the paid
up and subscribed share capital of such Applicant or Associate, as the case may be,) in
the Applicant 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 2 (72) of the Companies Act
2013. For the purposes of this Sub-clause (h), indirect shareholding shall be computed
in accordance with the provisions ofSub-clause (a) above.
For purposes of this RFP, Associate means, in relation to the Applicant, a person who
controls, is controlled by, or is under the common control with such Applicant, or is
deemed or published as an “Associate Office”; or has a formal arrangement such as tie
up for client referral or technology sharing, with the 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.
13
b) was directly or indirectly associated with any assignment that causes a Conflict
of Interest hereunder, then such Consultant shall be deemed to suffer from Conflict of
Interest for the purpose hereof.
2.3.5 In the event that the Consultant, its Associates or affiliates are auditors or
financial advisers to any of the Applicants for the Project, they shall make a disclosure
to MoPSWas soon as any potential conflict comes to their notice but in no case later
than 7 (seven) days from the opening of the RFP applications for the Project and any
breach of this obligation of disclosure shall be construed as Conflict of Interest. IMoPSW
shall, upon being notified by the Consultant under this Clause, decide whether it wishes
to terminate this assignment or otherwise, and convey its decision to the firm within a
period not exceeding 15 (fifteen) days.
No Applicant shall submit more than one Application for the Consultancy Services.
The Applicants shall be responsible for all of the costs associated with the preparation
of their Proposals and their participation in the Selection Process including subsequent
negotiation, visits to MoPSW, Ministry, Project site or any other location for the
purpose of this project. MoPSW will not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the Selection Process.
2.6.1 It shall be deemed that by submitting the Proposal, the Applicant has:
2.6.2 MoPSW shall not be liable for any omission, mistake or error in
respect of any of the above or on account of any matter or thing arising out of
or concerning or relating to RFP or the Selection Process, including any error or
mistake therein or in any information or data given by MoPSW.
2.7.2 Without prejudice to the generality of Clause 2.8.1, the MoPSW 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 MoPSW,
the supplemental information sought by MoPSW for evaluation of the
Proposal.
B. DOCUMENTS
2.8.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as
listed below and will additionally include any Addendum / Amendment issued in
accordance with Clause 2.11:
Appendix – III :
Bank Guarantee (Performance Security)
2.9 Clarifications
2.9.1 Applicants requiring any clarification on the RFP may email their queries to
MoPSWbefore the date mentioned in the Schedule of Selection Process at Clause
1.8. MoPSWwill reply to all such queries at its own discretion.
2.9.2 MoPSWreserves the right not to respond to any queries or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be construed
as obliging MoPSWto respond to any questionor to provide any clarification.
2.10.1 At any time prior to the deadline for submission of Proposal, MoPSWmay, for
any reason, whether at its own initiative or in response to clarifications requested by
an Applicant, modify the RFP document by the issuance of Addendum/ Amendment
and posting it on the Website/portal.
2.10.2 All such amendments will be notified in writing through e-mail to all
Applicants who have purchased the RFP document. The amendments will also be
posted on the Website along with the revised RFP containing the amendments and
will be binding on all Applicants.
2.10.3 In order to afford the Applicants a reasonable time for taking an amendment
into account, or for any other reason, MoPSW may, in its sole discretion, extend the
PDD.
2.11 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 RFP. 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 all the relevant passages in English, in which case, for
all purposes of interpretation of the Proposal, the translation in English shall prevail.
16
2.12.1 The Applicant shall provide all the information sought under this RFP.
MoPSW would evaluate only those Proposals that are received in the specified forms
and complete in all respects.
2.12.2 The Proposal shall be typed or written in indelible ink and signed by the
authorised signatory of the Applicant who shall initial each page. All the alterations,
omissions, additions, or any other amendments made to the Proposal shall be
initialled by the person(s) signing the Proposal. The Proposals must be properly
signed by the authorised representative (the “Authorised Representative”) as detailed
below:
2.12.3 Applicants should note the PDD, as specified in Clause 1.8, for submission of
Proposals. Except as specifically provided in this RFP, no supplementary material will
be entertained by MoPSW, and that evaluation will be carried out only on the basis of
Documents received by the closing time of PDD as specified in Clause 1.8. Applicants
will ordinarily not be asked to provide additional material information or documents
subsequent to the date of submission, and unsolicited material if submitted will be
summarily rejected.
2.13.1 Applicants shall submit the technical proposal in the formats at Appendix-I
(the “Technical Proposal”).
2.13.2 While submitting the Technical Proposal, the Applicant shall, in particular,
ensure that:
a) all forms are submitted in the prescribed formats and signed by the
prescribed signatories;
d) Key Personnel have been proposed only if they meet the Conditions of
Eligibility.
f) the CVs have been recently signed and dated by the respective key personnel
17
g) the CVs shall contain an undertaking from the respective Key Personnel
about his/her availability for the duration specified in the RFP;
i) Key Personnel would be available for the entire period of the assignment
j) no Key Personnel should have attained the age of 7 0 years at the time of
submitting the proposal; and the proposal is responsive in terms of Clause
2.21.3.
2.13.3 Failure to comply with the requirements spelt out in this Clause 2.14 shall
make the Proposal liable to be rejected.
2.13.5 The Technical Proposal shall not include any financial information relating to
the Financial Proposal.
2.13.6 The proposed team shall include experts and specialists (the “Key Personnel”)
in their respective areas of expertise.
2.13.7 MoPSW reserves the right to verify all statements, information and documents,
submitted by the Applicant in response to the RFP. Any such verification or the lack
of such verification by MoPSW to undertake such verification shall not relieve the
Applicant of its obligations or liabilities hereunder nor will it affect any rights of
MoPSW there under.
