<<

1. Introduction 1

2. Roles of panel of consultants 3

3. Brief scope in various categories of consultants 3

4. Guidelines to be followed for use of empanelled list 5

5. Step by step guide for consultants 5

6. ANNEXURE 1 – Category wise empanelled consultants 6

For major ports

7. ANNEXURE 2 – Step by step guide for individual ports to select & appoint 27

consultants from the available panel

8. Appendix

RFQ and clarifications DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

1. INTRODUCTION

Governing body in its 169th meeting held on 30th September, 2016 at , deliberated to expand the role of IPA and establishing the Centres of Excellence in the various functional areas relating to Port Operations and Management to help the Major Ports. It was also discussed that IPA can empanel quality Consultancy firms and individual Consultants in various areas. Once this kind of panel is prepared after open tender process and stringent scrutiny by IPA, Major Ports can make use of this panel and seek only financial bids from those in the panel depending upon the Terms of Reference.

After detailed deliberations, Governing Body identified and approved 42 focus areas in total and also constituted a committee consisting of the following members to guide IPA in finalising the modalities for the empanelment process of Consultants/ Consultancy firms: a) Chairman, IPA b) MD, IPA c) Shri Rinkesh Roy, Chairman, PPT d) ShriI. Jeyakumar, Chairman, MGPT e) Shri P C Parida, Chairman, NMPT f) Shri Cyril C. George, Dy Chairman, CHPT g) Shri S K Madabhavi, CE JNPT

Later on, one more focus area namely „Capacity Building’ was also identified, which make a total of 43 focus area.

The aforesaid 43 focus areas are categorised into the following groups:  Group I – Projects  Group II – Environment, Coastal Management & Green Port Initiatives  Group III – Finance/Taxation/Investment  Group IV – Audit  Group V – Town Planning

Page | 1

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

 Group VI – Legal  Group VII – Disaster Management  Group VIII – Others (Business Development / HR / Welfare)  Group IX – Capacity Building

2. CONSULTANTS

The Consultants fall under Groups I, II, V & VIII pertaining to Projects, Environment, Town Planning and Others respectively of the “Establishment of Centres of Excellence at IPA”. The following is the list of various Focus Areas where projects under which Consultants have been empanelled. Table 1 - Consultant categories under Focus Areas under Centre of Excellence

Focus areas under Centre of Category Consultant Categories Excellence 1a) Marine Construction works General Civil, Mechanical and 1 b) Electrical works Group I - Projects 1c) Railway works 1d) Dredging Works Group II - Environment, Coastal 2 Environmental Works Management & Green Port initiatives Traffic Studies and Logistic 3 a) Group VIII - Others Management Services 3 b) Project Management Group I - Projects

Page | 2

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

3. ROLES OF PANEL OF CONSULTANTS

The Governing Body has approved the following General Guidelines in its 173rd meeting held on 3/11/2017 for use for Empaneled List which will also be applicable to Consultants

a) The Panel is intended to streamline the tendering process for the engagement of Consultants under various categories as depicted in Table 1 above in port projects; enable fast access to firms that have been pre- qualified against relevant criteria; and ensure transparency and accountability through clear definition of the processes and the role and responsibilities of the agencies and the private sector.

b) Where Sponsoring Authorities (Individual Ports) are seeking a quote from a Panel member, the Sponsoring Authority (here Major Ports or their associated entities) concerned should directly approach those members. A full listing of category-wise Panel members and their contact details is provided in Annexure 1.

c) The Panel is valid for a period of three years. During this period, Indian Ports Authority may remove firms from the Panel if it concludes that they have not demonstrated adequate capability of providing the required services in a professional manner or add new firms, after due diligence. Any information on change to Panel membership will be made available through IPA website.

BRIEF SCOPE IN VARIOUS CATEGORIES OF CONSULTANTS AS DEFINED IN RFQ FOR CLASS A & B Marine construction works: This includes port planning and development covering construction of berths along with erection of mechanical and electrical equipment, construction of breakwaters, reclamation.

General civil, mechanical and electrical works: This includes all general civil

Page | 3

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

engineering works viz. architectural services, construction of buildings, pavements and roads, yards for storage, warehouses and sheds, water supply and drainage system including its infrastructure. General Mechanical and Electrical works in port works.

Railway works: This includes laying of new railway lines, revamping of existing railway lines, interlocking, signalling, development of inter-change yards and marshalling yards including drainage planning, platforms etc.

Dredging works: This includes capital and maintenance dredging works.

Environmental works: This includes preparation of environmental study reports including feasibility, risk analysis, soil investigation, environmental impact assessment, estimation of environmental protective measures, mechanical dust suppression system, sewage treatment plants, land protection including tree plantation, environmental control and monitoring studies etc.

Traffic studies and logistics management services: This includes various traffic studies, Port and hinter-land connectivity, CFS, ICD, Marketing etc.

Project Management services: This includes detailed engineering drawings, tender documents preparation, evaluation of offers and project execution supervision, etc.

Note: Class A - Consultancy for the Projects with estimated cost of Project is more than Rs. 200 Cr. Class B - Consultancy for the Projects with estimated cost of Project is upto Rs. 200 Cr. Firms who empanelled for the Class A shall get qualified automatically for Class B

Page | 4

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

4. GUIDELINES TO BE FOLLOWED FOR USE OF EMPANELLED LIST

The Governing Body has provided the following General Guidelines for use for Empanelled List which will also be applicable to Consultants

i. If estimated consultancy fee is Rs. 2 crores and above, then only Category-A empanelled list will be used. If estimated consultancy fee is less than Rs. 2 crores, then the Ports are at their discretion to use any of the empanelled lists or combined lists viz. Categories A, B, C & D.

ii. While inviting price bid, Resume/CVs of the team deployed for a particular project shall be asked for and those CVs shall be evaluated based on QCBC compliance i.e. evaluated on 70:30 basis.

iii. While giving an advertisement, minimum 21 days‟ time shall be given for submission of offers (i.e. Price Bid plus CVs).

5 STEP BY STEP GUIDE FOR CONSULTANTS

Annexure 2 provides a summary of the steps that Sponsoring Authorities (Individual Ports) need to take in determining whether the Panel is applicable to their requirements, and the procedure in appointing Panel members to act as Consultants

6 OTHERS:

A) Minimum Qualification of Full Time Equivalent (FTE) for professional. i) Technical Personnel : BTech, BE in the specific area of skill as per RFP ii) Other Non-Technical persons: Graduate

B) List of Empanelment will be updated regularly at intervals by IPA.

