Directorate of Tourism, Government of

Directorate of Tourism,

Government of Maharashtra

Invites

Request for Proposal

For

“Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)”

The Director (Tourism), Directorate of Tourism, Government of Maharashtra, th Apeejay House, 4 Floor, 3 , DinshawVacha Road, 4th Floor, Churchgate, -400020.

Directorate of Tourism, Government of Maharashtra

CONTENTS

Request for Proposal (RFP)......

Key Events and Dates......

Other Important Information Related to Bid......

1 Instruction to Bidders...... 5

2 Scope of Work...... 19

3 General Conditions of the Contract ...... 23

4 Guidelines for Pre-Qualification Bid ...... 29

5 Guidelines for Technical Proposal ...... 34

6 Guidelines for Financial Proposal ...... 37

7 Annexure ......

7.1. Annexure I - Non-Disclosure Agreement ...... 40

7.2 Annexure II -Format of the agreement to be signed by the successful bidder...42 with the Directorate of Tourism 7.3 Annexure III- Guidelines for the Consultants while performing their duties...... 44 during the course of tendered assignment

2

Directorate of Tourism, Government of Maharashtra

Request for Proposal (RFP)

To,

All the bidders.

Dear Sir,

Directorate of Tourism, Government of Maharashtra having its office at 4th Floor, Apeejay House, Dinshaw Wachaw Road, Near KC College, Churchgate, Mumbai, invites Request for Praposal from the Applicants/Bidders for “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck- Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)” (hereinafter referred to as “Project”).

The detailed Scope of Work for the Project is given under Section 2 of this Bid Document

Key Events and Dates The summary of various activities with regard to this invitation of bids are listed in the table below:- Sr.

Particular Details

No.

1. Advertising Date 27/08/2020.

RFP for “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg

2. Name of the project (Maharashtra).

3. RFP Document Download Start Date & Time From 27/08/2020at 11:00 am (IST) to 10/09/2020 at 13.00 pm(IST).

4. Website for downloading Tender Document, https://mahatenders.gov.in Corrigendum’s, Addendums, etc.

5. Last date (deadline) for Submission of bids 10/09/2020 at 13.00 pm(IST)

6. to

RFP Document Fee to be paid via Online Rs. 1000 (Rs One Thousand Only) Earnest Money Deposit (EMD) – Online Rs. 5000/- (Rs. Five Thousand only) Time Limit/Duration of Assignment 09 Month (36 weeks)

7. Date and time of opening of Technical bids 10/09/2020 at 15.00 pm(IST) (If Possible)

8. Detail of the contact person and Address at Office of the Director (Tourism),

which sealed bids are to be submitted Directorate of Tourism, th Apeejay House, 4 Floor, 3 DinshawVacha

Road, Churchgate, Mumbai-400020. e-mail : [email protected]

Phone : 91-22- 6294 8817

3

Directorate of Tourism, Government of Maharashtra

Other Important Information Related to Bid

Sr. Item Description No. 1. Earnest Money Deposit (EMD) - Online Rs.5000/- (Rupees Five Thousand Only)

2. RFP Document Fee to be paid via Online Rs. 1000/- (Rupees One Thousand Only) Payment Gateway mode only.

3. Bid Validity Period One twenty (120) days from the date of submission of the bids

As intimated in letter of Intent or communication in this regard from the 4. Last date for signing contract DIRECTORATE OF TOURISM

4

Directorate of Tourism, Government of Maharashtra

1 Instruction to Bidders

1.1 Introduction

Directorate of Tourism, Government of Maharashtra invites proposals from consultancy firms for RFP for “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)”

a) The objective and the Request for Proposal are given under Section 2.

b) Cost of preparation of the proposal shall be borne by the bidder. The proposal offered should contain all the work envisaged under the scope of work and those proposals giving only part of the work will be rejected.

c) At any time before the submission of the tender, Directorate of Tourism, Government of Maharashtra has the right to modify the objectives and the Request for Proposal either on its own initiative or in response to the clarifications requested by the bidders and such changes or modifications will be intimated to the bidders. Directorate of Tourism also reserves the right to extend the deadline for submission of the proposal or cancellation of the entire process as a whole without assigning any reason.

1.2 Purpose of RFP

The RFP has been published to seek the participation of interested Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra), which includes the following objectives:

a. Prepare a detailed Concept Plan for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures like Common Beach Facility Centre (CBFC) at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra). This plan will provide DIRECTORATE OF TOURISM with information relevant to the conceived project for their review, edits and approval before detail work commences. Consultant shall assist directorate in selecting/identifying suitable land for the project with the help of district administration.

b. Detailed Project Plan based on the approved concept will provide detailed information on the project to be implemented. Such plan-estimate, details,etc. to be submitted to Maharashtra Coastal Zone Management Authority, Maharashtra Maritime Board, District Collector, etc. (i.e. to all the competent authorities) by the consultant with the help of directorate and Consultant shall be responsible till all the NOC’s or approvals are obtained from these competent authorities, so that the erectioncan happen at the selected site/s. Consultant’s job also includes giving required presentations at various levels (from district level to Mantralaya), sites visits, etc. All these works are to be done by consultants at his own expenses, including travelling, DA expenses of his staff, office stationeries, etc. .

5

Directorate of Tourism, Government of Maharashtra

c. If asked (or as per requirement), detailed cost estimates, based on the projects approved, shall be provided by consultants along with rate analysis, market rate, quotations, etc. d. Consultant shall Assist DIRECTORATE OF TOURISM in development and issuance of tender document where ever Directorate want to execute the works from Government funds. All works or part of work/ project may be executed by shack or facility allotee from his own funds and consultant shall provide their services to them also as if they are giving services to the Directorate of Tourism (Consultant shall not charge any fess, etc. from the allotee/private person in this case.) Consultant will assist DIRECTORATE OF TOURISM in the development and issuance of tender documents for works (or part of work) proposed (if any) in the Detailed Project Report. e. Consultant shall assist DIRECTORATE OF TOURISM in administering the tender including tender evaluation process, etc. Consultant shall provide end to end services right from selection of land, taking over of land, project concept development, presentation of the conceived project to various levels, approval of the project from various competent authorities, surveys-investigations, preparation of detailed drawings-designs-plans-estimates- draft tender papers, guiding shack allotee in material selection, erection supervision, quality control, completion of the execution of the project and till the issuance of final completion report. Defect Liability Period of the consultant’s work/assignment will be 06 months after the work completion date. f. Consultant to note that, both the locations i.e. Kunkeshwar and Tarkarli are the famous tourism spots of and shall carry equal weightage from project progress point of view. Hence, consultant shall maintain equal speed/progress of his delivery OR of his services for both the places. Fees/ remuneration of the consultant paid shall be payable accordingly. g. Intending bidders/consultants to note that, similar kind of separate RFP are being flashed/invited by the directorate for Ratnagiri, Raigad and Palghar Districtseparately (02 coastal locations from each district) and the consultant/bidder can submit the bids/offers for only two works i.e. for only two districts. If any of the bidder/consultant is found to have submitted bids for more than 02 locations, then the order of preference of consideration of his 02 (two) bids for the bid opening process shall be in the order of 1. Sindhudurg, 2. Ratnagiri, 3. Raigad and 4. Palghar. Remaining bids (which are more than 02) shall not be considered for bid opening process. (Please see 1.18 for details.)

1.3 Cost of Request for Proposal(Please Note-Tender fee is non-refundable)

The qualified bidders are requested to deposit the Tender fee through online payment gateway through e-tendering portal. Bidders are advised to make online payment at least 3 days prior to submission timeline to avoid any banking transfer delays.

6

Directorate of Tourism, Government of Maharashtra

1.4 Transfer of RFP

The RFP Document is not transferable to any other bidder. The bidder who purchases the document and submits shall be the same.

1.5 Consortium, Joint Ventures and Subcontracting

The Bidders are not allowed to form Consortium and shall not sublet the work to anyone.

1.6 Completeness of Response

Submission of bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.

— The response to this RFP should be full and complete in all respects. Failure to furnish all information required by the RFP document or submission of a proposal not substantially responsive to the RFP document in every respect will be at the Bidder's risk and may result in rejection of its Proposal. Directorate reserves right in this regard.

1.7 Proposal Preparation Costs

— The bidder shall submit the bid at his cost and DIRECTORATE OF TOURISM shall not be held responsible for any cost incurred by the bidder. Submission of a bid does not entitle the bidder to claim any cost and rights over DIRECTORATE OF TOURISM. Directorate shall be at liberty to cancel any or all bids without giving any notice.

— All materials submitted by the bidder shall be the absolute property of DIRECTORATE OF TOURISM and no copyright /patent etc. shall be entertained by DIRECTORATE OF TOURISM

1.8 Bidder Inquiries

— Considering COVID-19 related situation, Bidder shall E-Mail their queries at the E-Mail address mentioned at the Request for Proposal (RFP)/ notice (page 1) on or before 15.00 Hrs. Date-02 September 2020 (no email will be entertained thereafter). The response to the queries will be published on https://mahatenders.gov.in. No telephonic queries will be entertained. This response of DIRECTORATE OF TOURISM shall become integral part of RFP document. DIRECTORATE OF TOURISM shall not make any warranty as to the accuracy and completeness of responses.

1.9 Amendment of RFP Document

— All the amendments made in the document would be published on the e-Tendering Portal and shall be part of RFP.

7

Directorate of Tourism, Government of Maharashtra

— The bidders are advised to visit the aforementioned websites / portal on regular basis to check for necessary updates. The DIRECTORATE OF TOURISM also reserves the right to amend the dates mentioned in this RFP.

1.10 Supplementary Information to the RFP

— If DIRECTORATE OF TOURISM deems it appropriate to revise any part of this RFP or to issue additional data to clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such corrigendum shall be deemed to be incorporated by this reference into this RFP.