2.13.8 In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof, that
one or more of the eligibility conditions have not been met by the Applicant or the
Applicant has made material misrepresentation or has given any materially incorrect
or false information, the Applicant shall be disqualified forthwith if not yet appointed
either by issue of the LOA or entering into of the Agreement, and if the Selected
Applicant has already been issued the LOA or has entered into the Agreement, as the
case may be, the same shall, notwithstanding anything to the contrary contained
therein or in this RFP, be liable to be terminated, by a communication in writing by
MoPSW without the MoPSW being liable in any manner whatsoever to the Selected
Applicant .
In such an event, MoPSW shall forfeit and appropriate the Performance Security, as
available, as mutually agreed pre-estimated compensation and damages payable to the
18
MoPSWfor, inter alia, time, cost and effort of MoPSW, without prejudice to any other
right or remedy that may be available to MoPSW.
2.14.1 Applicants shall submit the financial proposal in the formats at Appendix-II
(the “Financial Proposal”) clearly indicating its quote for the assignment (Item F of
Form- 2 of Appendix II) in both figures and words, in Indian Rupees, and signed by
the Applicant’s Authorised Representative. In the event of any difference between
figures and words, the amount indicated in words shall prevail. In the event of a
difference between the arithmetic total and the total shown in the Financial Proposal,
the lower of the two shall prevail.
2.14.2 While submitting the Financial Proposal, the Applicant shall ensure the
following:
a) All the costs associated with the assignment shall be included in the Financial
Proposal. These shall normally cover remuneration for all the Personnel (in the field,
office etc.), accommodation, air fare, equipment, printing of documents, etc. The total
amount indicated in the Financial Proposal shall be without any condition attached or
subject to any assumption and shall be final and binding. In case any assumption or
condition is indicated in the Financial Proposal, it shall be considered non-responsive
and liable to be rejected.
b) The Financial Proposal shall take into account all expenses and tax liabilities
excluding GST. For the avoidance of doubt, it is clarified that all taxes shall be
deemed to be included in the costs shown under different items of the Financial
Proposal. Further, all payments shall be subject to deduction of taxes at source as per
Applicable Laws. GST will be paid only after submission Tax Invoice and proof of filing
returns (GSTR-1 & GSTR-3B) and appearing of same in GSTR-2A.
2.15.1 The Applicants shall submit hard copy of the Proposal online with all pages
numbered serially and by giving an index of submissions.
2.15.2 The file named “Technical Proposal” shall contain the Application in the
prescribed format (Form 1 of Appendix-I) along with Forms 2 to 11 of Appendix-I
and supporting documents.
2.15.3 The “Financial Proposal” file shall contain the financial proposal in the
prescribed format (Forms 1, 2 & 3 of Appendix-II).
2.15.4 The Technical Proposal and Financial Proposal shall be typed and signed by the
Authorised Representative of the Applicant. All pages of the original Technical
Proposal and Financial Proposal must be numbered and initialled by the person or
19
persons signing the Proposal.
2.15.5 The completed Proposal must be submitted on or before the specified time
on PDD. Proposals submitted by fax, or e-mail shall not be entertained.
2.15.6 The Proposal shall be made in the Forms specified in this RFP. Any
attachment to such Forms must be provided on separate sheets of paper and only
information that is directly relevant should be provided. This may include photocopies
of the relevant pages of printed documents. No separate documents like printed
annual statements, firm profiles, copy of contracts etc. will be entertained.
2.15.7 The rates quoted shall be firm throughout the period of performance of the
assignment up to and including discharge of all obligations of the Consultant under
the Agreement.
2.16.1 Proposal should be submitted by PDD specified at Clause 1.8 at the address
provided in Clause 1.9 in the manner and form as detailed in this RFP.
2.16.2 MoPSW may, in its sole discretion, extend the PDD by issuing an Addendum in
accordance with Clause 2.11 uniformly for all Applicants.
Proposals received by MoPSWafter the specified time on PDD shall not be eligible for
consideration and shall be summarily rejected.
2.18.1 The Applicant may modify, substitute, or withdraw its Proposal after
submission, provided that written notice of the modification, substitution, or
withdrawal is received by the MoPSWprior to PDD. No Proposal shall be modified,
substituted, or withdrawn by the Applicant on or after the PDD.
20
submitting its Application pursuant to this RFP, shall be deemed to have
acknowledged that without prejudice to MoPSW’s any other right or remedy
hereunder or in law or otherwise, the Bid Security, as available, shall be forfeited and
appropriated by MoPSWin lieu of compensation and damage payable to MoPSWfor,
inter alia, the time, cost and effort of MoPSWin regard to the RFP including the
consideration and evaluation of the Proposal under the following conditions:
a) If an Applicant engages in any of the Prohibited Practices specified in
Section 4 of this RFP;
The Selected bidder shall submit performance security, which shall be as specified in
clause 1.8 of the agreement value and shall be in form of irrevocable an irreversible
bank guarantee or Demand Draft. The performance security shall be submitted by the
selected bidder within 15 working days from receipt of Letter of Award, pursuant to
which the Agreement shall be signed within 30 working days from issuance of
letter of award. The performance bank guarantee shall be provided for duration
equivalent to actual / scheduled completion of the agreement, and shall have a claim
period of 3 months after the actual/schedule completion of the assignment
whichever is later.
The Bank Guarantee shall be submitted as per format provided in Appendix III- A for
performance security.
2.20.1 MoPSW shall open the Proposals on the due date and time. Cover No.1 containing
the “Technical Proposal” shall be opened first. Cover No.2 containing the “Financial
Proposal” shall be kept unopened for opening at a later date.