Page | 5

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category - 1 (a) Marine Construction Works

CLASS A Category A

S. No Name of the Firm and Address Contact Person and Contact Details M /s Royal Haskoningdhv Consulting Pvt. Ltd. Contact Person: Nishi Chandra Contact Number: 0120-4016100 1 Plot no. B9A, 4th Floor, Tower B, Sector 62, Email: [email protected] Noida , Uttar Pradesh - 201301 M /s L&T Infra Engineering Contact Person: Praveen Kumar Contact Number: 044-22509999 2 4th and5th Floor, Triton Square (SKCL Building), Email: [email protected] C3-C7, Thiru-Vi-Ka Industrial Estate, , , - 600032 M /s Tata Consultancy Services Contact Person: S V Deshpande Contact Number: 022-61148181 3 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Email: [email protected] Mumbai, Maharashtra - 400083 M /s AECOM Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 4 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Email: [email protected] Gurgaon, Haryana - 122002 M /s WAPCOS Limited Contact Person: Saurabh Rai Contact Number: 0124-2397388 5 76-c, Sector 18, Email: [email protected] Gurgaon, Haryana - 122015 M /s Pentacle Consultants (I) Pvt Ltd Contact Person: Susmita Pawar Contact Number: 022-66952533 6 B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Email: Andheri (E) , [email protected] Mumbai, Maharashtra - 400072 M/s Limited Contact Person: Sanjay Kumar Singh 7 1, Bhikaji Cama Place, Contact No: 011-26762121 Delhi - 110066 Email: [email protected] M/s Grafix Engineering Consultants Pvt Ltd Contact Person: Shri T Kundu Contact Number: 8 M-3 (2nd Floor) Hauz Khas, Shri Aurbindo Marg, 011-41850099 Delhi - 110016 Email: [email protected] M/s Howe Engineering Project Private Limited Contact Person: Abhinav Joshi Contact No: 011-4950800 9 81 Nehru Place, Email: [email protected] Delhi - 110019

Page | 6

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

S. No Name of the Firm and Address Contact Person and Contact Details

M/s Worley Parsons India Private Limited Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 10 5th Floor, B-Wing, i-think Techno Campus, Off Email: Pokhram Road No.2 [email protected] Thane (West), Maharashtra - 400607 [email protected]

CLASS A Category B

S. No Name of the Firm and Address Contact Person and Contact Details

M/s Voyants Solutions Pvt Ltd Contact Person: Vishnu Saini Contact Number: 0124-4598200 1 403, 4th Floor, Park Centra, Sector 30, NH -8, Email : [email protected] Gurugram, Haryana - 122001 M/s BMT Consultants (India) Pvt Ltd Contact Person: Rajan Narayan Contact Number: 7940028710 2 310 Sarthik Square, S G Highway, Email: [email protected] Ahmedabad, Gujarat- 380054

M/s STUP Consultants Private Limited Contact Person: Mayank Singh Contact Number: 022-40887777, 3 Plot 22-A, Sector 19C, Palm Beach Marg, Vashi, 27896244-45 Navi Mumbai, Maharashtra - 400705 Email: [email protected] M/s Sellhorn Technomech Marine and Contact Person: Sanjit Biswas Infrastructure Consult Pvt. Ltd. in association with Contact Number: 044-300 66107 M/s Selhorn Germany Email: [email protected] 4 Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032 M/s Spectrum Techno Consultants Pvt Ltd in Contact Person: Priyanka Dangde consortium with M/s DY Engineering Contact Number: 022-41115900 5 Email: [email protected] 401, Raikar Bhawan, Plot No.9 Sec-17, Vashi, Navi Mumbai, Maharashtra - 400703

Page | 7

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS A

Category C

S. No Name of the Firm and Address Contact Person and Contact Details

M/s TRACTEBEL Engineering Pvt Ltd Contact Person: Virendra Jha Contact Number: 0124-4698500 1 Intec House 37, Institutional Area, Sector 44, Email: virendra.jha@tract Gurgaon, Haryana - 122002 M/s RITES Ltd Contact Person: R. Saravanan Contact Number: 0124-2571666 2 RITES Bhawan, Plot No. 1, Sector 29, Email: [email protected] Gurgaon, Haryana - 122001

CLASS B

Category C Contact Person and Contact S. No Name of the Firm and Address Details M/s Kitco Limited Contact Person: Jose Davis M Khan 1 P B No. 4407, Femith's , Puthiya Road, Contact Number: 9891016590 Chakkaraparambu, Vennala, Email: [email protected] Ernakulam, Kerala - 682028 [email protected]

Page | 8

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category – 1 (b) General Civil, Mechanical and Electrical Works

CLASS A

Category A

S. No Name of the Firm and Address Contact Person and Contact Details M/s Aarvee Associates Architects Engineers & Contact Person: D.K Subbaraju Consultants Pvt. Ltd. Contact Number: 040-23737633 1 Email: [email protected] Ravula Residency, Srinagar Colony Main Rd., Hyderabad, Andhra Pradesh - 500 089 M /s Royal Haskoningdhv Consulting Pvt. Ltd. Contact Person: Nishi Chandra Contact Number: 0120-4016100 2 Plot no. B9A, 4th Floor, Tower B, Sector 62, Email: [email protected] Noida , Uttar Pradesh - 201301 M /s L&T Infra Engineering Contact Person: Praveen Kumar Contact Number: 044-22509999 3 4th and5th Floor, Triton Square (SKCL Building), Email: [email protected] C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu - 600032 M /s Tata Consultancy Services Contact Person: S V Deshpande Contact Number: 022-61148181 4 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Email: [email protected] Mumbai, Maharashtra - 400083 M /s AECOM India Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 5 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Email: [email protected] Gurgaon, Haryana - 122002 M /s WAPCOS Limited Contact Person: Saurabh Rai Contact Number: 0124-2397388 6 76-c, Sector 18, Email: [email protected] Gurgaon, Haryana - 122015 M /s Pentacle Consultants (I) Pvt Ltd Contact Person: Susmita Pawar Contact Number: 022-66952533 7 B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Email: Andheri (E) , [email protected] Mumbai, Maharashtra - 400072

Page | 9

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

S. No Name of the Firm and Address Contact Person and Contact Details

M/s STUP Consultants Private Limited Contact Person: Mayank Singh Contact Number: 022-40887777, 8 Plot 22-A, Sector 19C, Palm Beach Marg, Vashi, 27896244-45 Navi Mumbai, Maharashtra - 400 705 Email: [email protected] M/s Fichtner Consulting Engineers (I) Pvt Ltd Contact Person: Venkata Ramana Contact Number: 044-45932600 Menon Eternity, Email: [email protected] 9 9th Floor, No. 165, St. Mary's Road, , Chennai - 600018 M/s Tandon Urban Solutions Pvt Ltd in Contact Person: Amit Kumar consortium with Rebel Group International BD. Contact Number: 986768897 10 Email: [email protected] 701 Harbhajan Building CST Kalina Santacruz East, Mumbai, Maharashtra - 40098 M/s Engineers India Limited Contact Person: Sanjay Kumar Singh Contact No: 011-26762121 11 1, Bhikaji Cama Place, Email: [email protected] Delhi - 110066 M/s Grafix Engineering Consultants Pvt Ltd Contact Person: Shri T Kundu Contact Number: 12 M-3 (2nd Floor) Hauz Khas, Shri Aurbindo Marg, 011-41850099 Delhi - 110016 Email: [email protected] M/s Spectrum Techno Consultants Pvt Ltd in Contact Person: Priyanka Dangde consortium with M/s DY Engineering Contact Number: 022-41115900 13 Email: [email protected] 401, Raikar Bhawan, Plot No.9 Sec-17, Vashi, Navi Mumbai, Maharashtra - 400703 M/s Howe Engineering Project Private Limited Contact Person: Abhinav Joshi Contact No: 011-4950800 14 81 Nehru Place, Email: [email protected] Delhi - 110019 M/s Worley Parsons India Private Limited Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 15 5th Floor, B-Wing, i-think Techno Campus, Off Email: Pokhram Road No.2 [email protected] Thane (West), Maharashtra - 400607 [email protected]