1.11 DIRECTORATE OF TOURISM’s right to terminate the process

DIRECTORATE OF TOURISM may terminate the RFP process at any time and without assigning any reason. DIRECTORATE OF TOURISM reserves the right to amend/edit/add/delete any clause of this Bid Document. This will be informed to all and will become part of the bid /RFP and information for the same would be published on the e- Tendering portal.

1.12 Earnest Money Deposit (EMD) and Performance Security

— Bidders shall submit, EMD of Rs. 5000 (Rupees Five Thousand only) through Online- Tendering Payment Gateway mode only.

— Unsuccessful bidder’s EMD will be returned within 90 days from the date of opening of the financial bid.

— Performance Security of 5% (i.e. 5% of the fees proposed by winning bidder) will be with held from each payment of the successful bidder, i.e. 5% of each payment will be withheld as a performance security. No interest will be paid on this and the amount will be released after successful completion of the assignment i.e. after the project is concluded successfully.

— No interest will be paid by DIRECTORATE OF TOURISM on the EMD amount and Performance Security. EMD will be refunded to the all Bidders (including the Successful Bidder) without any accrued interest on it.

— The Bid submitted without EMD as mentioned above, will be summarily rejected.

— The EMD may be forfeited: — If a Bidder withdraws his bid or increases his quoted prices during the period of bid validity or its extended period, if any. — In case of a successful bidder, if the Bidder fails to sign the contract in accordance with the terms and conditions. — If during the bid process, a bidder indulges in any such deliberate act as would jeopardise or unnecessarily delay the process of bid evaluation and finalisation. — If, during the bid process, any information is found false/fraudulent/malafide, and then DIRECTORATE OF TOURISM shall reject the bid and if necessary, initiate action.

8

Directorate of Tourism, Government of Maharashtra

1.13Authentication of Bid

The original hard copy of the Bid Document shall be signed, stamped andsubmitted to the Directorate office along with the bid (including the documents submitted by the bidder for the prequalification purpose) after the successful bidder is intimated regarding the same by the directorate. Such hard copy shall be submitted within 07 days from of the date of letter of intent/letter of acceptance given to the successful bidder by the directorate.

1.14 Language of Bids

— This bid should be submitted in English language only. If any supporting documentssubmitted are in any language other than English, then the translation of the same in English language is to be duly attested by the bidder and submitted with the bid, and English translation shall be validated at DIRECTORATE OF TOURISM’s discretion. 1.15 Patent Claim

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof, the bidder shall expeditiously extinguish such claim. If the bidder fails to comply and DIRECTORATE OF TOURISM is required to pay compensation to a third party resulting from such infringement, the Bidder shall be responsible for such compensation, including all expenses, court costs and lawyer fees. DIRECTORATE OF TOURISM shall give notice to the successful bidder of any such claim and recover it from the bidder, his deposits, his fees/bills, etc., if required.

1.16 Data/Documents Prepared by the Successful Bidder to be the Property of the DIRECTORATE OF TOURISM

All plans, Detailed Project Reports, other documents, patent and data shall be absolute property of DIRECTORATE OF TOURISM. The Successful Bidder shall not use this information anywhere, without taking permission, in writing, from the DIRECTORATE OF TOURISM and the DIRECTORATE OF TOURISM reserves right to grant or deny any such request.

1.17 Bid Submission Format

The entire proposal shall be submitted strictly as per the format specified in this Request for Proposal. Bids with deviation from this format are liable for rejection. 1.18 Submission of Bids

Complete bidding process will be online (e-Tendering) in two envelope system. Submission of bids shall be in accordance to the instructions given in the Table below:

Particulars Instructions Envelope A:  The Pre -Qualification Proposal shall be prepared in accordance with the requirements specified in Section 4 of Pre Proposal & the RFP. Each page of the Pre-Qualification Proposal Technical Proposal should be signed and stamped by the Authorized Signatory of the Bidder. Pre -Qualification Proposal should be submitted through online bid submission process only.  The Technical Proposal shall be prepared in accordance

9

Directorate of Tourism, Government of Maharashtra

with the requirements specified in this RFP and the formats are prescribed in section 5of this RFP  Each page of the Technical Proposal should be signed and stamped by the Authorized Signatory of the Bidder Envelope B:  The Financial Proposal shall be prepared in accordance with Financial Proposal the requirements specified in this RFP and in the formats prescribed in RFP.  Each page of the Financial Proposal should be signed and stamped by the Authorized Signatory of the Bidder. Financial Proposal should be submitted through online bid submission process only.

The following points shall be kept in mind for submission of bids:

— DIRECTORATE OF TOURISM shall not accept delivery of proposal in any manner other than that specified in this RFP. Proposal delivered in any other manner shall be treated as defective, invalid and rejected. — The Bidder is expected to price all the items and services sought in the RFP and proposed in the proposal. The Bid should be comprehensive and inclusive of all the services to be provided by the Bidder as per the scope of his work and must cover the entire Contract Period. — DIRECTORATE OF TOURISM may seek clarifications from the Bidder on the Pre-Qualification criteria. Any of the clarifications by the Bidder on the Pre-Qualification proposal should not have any commercial implications. The financial proposal submitted by the Bidder should be inclusive of all the items in the Pre-Qualification and should incorporate all the clarifications provided by the Bidder on the initial filter proposal during the evaluation of the offer. — Financial Proposal shall not contain any technical information and vice-versa. — If any Bidder does not qualify the Pre-Qualification of this RFP, the technical and financial proposals of the Bidder shall not be opened in the e-Tendering system. Similarly, if the Bidder does not meet the Pre-Qualification criteria, the financial proposal of the Bidder shall be unopened in the e-Tendering system. — It is required that all the proposals submitted in response to this RFP should be unconditional in all respects, failing which DIRECTORATE OF TOURISM reserves the right to reject the proposal. — Proposals sent by fax/ post/ courier shall be rejected. Important Note- Intending bidders/consultants to note that, similar kind of separate RFP are being flashed/invited by the directorate for Ratnagiri, Raigad and Palghar District separately (02 coastal locations from each district). There will be separate RFP notice for 03 other districts at one go i.e. at the same time, i.e. in the same lot of RFP. Any particular consultant/bidder who

10

Directorate of Tourism, Government of Maharashtra

want to take part in bidding process of the RFP, can submit the bids/offers for only two works,i.e. for only two districts. If any of the bidder/consultant is found to have submitted bids for more than 02 locations, then the order of preference of consideration of his 02 (two) bids for the bid opening process shall be in the order of 1. Sindhudurg, 2. Ratnagiri, 3. Raigad and 4. Palghar. ; i.e. remaining bids shall not be considered for bid opening process. (e.g. CASE-1 – Suppose, a bidder submit the bids for all districts, then his bids for Sindhudurg and Ratnagiri only, will be considered for bid opening process and other two bids shall be disqualified and not opened . CASE-2- Suppose, a bidder submits the 03 bids, i.e. for Palghar, Raigad and Sindhudurg, then only two bids, i.e. bids for Sindhudurg and Raigad will be considered for bid opening process and remaining bid (i.e. bid for Palghar) shall be disqualified and not be opened.)

1.19 Late Bids and Bid Validity Period

Proposals received after the due date and the specified time (including the extendedperiod if any) for any reason what-so-ever, shall not be entertained and shall not be opened in the e-Tendering system. The validity of the proposals submitted before deadline shall be till 120 days from the date of submission of the proposal.

1.20 Modification and Withdrawal of Proposals

No Proposal shall be withdrawn in the interval between the deadline for submission ofproposals and the expiration of the validity period specified by the Bidder on the Proposal form. Entire EMD shall be forfeited if any of the Bidders withdraw their proposal during the validity period.

1.21 Non-conforming Proposals

A Proposal may be construed as a non-conforming proposal and ineligible for consideration:

— If it does not comply with the requirements of this RFP

— If the Proposal does not follow the format requested in this RFP or does not appearto address the particular requirements of the DIRECTORATE OF TOURISM.

1.22 Acknowledgement of Understanding of Terms

By submitting a Proposal, each Bidder shall be deemed to acknowledge that he hascarefully read all sections of this RFP, including all forms, schedules, annexure, corrigendum and addendums (if any) hereto, and has fully informed itself as to all existing conditions and limitations.

1.23 Bid Opening

-Total transparency shall be observed and ensured while opening the Proposals/Bids

- DIRECTORATE OF TOURISM reserves the rights at all times to postpone or cancel a scheduled Bid opening.

- Bid opening shall be conducted in two stages.

11

Directorate of Tourism, Government of Maharashtra

- In the first stage, Pre-Qualification Envelope shall be opened and evaluated as per the criteria mentioned in Section 1.25 of the RFP.

-In the second stage, Technical Proposals of those Bidders, whose qualify Pre-Qualification Criteria, shall be opened. All Bids shall be opened in the presence of Bidders’ representatives who choose to attend the Bid opening sessions on the specified date, time and address. (Considering COVID-19 related guidelines, directorate may decide to open the bid online, without inviting the bidders.)

-The Bidders’ representatives (if invited for bid opening) who are present shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for DIRECTORATE OF TOURISM the bids shall be opened at the same time and location on the next working day. In addition to that, if there representative of the Bidder remains absent, DIRECTORATE OF TOURISM will continue process and open the bids of the all bidders

- During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine whether they are complete, whether required Bid Security has been furnished, whether the Documents have been properly signed, and whether the bids are generally in order. Bids not conforming to such preliminary requirements shall be prima facie rejected. DIRECTORATE OF TOURISM has the right to reject the bid after due diligence is done.

1.24 Evaluation Process

— The Tender Evaluation Committee constituted by DIRECTORATE OF TOURISM shall evaluate the bids. — The Tender Evaluation Committee shall review the prequalification proposal of the Bidders to determine whether the requirements as mentioned in Pre-Qualification Criteria of the RFP are met. Incomplete or partial Proposals are liable for disqualification. All those Bidders, whose prequalification proposal meets the requirements shall be selected for opening of the technical proposal.