2.20.2 Proposals for which a notice of withdrawal has been submitted in accordance
with Clause 2.19 shall not be opened.
2.20.4 MoPSW reserves the right to reject any Proposal which is non- responsive and
no request for alteration, modification, substitution or withdrawal shall be
entertained by MoPSWin respect of such Proposals.
2.20.6 After the technical evaluation, MoPSW shall prepare a list of pre- qualified
Applicants for opening of their Financial Proposals. A date, time and venue will be
notified to all Applicants for announcing the result of evaluation and opening of
Financial Proposals. Before opening of the Financial Proposals, the list of pre-
qualified Applicants along with their Technical Scores will be read out. The opening
of Financial Proposals shall be done in presence of respective representatives of
Applicants who choose to be present. MoPSW will not entertain any query or
clarification from Applicants who fail to qualify at any stage of the Selection Process.
The financial evaluation and final ranking of the Proposals shall then be carried out.
2.20.7 Applicants are advised that Selection shall be entirely at the discretion of
MoPSW. Applicants shall be deemed to have understood and agreed that MoPSW
shall not be required to provide any explanation or justification in respect of any
aspect of the Selection Process or Selection.
2.20.8 Any information contained in the Proposal shall not in any way be construed
as binding on MoPSW, its agents, successors or assigns, but shall be binding against
the Applicant if the assignment is subsequently awarded to it.
2.21 Confidentiality
22
2.22 Clarifications
E. SELECTION OF CONSULTANT
2.23 Negotiations
2.23.1 The Selected Applicant may, if necessary, be invited for negotiations. The
negotiations shall generally not be for reducing the price of the Proposal, but will be
for re-confirming the obligations of the Consultant under this RFP. Issues such as
deployment of Key Personnel, understanding of the RFP, methodology and quality of
the work plan shall be discussed during negotiations. If deemed necessary, MoPSW
may invite the proposed Key Personnel (including Project Associates) for interactions
for its satisfaction of their suitability. A Key Personnel who did not score 75%
(seventy five per cent) marks shall be replaced by the Applicant with a better
candidate to the satisfaction of MOPSW. In case the Selected Applicant fails to
reconfirm its commitment, MoPSW reserves the right to designate the next ranked
Applicant as the Selected Applicant and invite it for negotiations.
2.23.2 MoPSW will examine the CVs of all other Key Personnel and those not found
suitable shall be replaced by the Applicant to the satisfaction of MoPSW. MoPSW
agreeing to the replacement will be subject to interactions with the new key
personnel by MoPSW before agreeing to the replacement.
23
2.24.2 Applicants are expected to propose only such key team personnel who will
be in a position to commit the time required for and be available for delivering the
Services in accordance with the Agreement
2.25 Indemnity
The selected Applicant shall, subject to the provisions of the Agreement, indemnify
MoPSW, for an amount not exceeding the value of the Agreement, for any direct loss
or damage that is caused due to any deficiency in Services. An indemnity bond has
to be signed by the selected Applicant for this purpose.
The selected Applicant shall commence the Services within seven days of the date of the
Agreement, or such other date as may be mutually agreed. If the Selected Applicant
fails to either sign the Agreement as specified in Clause 2.28 or commence the
assignment as specified herein, MoPSWmay invite the second ranked Applicant for
negotiations. In such an event, the LOA or the Agreement, as the case may be, may
be cancelled / terminated.
Subject to the provisions of Clause 2.22, all documents and other information
provided by MoPSWor submitted by an Applicant to MoPSWshall remain or become
the property of MoPSW. Applicants/Consultant, as the case may be, are to treat all
information as strictly confidential. MoPSWwill not return any Proposal or any
information related thereto. All information collected, analyzed, processed or in
whatever manner provided by the Applicant to MoPSWin relation to the Services
shall be the property of MoPSW.
b. If the selected bidder fails to deliver any or all quantities of the service within the
time period specified in the contract, or any extension thereof granted MoPSW; or
c. If the selected bidder fails to perform any other obligation under the contract
within the specified period of delivery of service or any extension granted thereof; or
a. MoPSW may, without prejudice to any other remedy for breach of contract, by a
written notice of default of at least 30 days sent to the selected bidder, terminate the
contract in whole or in part (provided a cure period of not less than 30 days is given
to the selected bidder to rectify the breach):
b. If the selected bidder fails to deliver any or all quantities of the service within the
time period specified in the contract, or any extension thereof granted by MoPSW; or
c. If the selected bidder fails to perform any other obligation under the contract
within the specified period of delivery of service or any extension granted thereof; or
MOPSW may at any time terminate the Contract by giving a written notice of at least
30 days to the selected bidder, if the selected bidder becomes bankrupt or otherwise
insolvent. In such event, termination will be without compensation to the selected
bidder, provided that such termination will not prejudice or affect any right of action
25
or remedy that has accrued or will accrue thereafter to MOPSW.
a. MOPSW, by a written notice of at least 30 days sent to the selected bidder, may
terminate the Contract, in whole or in part, at any time for its convenience. The
Notice of termination shall specify that termination is for MoPSW‘s convenience, the
extent to which performance of the selected bidder under the Contract is
terminated and the date upon which such termination becomes effective.
b. In such case, MoPSW will pay for all the pending invoices as well as the work done
till that date.
a. MOPSW may, by not less than 30 day’s written notice of termination to the
Consultant, such notice to be given after the occurrence of any of the events,
terminate this Agreement if:
i. The Consultant fails to remedy any breach hereof or any failure in the
performance of its obligations hereunder, as specified in a notice of suspension, within
thirty (30) days of receipt of such notice of suspension or within such further period as
MoPSW may have subsequently granted in writing;
ii. The Consultant becomes insolvent or bankrupt or enters into any agreement with
its creditors for relief of debt or take advantage of any law for the benefit of debtors
or goes into liquidation or receivership whether compulsory or voluntary;
The Consultant fails to comply with any final decision reached as a result of
iii.