Page | 10

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS A

Category B

S. No Name of the Firm and Address Contact Person and Contact Details

M/s Voyants Solutions Pvt Ltd Contact Person: Vishnu Saini Contact Number: 0124-4598200 1 403, 4th Floor, Park Centra, Sector 30, NH -8, Email : [email protected] Gurugram, Haryana - 122001 M/s Structwel Designers and Consultants Pvt Ltd Contact Person: Rubina Basu Head Officer & R & D Unit Contact Number: 022-27841010 2 Structwel, Plot No 15,Sector 24, Off Sion-Panvel Email: [email protected] Highway, Turbhe, Navi Mumbai, Maharashtra - 400705 M/s Kashec Engineers Pvt Ltd Contact Person: Sameer Avinash Kekre Ground Floor Parmar Contact Number: 020-66472235 3 Corporate Lounge Email: [email protected] Plot No. 2999, CST No. 910/10A & 10B, Shivaji Nagar, Pune, Maharashtra - 411005 M/s Xplorer Consultancy Services Pvt Ltd, in JV with Contact Person: Prashant Kumar M/s Proes Consultores, S.A Kundu 4 Contact Number: 0124-4241962 Plot No. 3, First Floor Sarhaul, Sector 18, E-mail: [email protected] Gurgaon, Haryana - 122001

Page | 11

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS A

Category C

S. Contact Person and Contact Name of the Firm and Address No Details

M/s Unison Project Management Pvt Ltd Contact Person: Rekha Shete Contact Number: 020- 1 11-12, Building no.3, SDC Area, Poorananagar Complex, 27492357 Chikali Email: Pune, Maharashtra - 411019 [email protected] M/s Sellhorn Technomech Marine and Infrastructure Contact Person: Sanjit Biswas Consult Pvt. Ltd. in association with M/s Selhorn Germany Contact Number: 044-300 2 66107 Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Email: Chennai, Tamil Nadu - 600032 [email protected] M/s POET Consultants Pvt Ltd Contact Person: R. Venkatadri Contact Number: GR Arcade, 338/A, 2nd Floor, 080-23225333 3 NEXT TO Post Office, Email: [email protected] Dr. Siddaiah Puranik Road, 3rd Stage, 3th Block, Basaveswaranagar, , Karnataka - 560079 M/s DIMTS Ltd (Delhi Integrated Multi-Modal Transit Contact Person: Gaurav System Ltd.) Shrivastava 4 Contact Number: 9891604451 1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Email: [email protected] Delhi - 110006 M/s KICONS Limited Contact Person: Ashok Chachra Contact Number: 020-4100099 5 FD House, Lane No. 5 , Prabhat Road, Email: [email protected] Deccan Gymkhana, Pune, Maharashtra - 411004 M/s IRCLASS Systems & Solutions Private Limited Contact Person: K. Bhardwaj Contact Number: 6 4th Floor, Industrial Services, 022-30519400 52A, Adi Shankaracharya Marg, Powai Email: Mumbai, Maharashtra - 400072 [email protected]

Page | 12

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS B

Category C Contact Person and Contact S. No Name of the Firm and Address Details M/s Kitco Limited Contact Person: Jose Davis M Khan 1 P B No. 4407, Femith's , Puthiya Road, Contact Number: 9891016590 Chakkaraparambu, Vennala, Email: [email protected] Ernakulam, Kerala - 682028 [email protected]

Page | 13

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1 Category 1 (c) Railway Works CLASS A

Category A

S. No Name of the Firm and Address Contact Person and Contact Details

M/s Aarvee Associates Architects Engineers & Contact Person: D.K Subbaraju Consultants Pvt. Ltd. Contact Number: 040-23737633 1 Email: [email protected] Ravula Residency, Srinagar Colony Main Rd., Hyderabad, Andhra Pradesh - 500 089 M /s AECOM India Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 2 5th Floor, Building No. 10B DLF Cyber City, DLF Phase Email: [email protected] 2, Gurgaon, Haryana - 122002

CLASS A

Category B

S. No Name of the Firm and Address Contact Person and Contact Details M /s Tata Consultancy Services Contact Person: S V Deshpande Contact Number: 022-61148181 1 4th Floor, A tower 247 Park LBS Marg, Vikhroli Email: [email protected] (West) Mumbai, Maharashtra - 400083 M /s Pentacle Consultants (I) Pvt Ltd Contact Person: Susmita Pawar Contact Number: 022-66952533 2 B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Email: Andheri (E) , [email protected] Mumbai, Maharashtra - 400072 M/s Worley Parsons India Private Limited Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 3 5th Floor, B-Wing, i-think Techno Campus, Off Email: Pokhram Road No.2 [email protected] Thane (West), Maharashtra - 400607 [email protected]

Page | 14

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS B

Category B Contact Person and Contact S. No Name of the Firm and Address Details M/s Sellhorn Technomech Marine and Contact Person: Sanjit Biswas Infrastructure Consult Pvt. Ltd. in association with Contact Number: 044-300 M/s Selhorn Germany 66107 1 Email: Chennai - 2nd floor, HTC Towers, 41, GST Road, [email protected] Guindy, Chennai, Tamil Nadu - 600032

CLASS A

Category C

S. No Name of the Firm and Address Contact Person and Contact Details M/s Voyants Solutions Pvt Ltd Contact Person: Vishnu Saini Contact Number: 0124-4598200 1 403, 4th Floor, Park Centra, Sector 30, NH -8, Email : [email protected] Gurugram, Haryana - 122001 M/s Howe Engineering Project Private Limited Contact Person: Abhinav Joshi Contact No: 011-4950800 2 81 Nehru Place, Email: [email protected] Delhi - 110019

Page | 15

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category 1 (d) Dredging Works CLASS A Category A

S. No Name of the Firm and Address Contact Person and Contact Details M /s Tata Consultancy Services Contact Person: S V Deshpande Contact Number: 022-61148181 1 4th Floor, A tower 247 Park LBS Marg, Vikhroli Email: [email protected] (West) Mumbai, Maharashtra - 400083 M /s AECOM India Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 2 5th Floor, Building No. 10B DLF Cyber City, DLF Email: [email protected] Phase 2, Gurgaon, Haryana - 122002 M /s Pentacle Consultants (I) Pvt Ltd Contact Person: Susmita Pawar Contact Number: 022-66952533 3 B-406, Pranik Chambers, Saki nara, Saki Vihar Email: [email protected] Road, Andheri (E) , Mumbai, Maharashtra - 400072 M/s Dredging Corporation of India Limited Contact Person: V.K Praviraj