— The Tender Evaluation Committee shall review the Technical Proposal of the prequalified Bidders to determine whether the technical proposals are substantially responsive. Bids those are not substantially responsive shall be disqualified and the Tender Evaluation Committee reserves the right to seek clarification if required.

— The Tender Evaluation Committee shall assign a Technical score to the Bidders based on the Technical evaluation criteria detailed in the RFP. The Bidders with a technical score above the threshold as specified in Section 1.28 of the RFP shall technically qualify for the commercial evaluation stage.

— The financial proposals of the technically qualified Bidders shall be opened and reviewed to determine whether the financial proposals are complete and as per requirements. — Evaluation and award of Contract shall be done as per provisions of Maharashtra State Government Rules. — Please note that the Tender Evaluation Committee may seek inputs from their professional, external experts in the Bid evaluation process.

12

Directorate of Tourism, Government of Maharashtra

1.25 Pre-Qualification Criteria

Documentary # Eligibility Criteria Evidence

The bidder should be incorporated and be in existence for a minimum of 10 years as on date of submission — Certificate of PQ 1 of bid as an architectural consultancy firm. Incorporation

— Memorandum and Articles of Association

Profit & Loss Account PQ 2 The bidder should have an average turnover of not and

less than INR 05 Crore for the last five financial years Balance Sheet. (by CA)

Copy of Work Order and Work Completion Certificate from the The Bidder should have experience of providing Directorate of Tourism Consultancy services in ecotourism or coastal tourism ( Directorate of for at least three (3) Projects (each project not less Tourism’s officer than Rs. 5 Crore cost) in India for any State or issuing the certificate Central Government or its undertakings. (In last 05 shall not be below the years); Out of these 03 works, 02 (two) should have rank of Executive PQ 3 Engineer) been completed successfully

Declaration letter by PQ 4 Bidder should not have been blacklisted by Central Bidder as

per format given in the Government or any State Government Organization / bid document.

Department in India at the time of submission of the bid.

1.26 Evaluation of Prequalification Proposals

— Bidders, whose EMD and RFP Document Fees are found in order, shall be considered for Pre-Qualification criteria evaluation.

— Bidder shall be evaluated as per Pre-Qualification criteria mentioned at Section 1.25 of this RFP. The bidders who fulfil all the Pre-Qualification criteria shall qualify for further Technical evaluation.

1.27 Evaluation of Technical Proposals

— The evaluation of the Technical Proposals will be carried out in the following manner:

 The Bidders are required to submit all required documentation in support of the evaluation criteria specified (e.g. Detailed Project citations and completion

13

Directorate of Tourism, Government of Maharashtra

certificates, client contact information for verification, and all others) as required for Technical evaluation.  At any time during the Bid evaluation process, the Tender Evaluation Committee may seek oral / written clarifications from the Bidders. The Committee may seek inputs from their professional and technical experts in the evaluation process.  DIRECTORATE OF TOURISM reserves the right to do a reference check of the past experience stated by the Bidder. Any feedback received during the reference check shall be taken into account during the Pre-Qualification Process.

1.28 Technical Evaluation Methodology

 Each Technical Proposal shall be assigned a technical score out of a maximum of 100 points. (Refer Section 1.29).  In order to qualify for the opening of financial proposal, the Bidder must get a minimum overall technical score of 70 (Seventy).  The financial proposals of Bidders who do not qualify technically shall be kept unopened in the e-Tendering system.  DIRECTORATE OF TOURISM reserves the right to accept or reject any or all bids without giving any reasons thereof.  DIRECTORATE OF TOURISM shall inform to the technically shortlisted Bidders about the date and venue of the opening of the financial proposals.

14

Directorate of Tourism, Government of Maharashtra

1.29 Technical Evaluation Criteria

# Maximum

Marking Evaluation Criteria

Scheme Marks The bidder should be incorporated and be in existence for a minimum of 10 10 to 15 Years= 10 Mark TQ 1 years as on date of submission of bid. 15 to 20 years= 15 Mark 20

Above 20 Years=20 Mark

INR 5 to 8 Cr = 05 Marks TQ 2 The bidder should have an average INR 8 to 12 Cr = 10 Marks 20

revenue of not less than INR 05 Crore Above INR 12 Cr = 20 Marks

(Cr)

The Bidder should have experience of For 2 Complete and 01 Ongoing TQ 3 providing project = 20 Marks 40 Consultancy services in ecotourism or

coastal tourism for at least three (3) For every extra completed

Projects (each project not less than Rs. project = 10 Marks each

5 Crore cost) in India for any State or Central Government or it’s For every extra ongoing undertakings. (In last 10 years); Out of project= 05 Marks each these 03 works, 02 (two) should have been completed successfully

In only 01 (One) State= 10 Experience of working in the different Marks TQ 4 States of India 20

In more than 02 (two) states= 20 Marks

All the bidders to note that, they shall provide all necessary documents in regards to their credentials they are submitting as above, i.e. as mentioned in above table. All the documents shall be issued by the competent authority like IT Return, CA certificate and work order-completion certificate as issued by the officer of the respective organization not below the rank of the Executive Engineer.

1.30 Financial Bid Evaluation

1. The financial proposal of only the technically qualified Bidders who have scored 70 or above shall be opened for the evaluation. The score on price quote will be calculated in the following manner:

2. The bid with the lowest price will be awarded 100 points and others shall be allocated proportionately. The total score shall be out of 100. Financial scores (SF) of other bidders/applicants shall be inversely proportional to their quoted prices. The Formula used to calculate the financial scores will be:

3. SF = (100 x Fm/ F1) Where

SF = the Financial Score

Fm = the price of the lowest priced proposal (getting 100 marks)

15

Directorate of Tourism, Government of Maharashtra

F1 = the price of the proposal under consideration

4. Weightage for Technical and Financial proposal:

The Technical Proposals submitted by the bidder/applicant would carry a Weightage of 80% and the financial proposals that will follow the Technical Proposals would carry a Weightage of 20%.

Bids will finally be ranked according to their combined technical (ST) and Financial (SF) scores using the weights as mentioned above.

Total score will be worked out by adding the weighted marks of technical and financial proposals

S = ST x 80% + SF x 20% Where

S= Combined Score of the Bidder/Applicant ST = the Technical Score

SF = the Financial Score

5. Applicant /Bidder whose combined score (S) is the highest will be declared as the successful bidder and will be invited for negotiations.

1.31 Negotiations

DIRECTORATE OF TOURISM reserves the right to carry out negotiations with the Successful Bidder on the technical and financial proposal. DIRECTORATE OF TOURISM may further discuss the details of the approach and methodology to be adopted by the Bidder on the Project over and above the minimum requirements of the RFP keeping in mind the interest of the Project.

1.32 Award of Contract

1.32.1. Award Criteria

Post the evaluation process indicated in Section 1 above, DIRECTORATE OF TOURISM will award the Contract to the Bidder who has the highest composite score as per the scoring scheme mentioned in Section 1.30 above.

1.32.2. DIRECTORATE OF TOURISM’s Right to accept any Bid and to reject any or All Bids

— DIRECTORATE OF TOURISM reserves the right to accept or reject any Bid, and to annul the bidding process and reject any or all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for DIRECTORATE OF TOURISM’s action.

1.32.3. Letter of Intent/Acceptance

— Prior to the expiration of the period of bid validity, DIRECTORATE OF TOURISM will notify the successful bidder in writing or by fax or email,

16

Directorate of Tourism, Government of Maharashtra

to be confirmed in writing by letter, that its bid has been accepted. The Letter of Acceptance will constitute the formation of the contract. Upon the Successful Bidder’s entering in to the contract agreement with the directorate, DIRECTORATE OF TOURISM will notify to unsuccessful Bidder.

1.32.4. Signing of Contract

— DIRECTORATE OF TOURISM shall notify the successful bidder that its bid has been accepted. The Successful Bidder shall enter into contract agreement with DIRECTORATE OF TOURISM within the time frame mentioned in the Letter of acceptance/intent (generally, within 07 days of date of letter of intent) to be issued to the successful bidder by DIRECTORATE OF TOURISM.

1.32.5. Failure to agree with the Terms & Conditions of the RFP / Contract

--Failure of the successful Bidder to agree with the Terms & Conditions of the RFP / Contract shall constitute sufficient grounds for the annulment of the award, in which Case DIRECTORATE OF TOURISM may invite the next best bidder (bidder having second highest combined score) for negotiations or may call for fresh RFP.

1.33 Performance Security

1. Performance Security of 5% (i.e. 5% of the fees proposed by winning bidder) will be withheld from each payment of the successful bidder, i.e. 5% of each payment will be withheld as a performance security.

2. Performance Security amount will be refunded after completion of the contract duration and after completion of the project successfully.

3. Performance Security would be discharged/ returned by DIRECTORATE OF TOURISM upon being satisfied that there has been due performance of the obligations of the Bidder under the contract at the end of the contract/completion of the project. However, no interest shall be payable on Performance Security.

4. In the event of the Bidder being unable to service the contract for whatever reason DIRECTORATE OF TOURISM would forfeit the Performance Security. Notwithstanding and without prejudice to any rights whatsoever of DIRECTORATE OF TOURISM under the contract in the matter, the proceeds of the Performance Security shall be payable to DIRECTORATE OF TOURISM as compensation for any loss resulting from the bidder’s failure to complete its obligations under the Contract. DIRECTORATE OF TOURISM shall notify the Bidder in writing of the exercise of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the Bidder is in default.

5. DIRECTORATE OF TOURISM shall also be entitled to make recoveries from

17

Directorate of Tourism, Government of Maharashtra

the bidder’s bills, Performance Security, or from any other amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion, and misstatement.

1.34 Non-Disclosure Agreement (NDA)

Successful bidder has to sign the Non- Disclosure Agreement (ANNEXURE I) with DIRECTORATE OF TOURISM.

18

Directorate of Tourism, Government of Maharashtra

2. Scope of Work

2.1. Background Maharashtra is one of the few regions in the world which offers multiple types of destinations for its tourists. It has long coastline of 720 kilometres along the lush green region.