arbitration proceedings.
iv.The Consultant submits to MoPSW a statement which has a material effect on the
rights, obligations or interests of MoPSW and which the Consultant knows to be
false;
c. If MoPSW would like to terminate the contract for reasons not attributable to the
Consultant performance, they will need to clear all invoices for the services up to the
date of their notice.
d. If MoPSW would like to terminate the contract for reasons attributable related to
the Consultant’s performance, MoPSW will give a rectification notice for 3 months to
consultant in writing with specific observations and instructions.
i. MOPSW is in material breach of its obligations pursuant to this Agreement and has
not remedied the same within forty- five (45) days (or such longer period as the
Consultant may have subsequently agreed in writing) following the receipt by MoPSW
of the Consultant‘s notice specifying such breach;
b. Nothing herein shall restrict the right of MoPSW to invoke Guarantee and other
guarantees, securities furnished, enforce the Deed of Indemnity and pursue such
other rights and/or remedies that may beavailable to MoPSW under law or otherwise.
c. The termination hereof shall not affect any accrued right or liability of either Party
nor affect the operation of the provisions of the Contract that are expressly or by
implication intended to come into or continuein force on or after such termination.
27
MOPSW & the Consultant shall endeavor their best to amicably settle all disputes
arising out of or in connection with the Contract in the following manner:
a. The Party raising a dispute shall address to the other Party a notice requesting an
amicable settlement of the dispute within seven (7) days of receipt of the notice.
Matter will be referred for negotiation between Officer nominated by MoPSW and the
Authorized Official of the Consultant. The matter shall then be resolved between
them and the agreed course of action documented within a further period of 15
days.
2.30.9 Arbitration
The Consultant may apply to the Under Secretary(IWT), MoPSW for the appointment
of the Arbitrator in the event of any dispute/difference. On receipt of such request, it
shall be lawful for MoPSW to appoint an Arbitrator to adjudicate upon the
dispute/differences. The Arbitrator so appointed shall enter upon reference and
decide the dispute in accordance with The Arbitration & Conciliation Act, 2015
including amendments. Place of arbitration shall be New Delhi.
b. Acts of any government, including but not limited to war, declared orundeclared
priorities, quarantines and embargos.
c. Terrorist attack, public unrest in work area provided either party shall within 10
days from occurrence of such a cause, notifies the other in writing of such causes.
The bidder or MoPSW shall not be liable for delay in performing his/her obligations
resulting from any force majeure cause as referred to and/ordefined above. Any delay
beyond 30 days shall lead to termination of contract by parties and all obligations
expressed quantitatively shall be calculated as on date of termination.
Notwithstanding this, provisions relating to indemnity, confidentiality survive
termination of the contract.
All disputes relating to this contract shall be subject to the jurisdiction of Courts of
New Delhi only.
MOPSW reserves the right to monitor/ assess the progress/ performance at any time
during the course of the Contract, after providing due notice to the Selected Bidder.
28
MoPSW may demand, and upon such demand being made, the selected Bidder shall
provide with any document, data, material or any other information required to
assess the progress of the project. Any deviations or contravention identified as a
result of such review assessment would need to be rectified by the Selected
Bidder failing which MoPSW may, without prejudice to any other rights that it may
have, issue a notice of default.
The Consultant shall not carry and/or transmit any material, information, layouts,
diagrams, storage media or any other goods/material in physical or electronic form,
which are proprietary to or owned by MOPSW, out of premises, without prior written
permission from MOPSW. The Consultant shall, upon termination of this agreement
for any reason, or upon demand by MOPSW, whichever is earliest, return any and all
information provided to the Consultant by MOPSW, including any copies or
reproductions.
2.30.14 Prices
Prices quoted must be firm and shall not be subject to any upward revision on any
account what-so-ever throughout the period of the engagement. MoPSW however
reserves the right to review and negotiate the charges payable. In case the contract
is extended beyond one year, the rates quoted will be increased by 5% of the
prevailing rate for the successive year.
29
3. SCOPE OF WORK AND CRITERIA FOR EVALUATION
The dedicated IWT Development & Transformation Unit (ITU) shall augment the resources and
capacity of existing IWT Wing in MoPSW by bringing in their strategic view, financing
expertise, sector knowledge and program management capabilities. It is proposed that the
dedicated Development & Transformation Unit may comprise the following team components:
I. Core Program Management Cell (PMC) team: Dedicated team members with pre-defined
deployment levels who shall be responsible for day-to-day activities of the Development &
Transformation Unit. This shall include the following:
a. Team Leader/ Project Director
b. India IWT/ Business Solutions & Traffic Expert
c. International IWT/Multimodal expert
d. Project Manager
e. 3 Project Associates
II. Advisory panel of experts: Group of experts from different fields such as infrastructure
development, strategic planning, infrastructure financing, PPP, regional co-operation, legal
affairs, and human resources. Such experts may be deployed to support the mandate on a
need-to-need basis.
The core PMC and Advisory Panel may be suitably enhanced/modified from time to time as the
case may be in response to the requirements of MoPSW, IWT Wing and the sector with
corresponding payments as per financial proposal. The ITU shall work under the supervision,
instructions and guidance of the IWT Wing, MoPSW.