4 Contact Number: 0891-2523250 Dredge House, Port Area, Email: [email protected] Visakhapatanam, Andhra Pradesh - 530 001 Contact Person: Capt. Sudesh L M/s Dredging Solutions Honnavalli

5 Contact Number: 80266552571 591, 10A Main, 44th Cross Block - 5, Jayanagar, Email: [email protected] Bengaluru, Karnataka - 560041 [email protected]

CLASS A

Category B

S. No Name of the Firm and Address Contact Person and Contact Details M /s Royal Haskoningdhv Consulting Pvt. Ltd. Contact Person: Nishi Chandra Contact Number: 0120-4016100 1 Plot no. B9A, 4th Floor, Tower B, Sector 62, Email: [email protected] Noida , Uttar Pradesh - 201301 M /s WAPCOS Limited Contact Person: Saurabh Rai Contact Number: 0124-2397388 2 76-c, Sector 18, Email: [email protected] Gurgaon, Haryana - 122015

Page | 16

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS B

Category B Contact Person and Contact S. No Name of the Firm and Address Details M/s KICONS Limited Contact Person: Ashok Chachra Contact Number: 020-4100099 1 FD House, Lane No. 5 , Prabhat Road, Email: [email protected] Deccan Gymkhana, Pune, Maharashtra - 411004

CLASS A

Category C

S. No Name of the Firm and Address Contact Person and Contact Details

M/s TRACTEBEL Engineering Pvt Ltd Contact Person: Virendra Jha Contact Number: 0124-4698500 1 Intec House 37, Institutional Area, Sector 44, Email: virendra.jha@tract Gurgaon, Haryana - 122002 M/s Sellhorn Technomech Marine and Contact Person: Sanjit Biswas Infrastructure Consult Pvt. Ltd. in association Contact Number: 044-300 66107 with M/s Selhorn Germany Email: [email protected] 2 Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, Chennai, Tamil Nadu - 600032 M/s Howe Engineering Project Private Limited Contact Person: Abhinav Joshi Contact No: 011-4950800 3 81 Nehru Place, Email: [email protected] Delhi - 110019 M/s IRCLASS Systems & Solutions Private Limited Contact Person: K. Bhardwaj Contact Number: 4 4th Floor, Industrial Services, 022-30519400 52A, Adi Shankaracharya Marg, Powai Email: [email protected] Mumbai, Maharashtra - 400072

Page | 17

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

S. No Name of the Firm and Address Contact Person and Contact Details

M/s Worley Parsons India Private Limited Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 5 5th Floor, B-Wing, i-think Techno Campus, Off Email: Pokhram Road No.2 [email protected] Thane (West), Maharashtra - 400607 [email protected]

CLASS B

Category C Contact Person and Contact S. No Name of the Firm and Address Details M/s KICONS Limited Contact Person: Ashok Chachra Contact Number: 020-4100099 1 FD House, Lane No. 5 , Prabhat Road, Email: [email protected] Deccan Gymkhana, Pune, Maharashtra - 411004

Page | 18

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category 1 (e) Rock Dredging Works CLASS A

Category A

S. No Name of the Firm and Address Contact Person and Contact Details M /s Pentacle Consultants (I) Pvt Ltd Contact Person: Susmita Pawar Contact Number: 022-66952533 1 B-406, Pranik Chambers, Saki nara, Saki Email: [email protected] Vihar Road, Andheri (E) , Mumbai, Maharashtra - 400072

M/s Dredging Solutions Contact Person: Capt. Sudesh L Honnavalli

Contact Number: 80266552571 2 591, 10A Main, 44th Cross Block - 5, Email: [email protected] Jayanagar, [email protected] Bengaluru, Karnataka - 560041

CLASS A

Category C

S. No Name of the Firm and Address Contact Person and Contact Details M /s AECOM India Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 1 5th Floor, Building No. 10B DLF Cyber City, Email: [email protected] DLF Phase 2, Gurgaon, Haryana - 122002

Page | 19

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category 2 Environmental Works

The Committee strongly felt that inviting bids for Environmental Works is not an appropriate measure in the present scenario, since such consultancy can be done only by those consultants accredited by National Accreditation Board for Education and Training (NABET). So, the major ports can directly shortlist such accredited agencies for carrying out specific consultancies in their respective fields. Hence, the bids received for the above work were not evaluated.

Page | 20

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category 3 (a) Traffic Studies and Logistic Management Services

CLASS A Category A

S. No Name of the Firm and Address Contact Person and Contact Details M/s Aarvee Associates Architects Engineers & Contact Person: D.K Subbaraju Consultants Pvt. Ltd. Contact Number: 040-23737633 1 Email: [email protected] Ravula Residency, Srinagar Colony Main Rd., Hyderabad, Andhra Pradesh - 500 089 M /s L&T Infra Engineering Contact Person: Praveen Kumar Contact Number: 044-22509999 2 4th and5th Floor, Triton Square (SKCL Building), Email: [email protected] C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu - 600032 M /s Tata Consultancy Services Contact Person: S V Deshpande Contact Number: 022-61148181 3 4th Floor, A tower 247 Park LBS Marg, Vikhroli Email: [email protected] (West) Mumbai, Maharashtra - 400083 M /s AECOM India Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 4 5th Floor, Building No. 10B DLF Cyber City, DLF Email: [email protected] Phase 2, Gurgaon, Haryana - 122002 M/s KPMG Advisory Services Pvt Ltd Contact Person: Sameer Bhatnagar Contact Number: 0124-3074000 5 Building No 10, 8th Floor Tower B, DLF Cyber City, Email: [email protected] Gurgaon, Haryana - 122022 M/s Crisil Risk Infrastructure Solutions Limited Contact Person: Jaganarayan Padmanabhan 6 Crisil House Central Avenue, Hirandani Business Contact Number: 022-33421874 Park, Email: Mumbai, Maharashtra - 400076 [email protected] M/s Worley Parsons India Private Limited Contact Person: Vignesh Ramadhas Contact Number: 022-67818000 7 5th Floor, B-Wing, i-think Techno Campus, Off Email: Pokhram Road No.2 [email protected] Thane (West), Maharashtra - 400607 [email protected]

Page | 21

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

CLASS B

Category A

S. No Name of the Firm and Address Contact Person and Contact Details M/s Hauer Associates Contact Person: Aishwar Narayanan Contact Number: 0 44-24990281/0282 1 SVN House 10, C.P. Tamaswamy Aiyar Road, Email : [email protected] Alwarpet, Chennai , Tamil Nadu - 600018

CLASS A Category B

S. No Name of the Firm and Address Contact Person and Contact Details

M/s Deloitte Touche Tohmatsu India LLP Contact Person: KK Singh Contact Number: 0124-6792893 1 7th Floor, Building 10, Tower B DLF Cyber City Email: [email protected] Complex, DLF City Phase II, Gurugram, Haryana - 122002