2.2 Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra).

DIRECTORATE OF TOURISM has envisaged to develop a tourist amenities for the tourist who are visiting the coastal areas of the Maharashtra. Considering the same, directorate has proposed to develop following facilities at each coastal location (i.e. at Tarkarli and Kunkeshwar). These facilities may be developed from Govt. funds OR from the private funds, i.e. through the facility allotee to whom directorate will be allotting the facility for operations. (A) Beach Shacks- 10 (Ten) shacks at each location with 10 meter distance in between two shacks; size of shack- 5 meter X 5 Meter with front covered area of 5 meter X 6.65 meter; roof height not exceeding 4 meters and roof projections shall not be more than 1 meter; Mezzanine floor not allowed; Material for erection shall be nature friendly and local like bamboo, bamboo mats, wooden ballies/posts/logs, Coconut tree leaf, etc. which are instantly installable in 10-15 days (use of concrete, steel, lime is banned); Operative time of shacks may be 7am to 7pm and the shack shall be removable in monsoon/rough weather; frontage of shack can have 10 chairs/sofa and 05 big/outdoor/beach umbrellas; also each shack should have CCTV, fire protection device, garbage-wastewater collection system. (B) Common Beach Facility Centre (CBFC)- Each location should have 01 (one) CBFC suitably located along the beach and near to the shacks are; it should have separate unit for male and female comprising 05 urinals+02 toilets+01 showers+03 changing rooms, each; lockers-50 numbers; the centre should have lights, water, sewerage-garbage processing and disposal system; also the centre must have small office area/counter area for the operators staff; centre may also serve tourist the beach safety related kits, swim-suits, etc. accessories; structure and material used for erection shall be mentioned for shacks, above. (C) Approaches, internal pathways, signage, safety barricades, watch towers,etc. 2.3 Scope of the work of the consultant is as below: (for more elaborate scope, please see Annexure – III attached at the end of the document) a. Prepare a detailed Concept Plan for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures (like tourist facility-Service centre which may include washrooms, changing rooms) at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra). This plan will provide DIRECTORATE OF TOURISM with information relevant to the conceived project for their review, edits and approval before detail work commences. Consultant shall assist directorate in selecting/identifying suitable land for the project with the help of district administration.

19

Directorate of Tourism, Government of Maharashtra

b. Detailed Project Plan based on the approved concept, will provide detailed Information on the project to be implemented. Such plan-estimate, details,etc. to be submitted to Maharashtra Coastal Zone Management Authority, Maharashtra Maritime Board, District Collector, etc. (i.e. to all the competent authorities) by the consultant with the help of directorate and Consultant shall be responsible till all the NOC’s or approvals are obtained, so that the erection can happen at the selected site/s. Consultant’s job also includes giving required presentations at various levels (from district level to Mantralaya), sites visits, etc. All these works/ assignments are to be done by consultants at his own expenses, including travelling, DA expenses. c. Detailed cost estimates, based on the projects approved, shall be provided by consultants along with rate analysis, market rate, quotations, etc. d. Consultant shall Assist DIRECTORATE OF TOURISM in development and issuance of tender document where ever Directorate want to execute the works from Government funds. Works or part of works may be executed by shack/facility allotee or private person/s and consultant shall provide their services to them also as if they are giving services to the Directorate of Tourism (Consultant shall not charge any fees, etc. from the allotee/private person in this case.) Consultant will assist DIRECTORATE OF TOURISM in the development and issuance of tender documents for works proposed (if any) in the Detailed Project Plan. e. Consultant shall assist DIRECTORATE OF TOURISM in administering the tender including tender evaluation process, etc. Consultant shall provide end to end services right from selection of land, taking over of land, project concept development, presentation of the conceived project to various levels, approval of the project from various competent authorities, preparation of detailed drawings-designs-plans-estimates- draft tender papers, fixing the contractor and up to completion of the execution of the project till issuance of final completion report. f. Consultant to note that, he shall carry out reconnaissance survey, preliminary survey, investigations, collection of land bank information with help of district administration, geological-geotechnical-marine-environmental related investigative studies, local material related studies, etc. at his own cost. The studies and investigations should be done from the point of view of making the project operational, i.e. including study related to electricity-solar power supply, water supply, waste water-garbage processing and disposal, approach road-signage, safety related issues addresal, etc. shall be carried out by the consultant at his own cost and they shall present this data to wherever needed so as to obtain formal approval from all the competent authorities. g. Consultant to note that, both the locations i.e. Kunkeshwar and Tarkarli are the famous tourism spots of Sindhudurg District and shall carry equal weightage from project progress point of view. Hence, consultant shall maintain equal speed/progress of his delivery of his services for both the places. Fees/ remuneration of the consultant paid shall be payable accordingly.

20

Directorate of Tourism, Government of Maharashtra

2.4 Deliverables, Time schedule and Payment Terms T= Issuance of Work Order

Payment (As % of Stage Deliverables Timelines the Total lump sum fee quoted)

1 Reconnaissance / Preliminary Report T + 1 Weeks 5%

2 Approval to the Detailed Conceptual Plan for T + 3Weeks 15% the entire Project (with Land Details)

3 Submission of Detailed Project Report (DPR) T + 5Weeks 10% for development of the Beach Shack facility and other structures at both the Locations as mentioned in RFP

4 Approval to the DPR form Tourism Dept., T + 8 Weeks 20% MCZMA, MMB and other competent authorities so that erection can be started.

5 Preparation of Detailed Estimate, Draft Tender T + 12 Weeks 10% Papers and get the approval of the Directorate of Tourism to the same, etc. (for Govt. funded works) 6 Selection of the contractor/executor after T + 16 Weeks 10% evaluation of the bids and issuance of the work order to the contractor. (for Govt. funded works)

Supervision of the work during Execution of 30% (Equally the work component from the contractor or the distributed over next 20 7 facility allotee till the work is complete in all T + 36 Weeks weeks respect (including approach, electricity, water supply, sewerage-garbage processing and disposal, etc.) Issuance of the work completion certificate and commissioning of the project/facility successfully.

Note- 1. 04 weeks shall be considered as 01 month of 30/31 days as the case may be. 2. For works to be executed by private parties, payment of stage 5 and 6 shall be done after private person/ allotee brings all approved material at site and starts the erection work. 3. For mixed mode of work (i.e. Govt. funded and Private funded) fees/payment to be released on pro-rata basis. 4. Payment of fees for stage 7 shall be given on monthly basis. However, fees calculated will be based on timelines (i.e. weekly basis) and based on execution progress. Fess paid will be whichever less out of these two is.

21

Directorate of Tourism, Government of Maharashtra

2.5. Period of Services and regarding fees payable

The appointment of consultant shall be for the period of 09(Nine) months OR 36 week from the date of Consultancy services agreement signed between the DIRECTORATE OF TOURISM and the Consultant, including the issuance of the work order. Fess shall be payable considering the progress of both the locations in the district is same or equal. (If progress of any one of the project location is delayed or lagging than the other project, then payment/fees shall be done on pro-rata basis. However, directorate reserves all rights in this regard.) In the event of delay of project completion, escalation fee shall not be permissible to the consultant. Also the fees shall not be increased for any increase of project components/cost, which is occurred as per suggestion of any the competent authority, while giving their NOC or approval.

2.6 Important note regarding one bidder can participate in bidding for maximum two districts (please read below carefully)

Intending bidders/consultants to note that, similar kind of separate RFP are being flashed/ invited by the directorate for Ratnagiri, Raigad and Palghar District separately (02 coastal locations from each district). There will be separate RFP notice for 03 other districts at one go i.e. at the same time, i.e. in the same lot of RFP. Any particular consultant/bidder who want to take part in bidding process of the RFP, can submit the bids/offers for only two works ,i.e. for only two districts. If any of the bidder/consultant is found to have submitted bids for more than 02 locations, then the order of preference of consideration of his 02 (two) bids for the bid opening process shall be in the order of 1. Sindhudurg, 2. Ratnagiri, 3. Raigad and 4. Palghar. ; i.e. remaining bids shall not be considered for bid opening process. (e.g. CASE-1 – Suppose, a bidder submit the bids for all districts, then his bids for Sindhudurg and Ratnagiri only, will be considered for bid opening process and other two bids shall be disqualified and not opened . CASE-2- Suppose, a bidder submits the 03 bids, i.e. for Palghar, Raigad and Sindhudurg, then only two bids, i.e. bids for Sindhudurg and Raigad will be considered for bid opening process and remaining bid (i.e. bid for Palghar) shall be disqualified and not be opened.)

22

Directorate of Tourism, Government of Maharashtra

3 General Conditions of the Contract (GCC)

3.1 Governing Law The Contract shall be governed by and interpreted in accordance with the laws of the India.

3.2 Settlement of Disputes

1. Performance of the contract is governed by the terms and conditions of the contract, in case disputes arise between the parties regarding any matter under the contract, either Party of the contract may send a written Notice of Dispute to the other party. The Party receiving the Notice of Dispute will consider the Notice and respond to it in writing within 30 days after receipt. If that party fails to respond within 30 days, or the dispute cannot be amicably settled within 60 days following the response of that party, clause GCC 3.2 (2) shall become applicable.

2. Arbitration:

— In the case of dispute arising, upon or in relation to, or in connection with the contract between DIRECTORATE OF TOURISM and the Successful bidder, which has not been settled amicably, any party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act, 1996. Such disputes shall be referred to an Arbitral Tribunal consisting of three arbitrators, one each to be appointed by the DIRECTORATE OF TOURISM and the successful bidder, the third arbitrator shall be chosen by the two arbitrators so appointed by the parties and shall act as Presiding Arbitrator. In case of failure of the two arbitrators, appointed by the parties to reach a consensus regarding the appointment of the third arbitrator within a period of 30 days from the date of appointment of the two arbitrators, the Presiding arbitrator shall be appointed by the Contact Person, DIRECTORATE OF TOURISM. The Arbitration and Conciliation Act, 1996 and any statutory modification or re-enactment thereof, shall apply to these arbitration proceedings. However, directorate may prefer to the institution arbitration for which the bidder must give his agreement without any terms-conditions.