The proposed team structure along with expected deployment of core team members and
advisory panel of experts is presented below:
Table A: Core PMC team
Expected
Minimum No. of
deployment
S years of
Role (in person-
No professional
days per
experience
month)*
1 PPP Expert 15 1
2 HR Expert 15 1
Infrastructure Finance
3 15 1
Expert
4 Legal Expert 15 1
Regional cooperation &
5 15 1
Trade facilitation expert
Infrastructure Development
6 and Strategic Planning 15 1
Expert
7 Procurement Expert 15 1
*Assuming 1 month = 22 days
Note: Expected deployment mentioned in the table B shall not be mandatory and may vary from
month to month; it is only indicative for the purpose of uniformity in financial bidding.
Scope of Work
The specific functions of the ITU shall be to assist and provide inputs to the IWT Wing (at MoPSW)
and include the following:
The specific functions of the core PMC team (and advisory panel) shall be to assist and provide inputs
related to transformation initiatives for the IWT sector to the IWT Wing (at MoPSW) and include the
following:
1. Preparing a 20-year roadmap (both in-brief and in-detail) for IWT in India in line with India’s Vision
2047 plan being conceived across ministries.
2. Preparing a strategy for sector development along with the underlying financial and economic
frameworks for presenting the need for government intervention and investments
3. Identifying new top 10 priority projects to be taken up on pilot basis across National Waterways,
geographical segments, commodities, and end-user industries, for boosting IWT sector in India
4. Preparing knowledge artefacts for boosting IWT awareness and driving collaborations across
different stakeholders for sector growth
5. Developing financing options and execution models and documents, policies, frameworks to
facilitate execution of projects and initiatives
31
6. Suggesting institutional arrangements and mechanisms to support the growth of IWT sector and
regulatory /policy interventions to enable these
7. Assisting in obtaining approvals and publicity of these frameworks for use by stakeholders
8. Assisting MoPSW in developing internal notes for approvals to facilitate the execution of the
strategy identified above
9. Acquainting with work done and recent reports/documents prepared by MoPSW for IWT sector
and document the same for ready reckoning and future recourse
10. Preparing and maintaining a framework for scheduling milestones under different IWT initiatives
11. Monitoring progress of different IWT initiatives and taking course correction actions in consultation
with MoPSW. Raise issues/ risks in foreseeable future with the execution of these initiatives and
provide risk mitigation suggestions as well as options to address the challenges in implementation
of initiatives
12. Maintaining communication with key stakeholders including but not limited to IWAI, State
Governments and Major Ports Trusts
13. Engaging stakeholders and line-ministries for potential commodities and users of IWT for
developing value propositions for IWT adoption
14. Assisting MoPSW in providing suggestions for project proposals (received by MoPSW from
different stakeholders)
15. Engaging with various Multilateral institutions, Infra Funds, Green Funds and financing agencies to
enhance their role in the IWT sector
16. Conducting meetings/workshops with key stakeholders for ideation and closure of interventions
for boosting IWT sector
1. Prior experience of handling at least 2 assignments in last 5 years for implementation of a national
project or program for Central Government Agency in India related to Transport/Logistics. Both
completed and ongoing assignments (more than 75% deliverables completed) are eligible. Each
Assignment should be of fee value of INR 3 Cr and above.
2. The proposed Team Leader should have led as a full time project leader or team leader for at least
one Program/Project Management Unit assignment for a Central Government Agency in India
related to Transport/Logistics for a period of minimum 12 months.
3. Consultant should have undertaken at least one assignment on PMU/feasibility studies/ strategy
formulation for development/ operationalization/ management/transaction advisory for PPP
projects (for cargo handling) over a National Waterway in India in the last 5 years.
32
4. The average minimum turnover for the consulting firm should be INR 100 cr in each of the last 3
years.
5. Bidding as a consortium is not allowed under this RFP.
33
Technical scoring
S No Parameter Maximum
marks
1 Past experience of the Consultant in the last five years 30
2 Presentation on Approach and Methodology 20
3 Qualification and Experience of Team Proposed for the 50
assignment
Total 100
34
Firm’s experience
S Maximum
Parameter Project size
No marks
Case Study 1 – Assignment on
assistance for implementation of a
National Waterway in India including Overall assignment of fee
1a transaction advisory for PPP value of INR 1.5 Cr and 6
projects. above in last 5 years
Must have at least completed
75% of deliverables.
Case Study 2 – Assignment on
conducting feasibility study(for cargo
Overall assignment of fee
handling) of developing an inland
1b value of INR 1.5 Cr and 6
waterway system outside India
above in last 5 years
Must have at least completed
75% of deliverables.
Case Study 3 - Assignment for
strategy development and
implementation of a National Project
Overall assignment of fee
or Program in Transport/Logistics
1c value of INR 1.5 Cr and 6
sector for Central Govt. agency in
above in last 5 years
India.
Must have at least completed
75% of deliverables.
Case Study 4 - Assignment on
development of a national level
strategy or vision for multimodal
movement/ integrated Overall assignment of fee
1d transportation/ multi-sector (for value of INR 1.5 Cr and 6
transport sectors) strategy for a above in last 5 years
Govt agency (including infrastructure
financing). Must have at least
completed 75% of deliverables.