M/s Ernst & Young LLP Contact Person: Nripesh Kumar Contact Number: 9810117921 2 6th Floor, Wing A&B, Worldmark 1, Email: [email protected] Aero City (IGI Airport), New Delhi - 110037

Page | 22

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1 CLASS A

Category C

S. No Name of the Firm and Address Contact Person and Contact Details M /s WAPCOS Limited Contact Person: Saurabh Rai Contact Number: 0124-2397388 1 76-c, Sector 18, Email: [email protected] Gurgaon, Haryana - 122015 M/s Hauer Associates Contact Person: Aishwar Narayanan Contact Number: 0 44-24990281/0282 2 SVN House 10, C.P. Tamaswamy Aiyar Road, Email : [email protected] Alwarpet, Chennai , Tamil Nadu - 600018

Page | 23

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 1

Category 3 (b) Project Management CLASS A Category A S. Name of the Firm and Address Contact Person and Contact Details No M /s Royal Haskoningdhv Consulting Pvt. Ltd. Contact Person: Nishi Chandra Contact Number: 0120-4016100 1 Plot no. B9A, 4th Floor, Tower B, Sector 62, Email: [email protected] Noida , Uttar Pradesh - 201301 M /s L&T Infra Engineering Contact Person: Praveen Kumar Contact Number: 044-22509999 2 4th and5th Floor, Triton Square (SKCL Building), Email: [email protected] C3-C7, Thiru-Vi-Ka Industrial Estate, Guindy, Chennai, Tamil Nadu - 600032 M /s AECOM India Pvt Ltd. Contact Person: Sanjeev Gupta Contact Number: 9582922318 3 5th Floor, Building No. 10B DLF Cyber City, DLF Phase 2, Email: [email protected] Gurgaon, Haryana - 122002 M /s Pentacle Consultants (I) Pvt Ltd Contact Person: Susmita Pawar Contact Number: 022-66952533 4 B-406, Pranik Chambers, Saki nara, Saki Vihar Road, Email: Andheri (E) , [email protected] Mumbai, Maharashtra - 400072 M/s STUP Consultants Private Limited Contact Person: Mayank Singh Contact Number: 022-40887777, 5 Plot 22-A, Sector 19C, Palm Beach Marg, Vashi, 27896244-45 Navi Mumbai, Maharashtra - 400 705 Email: [email protected] M/s Grafix Engineering Consultants Pvt Ltd Contact Person: Shri T Kundu Contact Number: 6 M-3 (2nd Floor) Hauz Khas, Shri Aurbindo Marg, 011-41850099 Delhi - 110016 Email: [email protected]

M/s Xplorer Consultancy Services Pvt Ltd, in JV with Contact Person: Prashant Kumar M/s Proes Consultores, S.A Kundu 7 Contact Number: 0124-4241962 Plot No. 3, First Floor Sarhaul, Sector 18, E-mail: [email protected] Gurgaon, Haryana - 122001 Contact Person: Jaganarayan M/s Crisil Risk Infrastructure Solutions Limited Padmanabhan Contact Number: 022-33421874 8 Crisil House Central Avenue, Hirandani Business Park, Email: Mumbai, Maharashtra - 400076 jagannarayan.padmanabhan@crisil. com

Page | 24

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

Annexure 1 CLASS A Category B

S. Contact Person and Contact Name of the Firm and Address No Details M /s WAPCOS Limited Contact Person: Saurabh Rai Contact Number: 0124-2397388 1 76-c, Sector 18, Email: [email protected] Gurgaon, Haryana - 122015

M/s Structwel Designers and Consultants Pvt Ltd Contact Person: Rubina Basu Head Officer & R & D Unit Contact Number: 022-27841010 2 Structwel, Plot No 15,Sector 24, Off Sion-Panvel Highway, Email: [email protected] Turbhe, Navi Mumbai, Maharashtra - 400705 M/s Tandon Urban Solutions Pvt Ltd in consortium with Contact Person: Amit Kumar Rebel Group International BD. Contact Number: 986768897 3 Email: 701 Harbhajan Building CST Kalina Santacruz East, [email protected] Mumbai, Maharashtra - 40098

M/s Engineers India Limited Contact Person: Sanjay Kumar Singh 4 1, Bhikaji Cama Place, Contact No: 011-26762121 Delhi - 110066 Email: [email protected] M/s Spectrum Techno Consultants Pvt Ltd in consortium Contact Person: Priyanka with M/s DY Engineering Dangde 5 Contact Number: 022-41115900 401, Raikar Bhawan, Plot No.9 Sec-17, Vashi, Email: [email protected] Navi Mumbai, Maharashtra - 400703 M/s Howe Engineering Project Private Limited Contact Person: Abhinav Joshi Contact No: 011-4950800 6 81 Nehru Place, Email: [email protected] Delhi - 110019 Contact Person: Capt. Sudesh L M/s Dredging Solutions Honnavalli Contact Number: 80266552571 7 591, 10A Main, 44th Cross Block - 5, Jayanagar, Email: Bengaluru, Karnataka - 560041 [email protected] [email protected] M/s IRCLASS Systems & Solutions Private Limited Contact Person: K. Bhardwaj Contact Number: 8 4th Floor, Industrial Services, 022-30519400 52A, Adi Shankaracharya Marg, Powai Email: Mumbai, Maharashtra - 400072 [email protected]

Page | 25

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

Annexure 1

CLASS A

Category C

S. Name of the Firm and Address Contact Details No M /s Tata Consultancy Services Contact Person: S V Deshpande Contact Number: 022-61148181 1 4th Floor, A tower 247 Park LBS Marg, Vikhroli (West) Email: [email protected] Mumbai, Maharashtra - 400083 M/s TRACTEBEL Engineering Pvt Ltd Contact Person: Virendra Jha Contact Number: 0124-4698500 2 Intec House 37, Institutional Area, Sector 44, Email: virendra.jha@tract Gurgaon, Haryana - 122002 M/s Sellhorn Technomech Marine and Infrastructure Contact Person: Sanjit Biswas Consult Pvt. Ltd. in association with M/s Selhorn Germany Contact Number: 044-300 66107 3 Email: Chennai - 2nd floor, HTC Towers, 41, GST Road, Guindy, [email protected] Chennai, Tamil Nadu - 600032 M/s DIMTS Ltd (Delhi Integrated Multi-Modal Transit Contact Person: Gaurav System Ltd.) Shrivastava 4 Contact Number: 9891604451 1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Email: [email protected] Delhi - 110006 M/s Kitco Limited Contact Person: Jose Davis M Khan 5 P B No. 4407, Femith's , Puthiya Road, Contact Number: 9891016590 Chakkaraparambu, Vennala, Email: [email protected] Ernakulam, Kerala - 682028 [email protected]

Page | 26

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 2

STEP BY STEP GUIDE FOR INDIVIDUAL PORTS TO SELECT & APPOINT CONSULTANTS FROM THE AVAILABLE PANEL

Step 1 Ensure the project meets the eligibility criteria The Panel has been developed to provide pre-qualified Consultants for all manner and to be delivered within Major Ports in India. The first step is to confirm that the project under consideration is amenable / requiring specialised consulting under the various categories.