— Arbitration proceedings shall be held in Mumbai, India and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.

— The decision of the majority of arbitrators shall be final and binding upon both parties. The expenses of the arbitrators as determined by the arbitrators shall be shared equally by DIRECTORATE OF TOURISM and the successful bidder. However, the expenses incurred by each party in connection to the preparation, presentation shall be borne by the party itself. All arbitration awards shall be in writing and shall state the reasons for the award.

23

Directorate of Tourism, Government of Maharashtra

3.3 Taxes and Duties

The successful bidder shall be entirely responsible for all taxes (excluding Goods and Service Tax), stamp duties, license fees, and other such levies imposed, etc.

3.4 Confidentiality Clause

DIRECTORATE OF TOURISM and the successful bidder shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract.

The Successful Bidder shall not use the documents, data, and other information received from DIRECTORATE OF TOURISM for any purpose other than the services required for the performance of the Contract.

3.5 Change in Laws and Regulations

Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the successful Bidder has thereby been affected in the performance of any of its obligations under the Contract.

3.6 Force Majeure

The successful bidder shall not be liable for termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purposes of this Clause, Force Majeure means an event or situation beyond the control of the successful bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the successful bidder. Such events may include, but not be limited to, acts of DIRECTORATE OF TOURISM in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes. If a Force Majeure situation arises, the successful Bidder shall promptly notify DIRECTORATE OF TOURISM in writing of such condition and the cause thereof. Unless otherwise directed by DIRECTORATE OF TOURISM in writing, the successful Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

24

Directorate of Tourism, Government of Maharashtra

3.7 Change Orders and Contract Amendments

— DIRECTORATE OF TOURISM may at any time order the successful bidder to make changes within the general scope of the contract,

— If any such change causes major deviation in the cost of, or the time required for the successful bidder’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly be amended. Any claims by the successful bidder for adjustment under this Clause must be asserted within 30 days from the date of the successful bidder’s receipt of DIRECTORATE OF TOURISM’s change order.

— Prices to be charged by the successful bidder for any Related Services that mightbe needed but which were not included in the Contract shall be agreed upon in advance by the parties, and shall not exceed the prevailing rates charged to other parties by the successful Bidder for similar services.

3.8 Extensions of Time

— If at any time during performance of the Contract, the successful bidder should encounter conditions impeding timely delivery of the Services, the successful bidder shall promptly notify DIRECTORATE OF TOURISM in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the successful bidder’s notice, DIRECTORATE OF TOURISM shall evaluate the situation and may at its discretion extend the successful bidder’s time for performance in writing.

— Delay by the successful Bidder in the performance of its Delivery and Completion obligations shall render the Bidder liable for disqualification for any further bids in DIRECTORATE OF TOURISM, unless an extension of time is agreed mutually.

3.9 Termination

3.9.1 Termination by DIRECTORATE OF TOURISM

DIRECTORATE OF TOURISM may, without prejudice to any other remedy for breach of Contract, terminate this Contract in case of the occurrence of any of the events specified in this GCC Clause 3.9.1. In such an occurrence, DIRECTORATE OF TOURISM shall give not less than 30 days’ written notice of termination to the successful bidder.. 1. If the successful bidder does not remedy a failure in the performance of its obligations under the Contract, within thirty (30) days after being notified or within any further period as DIRECTORATE OF TOURISM may have subsequently approved in writing. 2. If the successful bidder becomes insolvent or goes into liquidation, or receivership whether compulsory or voluntary. 3. If the successful bidder, in the judgment of DIRECTORATE OF TOURISM has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

25

Directorate of Tourism, Government of Maharashtra

4. If, as the result of Force Majeure, the successful bidder is unable to perform a material portion of the Services for a period of not less than 60 days. 5. If the successful bidder submits to the DIRECTORATE OF TOURISM a false statement which has a material effect on the rights, obligations or interests of DIRECTORATE OF TOURISM. 6. If the successful bidder places itself in a position of conflict of interest or fails to disclose promptly any conflict of interest to DIRECTORATE OF TOURISM. 7. If the successful bidder fails to provide the quality services as envisaged under this Contract, DIRECTORATE OF TOURISM may make judgment regarding the poor quality of services, the reasons for which shall be recorded in writing. DIRECTORATE OF TOURISM may decide to give one chance to the successful Bidder to improve the quality of the services. 8. If the successful bidder fails to comply with any final decision reached as a result of arbitration proceedings. 9. In the event DIRECTORATE OF TOURISM terminates the Contract in whole or in part, pursuant to GCC Clause 3.9.1, DIRECTORATE OF TOURISM may procure, upon such terms and in such manner as it deems appropriate, services similar to those undelivered or not performed, and the successful bidder shall be liable to DIRECTORATE OF TOURISM for any additional costs for such similar services. However, the successful bidder shall continue performance of the Contract to the extent not terminated.

3.9.2 Termination by Bidder

The successful bidder may terminate this Contract, by not less than 30 days’ written notice to DIRECTORATE OF TOURISM, such notice to be given after the occurrence of any of the events specified in paragraphs (1) through (4) of this GCC Clause 3.9.2. 1. If DIRECTORATE OF TOURISM fails to pay any money due to the Successful bidder pursuant to this Contract and not subject to dispute pursuant to GCC Clause 4.8 hereof, within 30 days after receiving written notice from the successful bidder that such payment is overdue.

2. If, as the result of Force Majeure, the successful bidder is unable to perform a material portion of the Services for a period of not less than 60 days.

3. If DIRECTORATE OF TOURISM fails to comply with any final decision reached as a result of arbitration pursuant to GCC Clause 4.8 hereof.

4. If DIRECTORATE OF TOURISM is in material breach of its obligations pursuant to this Contract and has not remedied the same within 30days (or such longer period as the successful bidder may have subsequently approved in writing) following the receipt by DIRECTORATE OF TOURISM of the Successful bidder’s notice specifying such breach.

26

Directorate of Tourism, Government of Maharashtra

3.10 Payment upon Termination

a. Upon termination of this Contract pursuant to GCC Clauses 3.9.1 or 3.9.2, the DIRECTORATE OF TOURISM shall make the following payments to the Successful bidder:

— If the Contract is terminated pursuant to GCC Clause 3.9.1 or 3.9.2, remuneration for Services satisfactorily performed prior to the effective date of termination.

— If the agreement is terminated pursuant of GCC Clause 3.9.1 (1) to (3), (4), (5), (6), (7), (8) and (9), the successful bidder shall not be entitled to receive any agreed payments upon termination of the contract. However, the DIRECTORATE OF TOURISM may consider making a payment for the part satisfactorily performed on the basis of Quantum Merit as assessed by it, if such part is of economic utility to the DIRECTORATE OF TOURISM. Applicable under such circumstances, upon termination, the DIRECTORATE OF TOURISM may also impose liquidated damages. The successful bidder will be required to pay any such liquidated damages to DIRECTORATE OF TOURISM within 30 days of termination date.

3.11 Assignment

— The successful Bidder shall not assign, in whole or in part, their rights and obligations under this Contract to any third party, except with prior written consent of the other party."

3.12 Indemnity

— Bidder shall indemnify, protect and save DIRECTORATE OF TOURISM against all claims, losses, costs, damages, expenses, action suits and other proceeding, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the hardware / software supplied by him.

3.13 Publicity

— Any publicity by the Bidder in which the name of DIRECTORATE OF TOURISM is to be used should bedone only with the explicit written permission of the DIRECTOR, DIRECTORATE OF TOURISM.

3.14 Risk Purchase Clause

— In case the selected Bidder fails to execute the project as stipulated in the delivery schedule, Contact Person, DIRECTORATE OF TOURISM, reserves the right to procure similar services from alternate sources at the risk, cost and responsibility of the Bidder. Before taking such a decision, DIRECTORATE OF TOURISM would give a notice period of 1 month.

27

Directorate of Tourism, Government of Maharashtra

3.15 Data Ownership

— All the data created as the part of the project would be owned by DIRECTORATE OF TOURISM. Successful Bidder shall take utmost care in maintaining security, confidentiality and backup of this data.

3.16 Changes in Tax Rates

— Current taxes rates have been used in arriving at the final prices. However any change in the statuary taxes during the term of the contract/agreement shall not be passed on to the directorate.

28

Directorate of Tourism, Government of Maharashtra

4 Guidelines for Pre-Qualification Bid

4.1 Check-list for the documents to be included in the Pre-Qualification Envelope

<<< Include Checklist as per the Prequalification Criteria clause no. 1.25 with RFP response Page reference of documents submitted>>>

29

Directorate of Tourism, Government of Maharashtra

4.1.1. Pre-Qualification Cover Letter

(To be submitted on the letterhead of the bidder)

Place

Date

To

The Director (Tourism), Directorate of Tourism, Government of Maharashtra, th Apeejay House, 4 Floor, 3 DinshawVacha Road, Churchgate, Mumbai-400020.

Subject: Submission of proposal in response to the Request For Proposal (RFP) for Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)

Ref: RFP Notification number

Dear Sir, Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional services as required and outlined in the RFP for the Appointment of Consultant for the Project “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)”.

We attach hereto our responses to Initial filter requirements and technical & financial proposals as required by the RFP. We confirm that the information contained in these responses or any part thereof, including the exhibits, and other documents and instruments delivered or to be delivered to DIRECTORATE OF TOURISM, is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements therein do not in whole or in part mislead the DIRECTORATE OF TOURISM in its short- listing process.

We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the selection process, we are liable to be dismissed from the selection process or termination of the contract during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and also agree to abide by this tender response for a period of 120 days from the date of submission of Bid. We hereby declare that in case the contract is awarded to us, we

30

Directorate of Tourism, Government of Maharashtra

shall submit the contract performance guarantee bond in the form prescribed the RFP.