Undertaken assignments for Each Assignment to be of fee
implementation of a national project value of INR 1.5 Cr and
or program for Central Government above in last 5 years
1e Agency in India related to 6
Transport/Logistics. 3 marks per assignment
Must have at least completed subject to a maximum of 6
75% of deliverables. marks
Total 30
Note: For items 1a to 1d, the same case study shall not be repeated
S No Expert Maximum
marks
3a Team Leader 12
3b India IWT/Business Solutions & Traffic Expert 7
3c International IWT/Multimodal Expert 6
3d Project Manager 10
3e Project Associate 1 (Project monitoring) 5
3f Project Associate 2 (IWT/Shipping Strategy and Financing) 5
3g Project Associate 3 (IWT/Logistics/ Business Solutions) 5
Total 50
36
37
Detailed Qualification and Experience of Team Proposed for the assignment
S
Role Requirements and scoring criteria
No
Team Leader Maximum marks: 12
S No Item Marks
i. Educational Background - Engineer + MBA/Post graduate Essential Qualifying
or equivalent in management from reputed institute.
ii. Total work experience – Minimum 15 years Maximum marks: 2.0
iii.(a) Experience of working on at least one IWT related Maximum mark: 1.0
assignment in India including feasibility assessment
1 assignment: 0.5 mark
2 or more assignments:
1.0 mark
iii.(b) Experience of working on at least one international project Maximum mark: 1.0
in shipping/ IWT/ports/coastal shipping sector
3g
1 project: 0.5 mark
2 or more projects: 1 mark
iii.(c) Minimum 2 years in shipping/ IWT/ports/coastal shipping 1.0
iii.(d) Experience of working on preparing strategy/vision 1.0
plans/business plan (including infrastructure financing) for
a Central government organization in India in transport
sector
iv. Experience of working on at least one PPP related project 0.5
in IWT sector in India
v. Permanent employee of the firm for more than 1 year 0.5
Expected skill set and expertise: business planning and roadmap preparation, strategic/ financial
options assessment and PPP project structuring and appraisal, qualitative/quantitative analytical
skills, MS Office tools proficiency
Total: 50
In addition to the core PMC team, Bidders shall also submit CVs for the following experts, which may be required to
supplement the core team as and when required:
Minimum
S Minimum academic
Expert work Relevant work experience
No qualification
experience
4 Legal expert 15 years LLM or equivalent i. Experience of providing legal advisory services
in the IWT/ports/maritime sector especially in
relation to draft Bills and Draft tender
documents
ii. Experience of working in Central / State
Project with any Government organizations in
India
8 Sustainability 15 years Graduation in Commerce/ i. Should have undertaken atleast one project
expert Engineering/ related to IWT/shipping/ ports sector in area
Environmental Sciences/ of feasibility studies/ business planning/ due
Economics/CA AND MBA or diligence
equivalent ii. Must have undertaken alteast one project
demonstrating deep understanding of
sustainable practices and greening
opportunities in infrastructure sector
preferably in transitioning from conventional
fuels/energy in infrastructure sector
For avoidance of doubt, it is clarified that CVs of proposed experts for advisory panel shall need to meet minimum
criteria as laid out above, but shall not be evaluated from a technical scoring perspective.
CQCCBS (Combined Quality cum Cost Based Selection) method with weights
distributed between technical & financial bid shall be used to evaluate the Consultancy
proposals as mentioned under:
1. Technical Bid Score: 80% (The bidder who secures maximum marks shall
be given a Technical score of 100 and then pro-rata calculations for successive
bidders with respect to their technical score).
The technical scores of other Bidders for the project shall be computed as follows.
Only those Bidders who have secured Technical Score of 75 or above shall
be declared as qualified for evaluation of their ‘Financial Bid’. Bidders who
have secured less than 75 for Technical Score shall be rejected
2. Financial Bid Score: 20 % (with full marks to lowest financial bidder and
then pro-rata calculations for successive bidders with respect to their financial bids).
Any monetary figure in decimal shall be rounded off to the nearest INR. In
cases of discrepancy between the prices quoted in words and in figures,
lower of the two shall be considered. For any other calculation/ summation
error etc. the bid may be rejected.
48
4. FRAUD AND CORRUPT PRACTICES
4.1 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 RFP, the MoPSW 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 MoPSW shall, without prejudice to its any other rights or
remedies, forfeit and appropriate the Performance Security, if available, as mutually
agreed genuine pre-estimated compensation and damages payable to the MoPSW
for, inter alia, time, cost and effort of the MOPSW, in regard to the RFP, including
consideration and evaluation of such Applicant’s Proposal.
4.2 Without prejudice to the rights of the MoPSW under Clause 4.1 hereinabove
and the rights and remedies which the MoPSW may have under the LOA or the
Agreement, if an Applicant or Consultant, as the case may be, is found by the
MoPSW to have directly or indirectly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the Selection Process, or after the issue of the LOA or the
execution of the Agreement, such Applicant or Consultant shall not be eligible to
participate in any tender or RFP issued by the MoPSW during a period of 2 (two)
years from the date such Applicant or Consultant, as the case may be, is found by the
MoPSW 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.
4.3 For the purposes of this Clause, the following terms shall have the meaning
hereinafter respectively assigned to them:
49
b) “fraudulent practice” means a misrepresentation or omission of facts or
disclosure of incomplete facts, in order to influence the Selection Process;
50
1. Pre-Bid Meeting
5.1 Pre-Bid Meeting of the Applicants shall be convened at the designated date,
time and place.
5.2 During the course of Pre-Bid Meeting, the Applicants will be free to seek
clarifications and make suggestions for consideration of the MOPSW. The MoPSW
shall endeavour to provide clarifications and such further information as it may, in its
sole discretion, consider appropriate for facilitating a fair, transparent and
competitive Selection Process.
51
2. MISCELLANEOUS
6.1 The Selection Process shall be governed by, and construed in accordance with,
the laws of India and the Courts at New Delhi shall have exclusive jurisdiction over
all disputes arising under, pursuant to and/or in connection with the Selection
Process.
6.2 The MOPSW, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to:
a) suspend and/or cancel the Selection Process and/or amend and/or supplement
the Selection Process or modify the dates or other terms and conditions relating
thereto;
b) consult with any Applicant in order to receive clarification or further
information;
c) retain any information and/or evidence submitted to the MoPSW by, on behalf
of and/or in relation to any Applicant; and/or
d) 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.