The Panel should be used for projects with a capital cost above Rs 200 crores for Class A projects and under Rs 200 under Class B projects under the Consultants RFQ.

The reason for limiting the Panel to projects and categories of this kind is that they raise distinctive problems in their execution. The Panel of Consultants has been selected on the basis of their capability to advise on projects of this kind of value.

Step 2 Develop specific terms of reference for the assignment The Panel is intended as a source of Consultants to assist with implementation of the project. The Panel is not intended for use for preliminary analysis, for instance to determine whether the project is viable.

The terms of reference for the assignment should relate to the successful execution of projects under the various defined Categories under the RFQ.

Page | 27

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 2

An indicative list of tasks that could be considered in developing the terms of reference includes:  In depth experience and knowledge in the sphere of project activity under various categories under which each consultant is empaneled;  A good understanding of the project based on similar experiences in other projects areas/categories where the consultant is empaneled;  Management of other advisory inputs, and overall management of the consulting team (including Major Port), to ensure a successful conclusion.  Ability of the Consulting Firm/Consortia to be able to hire/avail of tailored-made team with requisite experience to execute the project. Panel members have been selected on the basis of their capability and experience in discharging their consulting skills as per terms of reference. Where specialised technical advice is required, such technical experts should be procured separately by the selected Consultants.

Step 3 Determine which Panel member to approach The Firms/Consortia on the Panel have been selected on the basis of their ability to provide consulting services. Therefore, there may be advantages to use Consultant who have previously worked in the category projects concerned. These consultants may bring a close familiarity with typical experience in each category project area.

The individual Major Ports would need to seek an indication from Panel members which of the categories in which they have had previous experience in undertaking such consulting. Each Panel member would need to provide an

Page | 28

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 2

updated list of their experiences, that is in specific areas in the Port Development and Management where their experiences would matter.

These categories have been selected as ones in which projects are likely to evolve on an immediate basis. However, it is also intended that the Panel can be used for other co-related categories.

Before approaching Panel members, the Sponsoring Authority (here Major Ports or their associated entities) should carefully consider whether it wishes to seek only those Consultants with previous expertise in the specific project(s) applicable under the given categories. This will reduce the number of eligible Panel members, and, therefore, reduce the number of competitors.

Step 4 Seek a proposal and financial quote from the selected Panel members

Having identified the project for Consulting advisory, the Sponsoring Authority (here Major Ports or their associated entities) should request a proposal (RFP) from all or at least five members of the Panel. The RFP should clearly define the tasks to be undertaken by the Consultant, the key deliverables, the timelines and the evaluation criteria. The RFP should also provide background on the project, how it is currently being managed, and (where relevant) the role of other Consultants to the same, if any.

The proposal from the selected Panel member should provide a detailed description of the resources that will be applied to the assignment, especially adequately experienced personnel, capable of and devoted to the successful accomplishment of work to be performed under the contract. The Panel member must agree to assign specific individuals to the key positions and that, once assigned to work under this contract, key personnel shall not be removed

Page | 29

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 2

or replaced without written notice to the Authority. If key personnel are not available for work under this contract for a continuous period exceeding thirty (30) calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the Panel member shall immediately notify the Sponsoring Authority (here Major Ports or their associated entities), and shall, subject to the concurrence of the Sponsoring Authority, replace such personnel with personnel of substantially equal ability and qualifications.

The Panel member should confirm that there is no conflict of interest in taking up this Consulting advisory assignment. Sponsoring Authority (here Major Ports or their associated entities) should take an undertaking from the tendering Panel member or consortia, that they/their affiliates will not bid for/rate the same projects.

In case the Panel member is a consortium, change in composition of the consortium shall not be permitted by the Sponsoring Authority (here Major Ports or their associated entities).

In short, the RFP should contain the following:  A letter of invitation; Information to consultants regarding the procedure for submission of proposal;  Terms of Reference (ToR);  List of key position whose CV and experience would be evaluated; Standard formats for financial proposal;  Proposed contract terms;  Procedure proposed to be followed for midterm review of the progress of the work and review of the final documents.  Financial proposal format

Page | 30

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS

Annexure 2

Step 5 Evaluate proposals from Panel members The Panel members have already been pre-qualified as capable of providing consulting services under their empanelled categories. A further technical offer and evaluation is therefore not required. It is expected that appointment will be on the basis of a financial evaluation of their bids as well as evaluation of their personnel under QCBS methodology (refer 4ii herewith). However, the Sponsoring Authority (here Major Ports or their associated entities), while evaluating should ensure that: i. The Panel member has confirmed its acceptance of the deliverables; has confirmed its capability and resources to meet the deliverables within the timeline set out in the RFP; ii. The Panel member has confirmed that they face no conflict of interest in undertaking the assignment. A conflict of interest will arise if the Panel member, or its parent company, is advising the said Major Port in the same project/similar project, or if the Panel member or its parent company or subsidiary is considering a debt or equity involvement in the project. It is therefore, recommended that the Sponsoring Authority (here Major Ports or their associated entities) appointing the Consultant(s) should ensure that such a conflict of interest does not exist or arise.

Page | 31

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 2

Step 6 Sign a contract with the successful Panel member Sponsoring Authorities (Major Ports along with its associated entities) using the Panel should note that they will be the party contracting with the Panel member. IPA has established the Panel, but will not be involved in any contracts between Sponsoring Authorities and Panel members.

After the completion of evaluation process and the selection of the preferred Panel member, the Sponsoring Authority (here Major Ports or their associated entities) must send a letter of appointment together with a contract of engagement.

The Sponsoring Authority (here Major Ports or their associated entities) will rely on the Consultant for managing the project up to its completion or up to individual contract time period, whichever is relevant. It is of great importance that the contract clearly sets out: The role and functions of the Consultant and of other parties, key deliverables, timelines, and accountabilities; The basis on which the Consultant will be paid; The reporting requirements to ensure the Sponsoring Authority is well informed on progress of the consulting engagement(s), and on any issues arising; and Probity requirements, including the need to actively monitor any possible conflicts of interest, and the need to maintain project confidentiality, supported by a Deed of Confidentiality.

Major Ports would be separately providing advice on standard terms and conditions in a contract with a Consultant under different categories.

Page | 32

DOCUMENT FOR EMPANELMENT OF CONSULTANTS AS PART OF ESTABLISHMENT OF CENTRES OF EXCELLENCE TO BE CIRCULATED ACROSS MAJOR PORTS Annexure 2

Step 7 Commencement of service After signature of the contract, the Consultant can start work.

The Sponsoring Authority (here Major Ports or their associated entities) should ensure that a full and comprehensive briefing is provided to the Consultant (s) to assist an early and effective start on the assignment.

The Sponsoring Authority (here Major Ports or their associated entities) should also ensure that all relevant parties, including project staff within the Sponsoring Authority itself, other institutions involved in the project, and other Consultants/experts working on the project are informed of the appointment of the Consultant(s) under their respective categories.