We agree that you are not bound to accept any tender response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection.

______

Signature of Authorized Signatory (with official seal)

Name:

Designation:

Address:

Telephone & Fax:

E-mail address:

31

Directorate of Tourism, Government of Maharashtra

4.1.2. Format to share Financial Details

(To be submitted Profit & Loss Account and Balance Sheet of the bidder on its letter head) 1. Annual Turnover of the bidder Sr. No. Years Turnover Details in Rs.

A 2019 – 20 or 2019 B 2018 – 19 or 2018 C 2017 – 18 or 2017 D 2016 – 17 or 2016 E 2015 – 16 or 2015 Average Annual Turnover (A+B+C+D+E)/5

Balance sheet and Profit & Loss account statement of the Bidder for each of the last 5 financial years as issued by the Chartered Accountant.

4.1.3. Format to share Bidder’s/ Firms Particulars The Table below provides the format in which general information about the bidder must be furnished. Sr. No. Information Details

1. Name of Bidding firm: 2. Address and contact details of Bidding firm: 3. Firm Registration Number and Year of Registration 4. Web Site Address 5. Area of Business/Services of the Firm/Company 6. Status of Company (Public Ltd., Pvt. Ltd., etc.) Company’s Goods and Service Tax Registration No. (if Indian 7. Firm) Company’s Permanent Account Number (PAN) (if Indian 8. Firm) Name, Designation and Address of the contact person to whom 9. all references shall be made regarding this RFP: 10. Telephone number of contact person: 11. Mobile number of contact person: 12. Fax number of contact person: 13. E-mail address of contact person:

We hereby declare that our proposal submitted in response to this RFP is made in good faith, and the information contained is true and correct to the best of our knowledge and belief. Sincerely, Date:

(Signature)

Name

In the capacity of

[Seal / Stamp of bidder]

32

Directorate of Tourism, Government of Maharashtra

4.2. Format for Declaration by the bidder for not being Blacklisted / Debarred (To be submitted on the Letterhead of the responding company/bidder) Date: dd/mm/yyyy

To Director (Tourism), Directorate of Tourism, Government of Maharashtra, Apeejay House, 4th Floor, 3 DinshawVacha Road, Churchgate, Mumbai-400020.

Sub: Declaration for not being debarred / black-listed by Central / any State Government department in India as on the date of submission of the bid

Ref: RFP Notification number

Dear Sir,

I, authorized representative of ______, hereby solemnly confirm that the Company ______is not banned by the Government of Maharashtra/ Any other state government/ Government of India which includes any Government Department, Public Sector Undertakings of the Government, Statutory Boards formed by the Government, Local Bodies in the State, Co-operative Institutions in the State, Universities and Societies formed by the Government for any reason as on last date of submission of the Bid. In the event of any deviation from the factual information/ declaration, DIRECTORATE OF TOURISM, Government of Maharashtra reserves the right to reject the Bid or terminate the Contract without any compensation to the Company.

Thanking you,

Yours faithfully,

______Signature of Authorized Signatory (with official seal)

Date: Name: Designation: Address: Telephone & Fax: E-mail address:

33

Directorate of Tourism, Government of Maharashtra

5 Guidelines for Technical Proposal

5.1 Check-list for the documents to be included in the Technical Qualification Envelope

<<< Include Checklist as per the Technical Evaluation Criteria clause no. 1.28 with RFP response Page reference of documents submitted>>> 5.1.1. Technical Proposal Cover Letter (To be submitted on the Letterhead of the responding firm) Date: dd/mm/yyyy

To The Director (Tourism), Directorate of Tourism, Government of Maharashtra, Apeejay House, 4th Floor, 3 DinshawVacha Road, Churchgate, Mumbai-400020.

Sub: Selection of Bidder for the Project “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)”

Ref: RFP Notification number -

Dear Sir,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional services as required and outlined in the RFP for Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra).

We attach hereto the technical response as required by the RFP, which constitutes our proposal. We undertake, if our proposal is accepted, to adhere to the implementation plan (Project schedule) for providing Professional Services in “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)“, put forward in RFP or such adjusted plan as may subsequently be mutually agreed between us and DIRECTORATE OF TOURISM or its appointed representatives.

If our proposal is accepted, we agree that a performance security of 5% (i.e. 5% of the fees proposed by winning bidder) will be withheld from each payment.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and also agree to abide by this tender response for a period of 120 days from the date of submission of Bid and it shall remain binding upon us with full force and virtue, until within this period a formal contract is prepared and executed, this tender response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us and DIRECTORATE OF TOURISM.

34

Directorate of Tourism, Government of Maharashtra

We confirm that the information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to DIRECTORATE OF TOURISM is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead DIRECTORATE OF TOURISM as to any material fact.

We agree that you are not bound to accept any tender response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Date: (Signature)

(Name) (In the capacity of) [Seal / Stamp of bidder] Witness Signature: Witness Name: Witness Address: ------

35

Directorate of Tourism, Government of Maharashtra

5.1.2. Format to Project Citation The Bidder is required to submit the project citations in brief with the following information (for the projects he is mentioning for pre-qualification criteria):

a. Project Name b. Project executed as Single Bidder/Consortium Member/ Sub Contractor c. Client Name d. Date of Work Order e. Project Duration (In Months) f. Completed/ On going g. Start Date(month/year) h. Completion Date (month/year) i. Project Value j. Description of the services provided. k. Proof of Agreement/Contract (enclosed/attached)

36

Directorate of Tourism, Government of Maharashtra

6 Guidelines for Financial Proposal

6.1 Financial Proposal Cover Letter

(To be submitted on the Letterhead of the bidder)

Date: dd/mm/yyyy

To The Director (Tourism), Directorate of Tourism, Government of Maharashtra, th Apeejay House, 4 Floor, 3 DinshawVacha Road, Churchgate, Mumbai-400020.

Subject: Submission of proposal in response to the RFP for Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra).

Ref:

Dear Sir,

We, the undersigned, offer to provide the services for “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)” in accordance with your Request for Proposal dated [Insert Date]. Our attached Financial Proposal for is for the sum of [Insert amount(s) in words and figures]. We are aware that any conditional financial offer will be outright rejected by DIRECTORATE OF TOURISM. This amount is including all the taxes but excluding GST as 18 % of the bid amount (if GST is applicable).

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 (120 days) from the date of submission of Bid. We hereby declare that our Tender is made in good faith, without collusion or fraud and the information contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender/RFP is binding on us and that you are not bound to accept a Tender/RFP you receive. We confirm that no Technical deviations are attached here with this commercial offer.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Date and Stamp of the signatory Name of Firm:

37

Directorate of Tourism, Government of Maharashtra

6.2 Financial Proposal Submission Form Financial Quote

Tender (RFP) Inviting Authority: Director (Tourism), DIRECTORATE OF TOURISM, Mumbai

Name of Work: Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra). Contract No: DIRECTORATE OF TOURISM/Works/RFP/01

Sl. Item Description Quantity Units BASIC TOTAL TOTAL AMOUNT No. RATE In AMOUNT In Words Figures To Without be entered Taxes by the Bidder Rs. P

1 2 3 4 5 6 7 1 Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli,Dist. Sindhudurg (Maharashtra) 1.01 Lump Sum Consultancy Fees 1.000 Lump Sum 0.000 INR Zero Only

Total in Figures 0.000 INR Zero Only

38

Directorate of Tourism, Government of Maharashtra

PRICE SCHEDULE

• Bidder to undertake or Note that : 1. Bidder shall quote lump sum cost for both the locations (fees/cost for both locations put together as a one single project/assignment). 2. Bidder Should note that Goods & Service Tax applicable to this project will be paid separately. Bidder has to quote his rate without Good & Service Tax

• Bidder to undertake that, “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., one hundred and twenty days (120) from the last date notified for submission of the proposal.”

Note:-Please note that Bidder has to submit his quote in online mode. Bidder should download financial bid format which is uploaded online and Fill up (In numeric & In Words both) his quote and upload in Financial Envelope(Online Mode)

39

Directorate of Tourism, Government of Maharashtra

7 Annexure 7.1. Annexure I - Non-Disclosure Agreement [Company Letterhead] This AGREEMENT (hereinafter called the “Agreement”) is made on the [day] day of the month of [month],[year], between, Directorate of Tourism, Government of Maharashtra on the one hand, (hereinafter called the “DIRECTORATE OF TOURISM”) and, on the other hand, [Name of the Bidder] (hereinafter called the “Bidder”) having its registered office at [Address] WHEREAS 1. The “DIRECTORATE OF TOURISM” has issued a public notice inviting various organizations for provision of for “Appointment of Consultant for Establishing OR Setting up Temporary Seasonal Structures for Beach Shacks, Deck-Beds, Umbrellas, huts and other Structures at Kunkeshwar and Tarkarli, Dist. Sindhudurg (Maharashtra)”; 2. The Bidder, having represented to the “DIRECTORATE OF TOURISM” that it is interested to bid for the proposed Project, 3. The DIRECTORATE OF TOURISM and the Bidder agree as follows: a) In connection with the “Project”, the DIRECTORATE OF TOURISM agrees to provide to the Bidder a detailed document on the Project vide the Request for Proposal document. The Request for Proposal contains details and information of the DIRECTORATE OF TOURISM operations that are considered confidential. b) The Bidder to whom this information (Request for Proposal) is disclosed shall – i. hold such information in confidence with the same degree of care with which the Bidder protects its own confidential and proprietary information; ii. restrict disclosure of the information solely to its employees, other member with a need to know such information and advice those persons of their obligations hereunder with respect to such information; iii. use the information only as needed for the purpose of bidding for the Project; iv. except for the purpose of bidding for the Project, not copy or otherwise duplicate such information or knowingly allow anyone else to copy or otherwise duplicate such information; and v. undertake to document the number of copies it makes vi. on completion of the bidding process and in case unsuccessful, promptly return to the DIRECTORATE OF TOURISM, all information in a tangible form or destroy such information 4. The Bidder shall have no obligation to preserve the confidential or proprietary nature of any information which: a) was previously known to the Bidder free of any obligation to keep it confidential at the time of its disclosure as evidenced by the Bidder’s written records prepared prior to such disclosure; or b) is or becomes publicly known through no wrongful act of the Bidder; or c) Is independently developed by an employee, agent or contractor of the Bidder not associated with the Project and who did not have any direct or indirect access to the information.