6.3 It shall be deemed that by submitting the Proposal, the Applicant agrees and
releases the MOPSW, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses, damages,
costs, expenses or liabilities in any way related to or arising from the exercise of any
rights and/or performance of any obligations hereunder, pursuant hereto and/or in
connection herewith and waives any and all rights and/ or claims it may have in this
respect, whether actual or contingent, whether present or future.
6.4 All documents and other information supplied by the MoPSW or submitted by
an Applicant shall remain or become, as the case may be, the property of the
MOPSW. The MoPSW will not return any submissions made hereunder. Applicants
are required to treat all such documents and information as strictly confidential.
6.5 The MoPSW reserves the right to make inquiries with any of the clients listed
by the Applicants in their previous experience record.
52
Appendices
53
APPENDIX-I
(See Clause 2.1.iii)
TECHNICAL PROPOSAL
Form-1
Letter of Proposal
(On Applicant’s letter head)
To,
Dear Sir,
With reference to your RFP Document dated , I/We, having examined all
relevant documents and understood their contents, hereby submit our
Proposal for selection as Consultant for setting up a dedicated Program
Management Cell for Inland Waterway Transport within Ministry of Ports,
Shipping and Waterways
1. I/We acknowledge that the MoPSW will be relying on the information provided
in the Proposal and the documents accompanying the Proposal for selection of
the Consultant, and we certify that all information provided in the Proposal and
in the Appendices is true and correct, nothing has been omitted which renders
such information misleading; and all documents accompanying such Proposal
are truecopies of their respective originals.
2. This statement is made for the express purpose of selection as the Consultant
for the aforesaid Project.
3. I/We shall make available to the MoPSW any additional information it may deem
necessary or require for supplementing or authenticating the Proposal.
4. I/We acknowledge the right of the MoPSW to reject our application without
assigning any reason or otherwise and hereby waive our right to challenge the
same on any account whatsoever.
54
5. I/We certify that in the last three years, we or any of our Associates have neither
failed to perform on any contract, as evidenced by imposition of a penalty by an
arbitral or judicial Board or a judicial pronouncement or arbitration award against
the Applicant, nor been expelled from any project or contract by any public Board
nor have had any contract terminated by any public Board for breach on our part.
b. I/We do not have any conflict of interest in accordance with Clause 2.3 of
the RFP Document;
d. I/We hereby certify that we have taken steps to ensure that in conformity
with the provisions of Section 4 of the RFP, no person acting for us or on our
behalf will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice.
7. I/ We understand that you may cancel the Selection Process at any time and that
you are neither bound to accept any Proposal that you may receive nor to select
the consultant, without incurring any liability to the Applicants in accordance with
Clause 2.8 of the RFP document.
9. I/ We certify that in regard to matters other than security and integrity of the
country, we or any of our Associates have not been convicted by a Court of Law
or indicted or adverse orders passed by a regulatory Board which would cast a
doubt on our ability to undertake the Consultancy Services for the Project or
which relates to a grave offence that outrages the moral sense of the
community.
10. I/ We further certify that in regard to matters relating to security and integrity of
the country, we have not been charge-sheeted by any agency of the Government
or convicted by a Court of Law for any offence committed by us or by any of our
Associates.
13. I/ We agree and understand that the proposal is subject to the provisions of the
RFP document. In no case, shall I/we have any claim or right of whatsoever
nature if the Consultancy Services for the Project is not awarded to me/us or our
proposalis not opened or rejected.
14. I/ We agree to keep this offer valid for 90 (Ninety) days from the PDD specified
in the RFP.
15. A Power of Attorney in favour of the authorised signatory to sign and submit this
Proposal and documents is attached herewith in Form 4.
16. In the event of my/our firm being selected as the Consultant, I/ we agree to
enter into an Agreement with MOPSW. We agree not to seek any changes in the
form and agree to abide by the same.
17. In the event of my/ our firm being selected as the consultant, I/ we agree and
undertake to provide the services of the Team Leader in accordance with the
provisions of the RFP and that the Team Leader shall be responsible for
providing the agreed services himself and not through any other person or
Associate.
18. I/ We have studied RFP and all other documents carefully. We understand that
except to the extent as expressly set forth in the Agreement, we shall have no
claim, right or title arising out of any documents or information provided to us by
MoPSW or in respect of any matter arising out of or concerning or relating to
the Selection Process including the award of Consultancy Services.
19. The Financial Proposal is being submitted in a separate cover. This Technical
Proposal read with the Financial Proposal shall constitute the Application which
shall be binding on us.
20. I/ We agree and undertake to abide by all the terms and conditions of the RFP
Document.
In witness thereof, I/ we submit this Proposal under and in accordance with the
terms of the RFP Document.
Yours faithfully,
56
Form 2
Particulars of Applicant
S Particulars Details
No
1) Title of Services Consultancy Services
2) Title of Project Engagement of Consultant for setting up
a dedicated Program Management Cell
for Inland Waterway Transport within
Ministry of Ports, Shipping and
Waterways
3) Applicant applying as
4) State the following:
i. Name of Firm:
ii. Country of incorporation:
iii. Registered address:
iv. Year of Incorporation:
v. Year of commencement of
business:
vi. Principal place of business:
vii. Name, designation, address
and phone
numbers of authorised
signatory of the Applicant:
viii. Name:
ix. Designation:
x. Company:
xi. Address:
xii. Phone No.:
xiii. Fax No.:
xiv. E-mail address:
57
Form-3
To,
The Under Secretary(IWT)
Ministry of Ports, Shipping & Waterways
Transport Bhawan, 1, Parliament Street,
New Delhi-110001
Dear Sir,
I/ We hereby confirm that we, the Applicant, satisfy the terms and conditions laid
down in the RFP document.