Step 8 Report performance to the individual Major Port Contract Manager The Panel has been established by IPA to assist agencies in identifying and retaining Consultants. It is of importance that IPA/Major Port receives feedback on the performance of Panel members to ensure the ongoing quality, and the effectiveness of the Panel arrangement.

Sponsoring Authorities should inform IPA when a Panel member is appointed to provide consulting services and provide a report on performance after completion of the Consultant(s)‟ assignment.

Page | 33

Request for Qualification (RFQ)

FOR

EMPANELMENT OF CONSULTANTS

Indian Ports Association

1st Floor, South Tower, NBCC Place B. P Marg, Lodi Road New Delhi - 110 003 Ph No : 011-24369061/63; Fax No : 011-24365866

INR 10,000/-

(February 2017) 1

LETTER FOR ISSUE OF RFQ FOR THE

“Empanelment of Consultants”

The set of RFQ document is issued to:

Name : ______

Address : ______

______

______

The cost of the RFQ document is INR 10,000/- (Indian Rupees Ten Thousand only)

IPA

Signature of the Officer Issuing the RFQ Document : ______

2

Indian Ports Association IPA/GAD/Consultant-TA/2016 24/02/2017

Notice for Empanelment of Consultants for Major Ports

Indian Ports Association has been assigned by Ministry of Shipping, with the task of preparation of panel of consultants for different types of consultancy services for use by the Major Ports as and when required. Accordingly, Indian Ports Association invites Requests for Qualification (RFQ) for empanelment as consultants for consultancy in various disciplines, namely

A) Class-B (Consultancy for the Projects with Estimated Cost Project is up to Rs 200 Cr).

Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works e) Rock Dredging Works

Category – 2 : Environmental works

Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management

B) Class-A (Consultancy for the Projects with Estimated Cost of Project more than Rs 200 Cr).

Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works e) Rock Dredging Works

3

Category – 2 : Environmental works

Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management

The panel will be valid for a period of 3 years.

The panel may be used by Major Ports for inviting financial bids as and when required for their projects/works. The detailed terms and conditions including evaluation criteria and application fee are available in the web site www.ipa.nic.in.

The schedule for receipt of the application is as follows:-

1. Submission of document fee of Rs.10, 000/- for each RFQ on or before 1500 Hrs on 06/03/2017.

2. Receiving of queries/request for clarifications on or before 3.00 pm (1500 Hrs) on 05/03/2017

3. Pre-bid meeting on 06/03/2017 at 3.00 pm (1500 hrs) at IPA, New Delhi.

4. Receipt of offers on or before 3.00 pm(1500 Hrs) on 27/03/2017

5. Opening of offers at 3.30 pm (1530 Hrs) on 27/03/2017

Reputed and interested consultants/consulting firms/consortia may download the RFQ from the above website and send in their response to the Managing Director, Indian Ports Association, 1st. floor, South Tower, NBCC Place, Bhisham Pitamah Marg, Lodi Road, New Delhi – 110 003. In case, if RFQ is downloaded from website, the requisite document fee of Rs. 10,000/- in form of Demand Draft, In favor of Indian Ports Association shall be submitted along with bid.

Note: Applicant is required to submit separate bid for each category and Class for which he intends to empanel. For avoidance of any doubt, if applicant wants to apply for (a) Marine works (b) Railway work in category 1 and Traffic study in category 3, then he has to submit three different application for each class viz class -A or class- B, as case may be. The bidder needs to submit only one EMD irrespective of the number of categories. Bid document fee against each category should be submitted separately.

4

Indian Ports Association

Empanelment of Consultants for Major Ports

1. INTRODUCTION

India’s ports comprise of 12 major ports and around 200 non-major ports along the coast and islands. The Major Ports except one i.e. Kamarajar Port () are managed by the respective Port Trust Boards and the Kamarajar Port is in the form of Public Limited Company. All the Major Ports are administered by the Central Government under Ministry of Shipping. The total volume of traffic handled by all the Indian Ports during 2014-15 was 1052.00 million tonnes and the major ports account for around 55% of total sea-borne trade. The Government of India has formulated “National Maritime Agenda 2010-20” in which, a number of development projects has also been identified under five projects heads viz. deepening of channels, construction and re-construction of berths, procurement / modernization of equipments, hinterland connectivity and various other developmental works to be taken up, in order to meet the projected traffic and estimated capacity. The expected investment for the Major Ports from 2010-2020 is 127942.35 crores. The detail of the expected investment under the National Maritime agenda is as under: Sl. PROJECT HEAD No. of Project Cost No Projects (Rs. In Crore) 1. Port Development 36 70,178.19

2. Port Modernization 32 9,982.80

3. Port Led Development 33 1,50,657.80

4 Shipbuilding, Ship Repair and Ship Breaking 13 9,560.24

5. Maritime Education, Training and Skill Development 4 1,191.50

6. Inland Water Transportation and Coastal Shipping 27 7,414.14

7. Investment Opportunities in Maritime States 46 37,754.00

8. Cruise Shipping and Light House Tourism 9 3,202.48

9. Hinterland Connectivity and Multimodal Logistics 36 1,13,376.00

10. Green Port Initiatives 4 419.00

5

TOTAL 240 4,03,736.20

Around 240 projects in the maritime sector for investment have been short listed. List of these projects are listed at Annexure-I. To execute these projects, Ports would require the services of the consultants to assist the Ports in various activities like preparation of Feasibility / Project reports, tariff proposals, appointment of transaction advisors & independent engineers, preparation of EMP reports, and project monitoring etc. To this endeavor, Indian Ports Association on the direction of Ministry of Shipping has been mandated to prepare a panel of consultants for the various types of consultancy services, which may help the Port Trust in speedy selection/ appointment of consultants as and when required.

The panel of consultants will be prepared through assessment of technical and financial capacity for various disciplines of consultancy services that may be required by the Ports with reference to the estimated cost of the projects. The panel so prepared will be valid for three years from the date of engagement. However, the application for addition to the empanelled list it will be done based on fresh RFQs published in leading newspapers / website of IPL for Transaction Advisors once in every six month. In case of deletion from list the same would be owing to unsatisfactory performance as per contract with individual empanelled TA advisors .

2. Objective

The objective of this RFQ is to prepare a panel of consultants for use by the major ports for the identified consultancy services. The individual Major Port seeking consultancy on their port activity shall then invite competitive price offers from the panel of Consultants so prepared for the respective activities and at that time shall also prescribe Terms of Reference and Terms of Payment.

3. Broad Role of Consultants

Technical consultants are normally required for preparing Techno-economic Feasibility Reports, setting performance targets and determining investment needs. They are expected to be well conversant with the physical aspects of the Port infrastructure under consideration. The Consultants should be capable of providing a range of skills and services including general and 6

architectural design, costing and quantity surveying, planning and traffic studies, technical feasibility studies and reviews, life cycle costing and analysis, and project monitoring and management. In short, they shall be instrumental in conceptualization of the project till completion. However, while inviting the RFP, concerned Port will spell out the detailed scope of work of consultant.