5. The Agreement shall apply to all information relating to the Project disclosed by the DIRECTORATE OF TOURISM to the Bidder.

40

Directorate of Tourism, Government of Maharashtra

6. DIRECTORATE OF TOURISM will have the right to obtain an immediate injunction enjoining any breach of this Agreement, as well as the right to pursue any and all other rights and remedies available at law or in equity for such a breach. 7. DIRECTORATE OF TOURISM reserves the right to share the information received from the bidder under the ambit of RTI Act. 8. Nothing contained in this Agreement shall be construed as granting or conferring rights of license or otherwise, to the Bidder, on any of the information. Notwithstanding the disclosure of any information by the DIRECTORATE OF TOURISM to the Bidder, the DIRECTORATE OF TOURISM shall retain title and all intellectual property and proprietary rights in the information. No license under any trademark, patent or copyright, or application for same that are now or thereafter may be obtained by the DIRECTORATE OF TOURISM is either granted or implied by the conveying of information. The Bidder shall not alter or obliterate any trademark, trademark notice, copyright notice, confidentiality notice or any notice of any other proprietary right of the DIRECTORATE OF TOURISM on any copy of the information, and shall reproduce any such mark or notice on all copies of such information. 9. This Agreement shall be effective from the date of signing of this agreement and shall continue perpetually. 10. Upon written demand of the DIRECTORATE OF TOURISM, the Bidder shall (i) cease using the information, (ii) return the information and all copies, notes or extracts thereof to the DIRECTORATE OF TOURISM forthwith after receipt of notice, and (iii) upon request of the DIRECTORATE OF TOURISM, certify in writing that the Bidder has complied with the obligations set forth in this paragraph. 11. This Agreement constitutes the entire Agreement between the DIRECTORATE OF TOURISM and the Bidder relating to the matters discussed herein and supersedes any and all prior oral discussions and/or written correspondence or agreements between the two parties. This Agreement may be amended or modified only with the mutual written consent of the parties. Neither this Agreement nor any right granted hereunder shall be assignable or otherwise transferable. 12. Confidential information is provided “As-Is”. In no event shall the DIRECTORATE OF TOURISM be liable for the accuracy or completeness of the confidential information. 13. This agreement shall benefit and be binding upon the DIRECTORATE OF TOURISM and the Bidder and their respective subsidiaries, affiliate, successors and assigns. 14.This agreement shall be governed by and construed in accordance with the Indian laws. For and on behalf of the Bidder

(Signature) (Name of the authorized Signatory) Designation : Date : Time : Seal : Business Address:

41

Directorate of Tourism, Government of Maharashtra

Annexure-II 7.2Format of the agreement to be signed with the Directorate of Tourism by the successful bidder

AGREEMENT (On Rs. 100 Stamppaper)

This agreement is made on the (Day) ___ of (Month)______, 2020 between The Director (Tourism), Directorate of Tourism, Government of Maharashtra, Apeejay House, 4th Floor, 3 DinshawVacha Road, Churchgate, Mumbai-400020(hereinafter called the “Directorate of Tourism” as the one part) and ______(Name & Address of Architect). (Hereinafter called as the “Consultant” as the other part). Whereas the Directorate of Tourism is desirous of carrying out work of “------(Name of Work)” and desires to have the services of consultant and other required services to complete the work from the consultants. For the purpose of this agreement AND WHEREAS the Consultant has agreed to render the required professional Project Management Services as Architect to the Directorate of Tourismfor the said work (i.e. the scope of the work as stipulated in the Request for Proposal- RFP). NOW IT HEREBY AGREED AS FOLLOWS: I. WHEREAS the Directorate of Tourism in tends to do the work of “Name of Work” and is in the need of the professional services of the Consultant for the Project Management Consultation for the said purpose. II. WHEREAS the Consultant have offered to render service to the Directorate of Tourism in accordance with terms of Directorate of Tourism and that the Directorate of Tourism have accepted their offer and conditions herein contained have been mutually agreed upon between the parties. III. NOW THESE PRESENTS WITNESS that Directorate of Tourism hereby engage the services of Name & Address of the Consultant in connection with the work of “Name of Work”, upon the terms and conditions herein contained. Definition  Engineer-In-Charge means the Executive Engineer, Directorate of Tourism, who shall be in-charge of the project regarding all technical matters.  Deputy Engineer/Junior Engineer (Works) means representative of the Directorate of Tourism.  Consultants means the Agencies, who are assigned the job of providing services for tendered work.

42

Directorate of Tourism, Government of Maharashtra

Scope and Terms and Conditions – The services to be rendered by the Consultants for the tendered work, fees payable and other terms and conditions of the agreement shall be as per the RFP document stipulations which are used while awarding the work. All the contents of the RFP document used for e-tendering, amendments-deviations done while tendering process is on, submissions done by the bidder (i.e. all the documents submitted by the bidder during e-tendering process OR in response to RFP), negotiations done (if any), letter of acceptance or letter of intent and work order shall form a part of this agreement and both the parties agrees to follow the stipulations scrupulously.

IN WITNESS WHEREOF THE PARTIES hereto have executed these presents in the presence of witness attesting hereunder:

Signature with stamps:

(1) Consultancy Firm/ Successful Bidder

(2) Executive Engineer Directorate of Tourism, Mumbai-20.

(3) Witness-1 with address:-

(4) Witness-2 with address:-

Place: Date :

43

Directorate of Tourism, Government of Maharashtra

Annexure-III

7.3Guidelines for the Consultants while performing their duties during the course of tendered assignment (Please note that the guidelines are tentative but mandatory and cost for fulfilling all these duties as per the guidelines shall be borne by the consultants):

The CONSULTANT shall provide comprehensive services broadly described hereinafter: 7.3.1 Conceptual design stage

The CONSULTANT shall -

(i) Be responsible for developing the Design Brief Details (regarding electrical services, Furniture, Interior, Fire fighting, HVAC, CCTV Surveillance, sanitary, ICT, etc.), its arrangement, Area Statement, and detailed specifications, etc. (ii) Develop a phased roadmap for integration of the whole project. (iii) Develop Integral Plan acceptable to Directorate. (iv) Interact with Directorate of Tourism/ User Department, modify the concept design, if required, incorporating necessary changes and submit revised/modified design with reference to the requirements given, providing details of useful area, circulation area, services and broad specifications etc. (v) Obtain approval of final Concept Plan from Competent Authority. (vi) Propose methodology for execution of work having regard to various facilities already operating at site. (vii) Steps (i) to (vi) shall be repeated as per requirement and as directed by Engineer In-charge. (viii) All concerned experts in all fields shall remain present at every stage during finalisation of conceptual design.

7.3.2 Preliminary Drawings/Design Stage:

The CONSULTANT shall

(i) Arrange clearance certificates (MPCB/ CPCB/ Environment/ Local Authority, MCZMA, etc.) from the concerned authorities as per requirement. The fee for such clearances will be borne by the Directorate of Tourism. (ii) Prepare report on site evaluation. (iii) Carry out detailed investigations necessary for facilitating design of various structures/ Services. (iv) Conduct detailed survey of the project site by arranging visit to the site. (v) Carry out surveys of all existing services in site area. (vi) Undertake preliminary planning on the basis of approved concept design and observations of Directorate of Tourism. (vii) Prepare and submit preliminary drawings, designs, specifications, etc. (viii) Suitably modify the preliminary drawings, designs, etc. as discussed with Directorate of Tourism. (ix) Prepare detail estimates and obtain Technical sanction of competent authority as per PWD norms based on schedules of rates and get them sanctioned from Competent Authority.

44

Directorate of Tourism, Government of Maharashtra

(x) Submit drawings to local bodies, etc. for clearance and arrange approval. The fee for such clearances will be borne by the Directorate of Tourism. (xi) Obtain approval of Competent Authority with regard to various specifications & finishes to be provided in the proposed buildings. (xii) Proof checking/ Vetting of Architectural drawings of all facilities shall be got done through CONSULTANT. (xiii) Obtain the necessary permission from Competent authority / Local authority including fire &fire fighting, arrange water supply connection, Drainage connection, Electrical Connection, and other necessary approvals, NOC’s and permissions required for the Project at any stage of the project. The fee for such clearances shall be borne by the Directorate of Tourism OR shack allottee OR facility allottee. (xiv) Steps (i) to (xiii) shall be repeated as per requirement and as directed by Engineer in-charge.

7.3.3 Detailed Design Stage

The CONSULTANT shall

(i) Carry out detailed investigations necessary for facilitating design of various structures. (ii) Prepare detailed Architectural drawings(regarding electrical services, Furniture, Interior, Fire fighting, HVAC (if any), CCTV Surveillance, sanitary, etc.), including drawings showing details of all utilities and internal & external services, specifications after incorporating all revision with integration of all services. (iii)Prepare complete Architectural(regarding electrical services, Furniture, Interior, Operation theatres, Fire fighting, HVAC (if any), CCTV Surveillance, electronic digital display ,sanitary, etc.), and services design & drawings, working details, schedules, sanitary and plumbing details, communication and networking plan, Data storage and analysis research, Wi-Fi, internet at specific stations, call system, fire detection, Fire protection and fighting systems, water supply and sewerage details, Detailed Furniture layout for all units and its specification, Electrical layout and details, integration of all systems and services, Operating Workflows and systems, Security system, schedule of finishes, bill of quantities as per PWD Schedule of rates to describe the whole project adequately and get them approved from Competent Authorities and from all the local bodies, etc. The CONSULTANT will provide 05 sets of drawings to the Directorate of Tourism.