Yours faithfully,
58
Form-4
Power of Attorney
Know all men by these presents, We, .............................................. (name of Firm and
address of the registered office) do hereby constitute, nominate, appoint and
authorise Mr/Ms........................................ son/daughter/wife and presently
residing at .................................. , who is presently employed with/ retained by us and
holding the position of .................... as our true and lawful attorney (hereinafter
referred to as the “Authorised Representative”) to do in our name and on our behalf, all
such acts, deeds and things as are necessary or required in connection with or
incidental to submission of our Proposal for and selection, as the Consultant for setting
up a dedicated Program Management Cell for Inland Waterway Transport within
Ministry of Ports, Shipping and Waterways including but not limited to signing and
submission of all applications, proposals and other documents and writings,
participating in pre-bid and other conferences and providing information/ responses to
MOPSW, representing us in all matters before MOPSW, signing and execution of all
contracts and undertakings consequent to acceptance of our proposal and generally
dealing with MoPSW in all matters in connection with or relating to or arising out of
our Proposal for the said Project and/or upon award thereof to us till the entering into
of the Agreement with MOPSW.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Authorised Representative pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds
and things done by our said Authorised Representative in exercise of the powers
hereby conferred shall and shall always be deemed to have been done by us.
For .......................................
(Signature, name, designation and
address)
Witnesses:
1
2
Notarised Accepted
......................................
(Signature, name, designation and address of the Attorney)
59
Note:
i. The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents
of the executant(s) and when it is so required the same should be under
common seal/ stamp affixed in accordance with the required procedure.
ii. Wherever required, the Applicant should submit for verification the extract ofthe
charter documents and other documents such as a resolution/power of
attorney in favour of the person executing this Power of Attorney for the
delegation of power hereunder on behalf of the Applicant.
iii. For a Power of Attorney executed and issued overseas, the document will also
have to be legalised by the Indian Embassy and notarised in the jurisdiction
where the Power of Attorney is being issued. However, the Power of Attorney
provided by Applicants from countries that have signed the Hague Legislation
Convention, 1961 are not required to be legalised by the Indian Embassy if it
carries a conforming Apostille certificate.
60
Form-5
Name of Employed
Firm Since
61
Form-6
# The Applicant should provide details of only those assignments that have been
undertaken by it under its own name.
This is to certify that the information contained in Column 5 above is correct asper the
accounts of the Applicant and/ or the clients.
62
Form-7
63
Form-8
Name of Senior Staff (Project Director/ Coordinator, Team Leader) involved and
functions
Performed
Notes:
a. Use separate sheet for each Eligible Assignment.
b. Exchange rate should be taken as Rs.80 per US $ for converting to Rupees.
64
Form-9
Eligible Assignments of Key Personnel
Assignment Name Country
Name of Senior Staff (Project Director/ Coordinator, Team Leader) involved and
functions Performed
Notes:
1. Use separate sheet for each Eligible Assignment.
2. Exchange rate should be taken as Rs. 80 per US $ for converting in Indian
Rupees.
65
Form-10
1. Name:
2. Position:
Photo 1. Date of
Birth:
2. Education:
3. Employment From To Company Position Held
Record
4. Brief Profile
5. Countries of
Work
Experience
6. Languages
7. Representative
Projects
Nature of Work:
Year:
Location:
Company:
Position Held:
Main Features:
Activities Performed:
Signature: Name:
Notes:
1) Use separate form for each Key Personnel / Professional Personnel.
66
Form 11
Prebid Query Form
S. Page No/ Clause Query
No Clause no
67
APPENDIX-II
Form 1
(FINANCIAL PROPOSAL
(On Applicant’s letter head)
To,
Dear Sir,
I/ We agree that this offer shall remain valid for a period of 90 (Ninety) days from the
Proposal Due Date or such further period as may be mutually agreed upon.
Yours faithfully,
Notes:
1. The Consultant shall quote the man-month rate as well as the unit amount payable
by considering the frequency of the key personnel to be deployed as indicated in the
Table above.
2. For arriving at the unit amount payable for each key personnel, the number of
working days shall be considered as 22 nos.
Therefore Unit Amount for key personnel = (Man-month Rate) ÷ 22 × Frequency
3. Keeping Manpower (7 personnel) as defined Appendix II fixed, Manpower
requirement beyond that can be increased or decreased according to the
requirement of MoPSW.
4. Project Associates will be allowed one day casual leave for every month worked
which can be accumulated.
5. In case of shortage of deployment of any key personnel for a particular month, pro
rata deduction based on unit amount will be done. Similarly is case any key
personnel is required to be deployed beyond the stipulated frequency, additional
payment will be done based on the unit amount quoted. MoPSW resrves the right to
reduce the frequency of deployment of key personnel depending on requirement
and in such case payments will be based on actuals.
6. The fee payable to the Consultant in accordance with the Financial Proposal, shall
cover the costs of telephone/ fax, photocopying, couriers and postage, collections
and deliveries, traveling expense, stationery, costs of support staff and counsel fee,
overheads, etc., including all taxes and duties except GST. No additional charges in
respect thereof shall be due or payable. The fees shall be limited to the amounts
indicated in the financial quote and no escalation on any account will be payable on
the above amounts during the agreement period.
The Consultant shall produce details of the key personnel deployed every month
duly countersigned by the Officer in Charge in MoPSW while submitting the
monthly invoices. Failure to deploy the Key personnel as stipulated will attract
penal charges of 20% of the unit amount of the relevant Key Personnel per
occasion. The consultant shall observe working days as per the calendar of the
Authority, however, in case of requirement it will be necessary to work during
weekends and Public Holidays.
Appendix III