7.3.4 BID PROCESS MANAGEMENT (For Directorate Funded works only) Assisting Engineer- in – charge to decide post- qualification criteria of contractors.

Preparation of tender documents including specifications and bill of quantities, drawings etc. and get approvals to them from Competent Authorities. The Engineer- in-charge will invite the tenders in standard B-1 or B-2 or lump-sum format of tender through wide publicity in newspapers ensuring competitiveness in addition to placing Tender on the website

45

Directorate of Tourism, Government of Maharashtra

The Competent Authority of Directorate of Tourism shall hold pre-tender meeting in a pre-determined manner and offer clarifications, if any, sought by the tenderers. The clarifications relating to the RFP shall be drawn up by the Engineer-in-charge with the help of CONSULTANT and, the same shall be issued to the intending tenderers with due approval from Competent Authority. The clarifications issued shall form a part of the main Contract document for the work.

The Competent Authority of Directorate of Tourism shall receive and open the tenders in the pre-determined manner, on the appointed date and time, in the presence of other intending tenderers. The Engineer-in-charge shall thereafter issue Letter of Acceptance to the selected Contractor(s) and take further necessary actions in accordance with the tender conditions. It shall be the duty and responsibility of the Competent Authority regarding acceptance or rejection of the tenders received. The Competent Authority shall have absolute right to accept or reject any or all tenders without assigning any reason whatsoever and the decision of the Competent Authority shall be final and binding on all the parties.

The Engineer-in-charge shall execute the Contract with the successful tenderers through Executive Engineer, Directorate of Tourism in the format prescribed in the tender document on a stamp paper of appropriate denomination. The Government/ Directorate of Tourism in its sole discretion, at this stage, may augment/ diminish the Scope of work or cause to take some part of the Project in later stage. The Government/ Directorate of Tourism in its sole discretion, shall get the Project completed and/ or services delivered through different Consultant/ Agency from this stage onwards i.e., from the stage of preparation of Draft Tender Papers (DTP).

Part of the project work or all project components may be got executed through the facility allotee OR private person. In such case, consultant to assist the allotee OR private person during all stages of the execution of the facility from his own funds, till the facility/components are complete. Co

7.3.5 EXECUTION STAGE ACTIVITIES

(a)Execution & Commissioning CONSULTANT through Engineer-in-charge shall be responsible for executing and commissioning the work and shall be responsible for getting the work done as per approved designs. Towards this the Engineer-in-charge shall engage various contractors and suppliers and enter into Project Contracts with such contractors and suppliers. The CONSULTANT shall be responsible to assist Engineer-in-charge for the soft commissioning, shakedown, final commissioning and hand over of the facility in functional order/condition to the Directorate of Tourism. Complete work or part of work may be executed by Directorate (from Govt. funds) OR by the shack/facility allottee (from his own funds) and consultant shall deliver his duties as stipulated in 7.3.5 for both, i.e. for the work executed through directorate funds OR through the allotee’s funds. (b)Supervision (i) Carry out checking and verification of the setting-out data for the Contractor’s or shack allotee’s work including lines, levels and layout to ensure conformity with the working drawings,

46

Directorate of Tourism, Government of Maharashtra

(ii) Initiate advance actions for handing over of site and / or issue of drawings with the help of Engineer-in-charge. (iii) Lay down a proper quality assurance system and ensure conformity to the same by the Contractor, including deputing an exclusive quality control / quality assurance engineer at site of work for all engineering and erection activities (iv) Review Contractor’s or shack allotee’s work programme, suggest modifications, if any, and approve the work programme after a careful study keeping in view the overall interest of the project. (v) Review and approve the erection methods proposed by the Contractor’s or shack allotee’s for carrying out the works to ensure that these are satisfactory with particular reference to the technical requirements, project implementation schedule and environmental aspects as well as safety of works, personnel and the general public. (vi) Regular monitoring of the installations, personnel etc. and ensure the adequacy in accordance with the terms and conditions of the Contract. (vii) Direct the Contractor’s or shack allotee’s to carry out all such works or to take necessary actions as may be necessary to avoid or to reduce the risk in case of any emergency affecting the safety of life or of the works or of the adjoining property and advise the Engineer-in-charge thereof as soon thereafter as is reasonably practicable, including deployment of a safety engineer. (viii) Interpretation of the technical specifications and Contract documents, wherever required. (xi) Inspect the works of Contractor or shack allotee on substantial completion before taking over and indicate to Engineer-in-charge any outstanding work to be carried out by the Contractor. (xii) Assist Engineer-in-charge to carry out all functions of as stipulated in the Contract(s) executed with the Contractor(s) or any other CONSULTANT engaged for the execution of the Project. (xiii) Represent the interest of the Directorate of Tourism, in all matters related to the erection Contract and the proper execution thereof. (xiv) The CONSULTANT shall develop a project schedule, project budget and cash flow statement as soon as major project requirements have been identified, and update periodically. Consultant shall help Contractor or shack allotee both, for developing project schedule, project budget and cash flow statement, etc. (xv) The Directorate of Tourism shall have the right to get the inspection of the work executed through his representatives for quantity and quality check.

7.3.6 Progress of Works

Systematically check the progress of the works and order the initiation of the work which is part of the Contract.

CONSULTANT shall take corrective measures with respect to items executed in non- conformity to the standards as laid down in this document.

Maintain an up-to-date status of all erection activities against the original schedule for completion of works.

Investigate and assist Directorate of Tourism to and initiate early actions with regard to the delays in the execution of works being done by the contractor OR the facility

47

Directorate of Tourism, Government of Maharashtra

allotee. CONSULTANT shall explain in the weekly/monthly progress and special reports the reasons for delays and explain the actions to be taken / already taken to correct the situation. All reports prepared by the CONSULTANT shall be objective and shall substantiate any event / recommendation with factual data and information. The Progress Reports shall contain the pertinent data indicating the comparison between the projected and the actual work done.

Submit method statement of the work indicating timelines for award of various sub works.

7.3.7 Measurement of works and Payment

a. Measurement of works shall be made physically and offline measurement book (or if possible online (e - mb), etc.) be prepared. b. Scrutinize and recommend suitable action on the claims raised by the contractor OR the facility allotee, if any. c. Assist Engineer-in-charge in dealing with matters relating to the audit queries, compliance to various inspections carried out by the competent authorities and CTE paras.

d. Prepare and submit a detailed statement of closure report of the Project executed by the contractor OR the facility allottee its completion.

7.3.8 COMPLETION CERTIFICATE

a. CONSULTANT will prepare and recommend the Completion Certificate to the Engineer-in-charge on completion of the Project (project completed by the contractor OR the facility allottee )in accordance with the Contract, after due approvals from Competent Authorities. b. CONSULTANT shall submit and procure completion plans to local bodies like District Collector, Municipal Corporation/ Fire/ MPCB/ CPCB, etc. for obtaining completion certificate for the project completed by the contractor OR the facility allotee. Similarly, fitness certificates for operating the facility shall be given by the consultant and also to be obtained by CONSULTANT from the competent authority/ authorities, if any.

7.3.9 MAINTENANCE SCHEDULE:

CONSULTANT will assist Directorate to ensure AMC/CMC (if any) for the structures deployed.

Final measurement sheets (including record drawings) shall be prepared for all works done for carrying up maintenance work.

CONSULTANT shall assist Engineer- in–charge for taking necessary steps for rectification of defects, if any, during the defects liability period, in accordance with the Contract.

7.3.10 MONITORING & REPORTING

(i) The CONSULTANT shall employ modern/latest tools for effective monitoring of the entire project (project executed by the contractor OR the facility allotee), at all stages. (ii) The CONSULTANT will provide regular reports to the Engineer-in-charge on physical and financial progress of the project and such other aspect and in the format required by Directorate of Tourism.

48

Directorate of Tourism, Government of Maharashtra

(iii) The CONSULTANT will develop suitable systems, processes and management systems for operating all facilities to the desired standards. (iv) The CONSULTANT through its concerned Personnel shall interact with Engineer-in- Charge/ Deputy Engineer during their visit to the Project Site. A register shall be maintained for the same. (v) The CONSULTANT including its concerned staff shall be present for the Monthly/ Weekly meeting (or any other meeting with regards to the Project), held on the Site/ Head Office/ any Venue as decided by the Directorate of Tourism/ Engineer- in- Charge. The CONSULTANT shall submit a report of the said meeting to the Engineer- in- Charge, clearly mentioning the actions taken on the instructions given by the Directorate of Tourism/ Engineer- in- Charge/ or any representative of the Engineer- in- Charge. (vi) The Directorate of Tourism/ Engineer- in- Charge may at any time, call to be present any Personnel from the CONSULTANT on the Site/ Head Office/ any Venue as decided by the Directorate of Tourism/ Engineer- in- Charge, as and when required with prior communication.

7.3.11 DEFECT LIABILITY PERIOD:

The Defect Liability Period shall be a period of 06 Months after completion of Project.

7.3.12 BIDDERS TO SPECIFICALLY NOTE:

All the bidders to note that, the project is to be conceived as providing livelihood to the local peoples and hence after getting the permission from all the competent authorities to construct/erect the project components, Directorate of Tourism is going to allot the individual units of beach shack (and also CBFC) to the private operator who is from the local area to run for 03 years. The private operator will be erecting the shack and /or the sanctioned facility from his own funds and the shacks will have to be removed or dismantled as and when required (i.e. in monsoon/foul season and after his contract period is over). Hence, the type of erection shall be compliant to the local/environmental friendly material as well as it should be reusable, easy for erection and dismantle. Consultant need to guide, supervise all such activities on behalf of the Directorate of Tourism and shall give their services as mentioned in all above clauses for the facility allotee executed works also, as if the work is government funded work. Consultants shall not charge any fees for such works, which are being executed by the private people from their own funds. Consultant shall deliver his responsibility as stipulated in this documents right up to Completion Certificate (i.e. issuance of Completion Certificate to Directorate funded works and allotee funded work, both).

49