4. Entering into Agreement

4.1 On selection of the consultant, the concerned Major Port Trust" will enter into agreement in the form prescribed by them. The format of agreement will be enclosed by the Port Trust while seeking financial offers.

4.2 The invitation of the applications for enrolment as Consultant for various Port activities above mentioned will have a stage of pre-bid conference before submission of final application for evaluation. The Pre-Bid conference will be held on 06/03/2017 at 3.00 pm (1500 hrs) at IPA, New Delhi.

4.3 The applicants, who have submitted application fee will only be allowed to participate in the pre-bid meeting. All the queries must be submitted upto one day before the pre-bid meeting. No fresh queries will be allowed thereafter. The clarifications will be issued as early as possible so as to leave atleast 10 days time for submitting the bid.

5. CATEGORIES OF EMPANELMENT

5.1 Class-B : Consultancy for the Projects with Estimated Cost of Project up to 200Cr).

5.1.1 Empanelment will be made in the following categories: Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works e) Rock Dredging Works

7

Category – 2 : Environmental works

Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management

5.2 Class-A : Consultancy for the Projects with Estimated Cost of Project more than 200Cr).

5.2.1 Empanelment will be made in the following categories :

Category – 1 : a) Marine Construction works b) General Civil, Mechanical and Electrical works c) Railway works d) Dredging works e) Rock Dredging Works

Category – 2 : Environmental works

Category – 3 : a) Traffic Studies and Logistic Management Services b) Project Management

6 Brief scope in various disciplines

6.1 Category - 1

a) Marine construction works : This includes port planning and development covering construction of berths along with erection of mechanical and electrical equipment, construction of breakwaters, reclamation. b) General civil, mechanical and electrical works : This includes all general civil engineering works viz. architectural services, construction of buildings, pavements and roads, yards for storage, warehouses and sheds, water supply and drainage system including its infrastructure. General Mechanical and Electrical works in port works.

8

c) Railway works : This includes laying of new railway lines, revamping of existing railway lines, interlocking, signaling, development of inter-change yards and marshaling yards including drainage planning, platforms etc.

d) Dredging works : This includes capital and maintenance dredging works.

e) Rock Dredging Works: This includes capital and maintenance of rock dredging works

6.2 Category -2

Environmental works: This includes preparation of environmental study reports including feasibility, risk analysis, soil investigation, environmental impact assessment, estimation of environmental protective measures, mechanical dust suppression system, sewage treatment plants, land protection including tree plantation, environmental control and monitoring studies etc. 6.3 Category -3.

a) Traffic studies and logistic management services : This includes various traffic studies, Port and hinter land connectivity, CFS, ICD, Marketing etc.

b) Project Management services : This includes detailed engineering drawings, tender documents preparation, evaluation of offers and project execution supervision, etc.

7 Qualification Criteria for Empanelment of Consultant.

Stage-I

The Tenderers shall meet the following qualifying criteria:

7.1 Average annual turnover during the last 3 financial years ending with 31st March (2012-13, 2013-14 and 2014-15) should be at least Rs 200 Lakhs for Class-A and Rs. 60 Lakhs for Class-B empanelment.

7.2 Experience of having successfully completed similar works during last 7 years, ending last day of the month previous to the one in which applications are invited should be either of following:-

9

For Class-A

a) Three completed similar works for the Project each costing not less than Rs 120 Crores.

OR

b) Two completed similar works for the Project each costing not less than Rs.150 crores.

OR

c) One completed similar work for Project costing not less than Rs.240 crores.

For Class-B

d) Three completed similar works for the Project each costing not less than Rs 40 Crores.

OR

e) Two completed similar works for the Project each costing not less than Rs.50 crores.

OR

f) One completed similar work for Project costing not less than Rs.80 crores.

Similar Works: The Tenderer should have experience of providing advisory services as mentioned in respective Categories under Article-6.

Note :- The bidder who apply for the Class – A registration and, if getting qualified for Class – A, shall get qualified automatically to be registered under the Class – B category; for which the bidder may submit a Willingness Letter to get empanelled at Class – B and an undertaking stating that the bidder may fulfill all the eligibility criteria required for Class-B category.

10

Stage-II (Short listing/Scoring criteria for empanelment of Consultants).

8.0 Evaluation criteria for Category –1,2,3 works :

8.1 Experience

8.1.1 For Category The applicant should provide details of Demonstration 1,2, & 3 completed assignments in the last 07 years to of appropriate demonstrate experience in providing the experience upto consultancy service. 40 points as per For each assignment, the applicant should criteria provide details of the nature of consultancy given

provided, the clients response, the further action Appendix-I taken by the client in implementation and its status as also the duration of the assignment including date of start and completion of the assignment and cost of project and total fees etc.

Response : The applicant should submit clients completion certificate for each assignment to support their claim along with firm’s experience and team experience separately not more than 2 pages for specific assignments by the authorized person of the firm.

8.2 Human The applicant should not have less than the Resources following Full Time equivalent (FTE) professional staff in the field of port consultancy 8.2.1 Full time Class A (Project value more than Rs 200 Crs) – Min Upto 10 Equivalent(FTE) 20 FTE minimum 12 FTE in case of Dredging works Points as per professional only. criteria Class B (upto Project value Rs 200 Crs) – Min 10 FTE given Appendix-I minimum 07 FTE in case of Dredging works only.

Response :The applicant should indicate the details of FTE professionals along with supporting documents for their engagement and provide an organization structure of the applicant indicating the FTE professional in that category. The firm should also submit an "undertaking" that the FTE professionals would be maintained during the actual assignment to be awarded in case they are selected. In case replacement is inevitable, the equivalent qualification and experienced key personnel will be inducted to carry out the assignment in case of award.

Note : The ports will obtain such undertaking, as required, while calling financial bids from the empanelled consultants. The ports will call for the project specific key personnel in the RFP and evaluate separately with the price bid. Nnn Note: 1) The applications, only of those bidders who qualified as per qualification criteria laid down under stage-I, will be evaluated further against the qualification criteria laid down under stage –II

11

2 ) The applicant has to score minimum 50% points in each of above sub criteria viz 8.1.1 & 8.2.1 for getting qualified.

8.3 Empanelment will be based on the marks obtained as per follows:

CATEGORY PERCENTAGE OF MARKS Category A >/= 90% Category B >/= 80% Category C >/= 70% Shall not be considered for empanelment < 70%

9. General Conditions

9.1 The applicant will be required to submit their financial offer strictly on the basis of terms of reference provided by individual port without attaching any counter conditions and certificate to this effect has to be furnished.

9.2 The empanelment of consultants will be valid for three years or extended period as may be arrived at mutual consent from the date of original empanelment or any date stated in the empanelment letter.

9.3 The applicant has to submit along with the bid document Rs. 10,000/- as non-refundable application fee. This document fee shall be remitted by way of DD/ Banker’s cheque drawn in favour of Indian Ports Association, New Delhi.

9.4 The empanelment made by IPA is intended to be used by all Major Ports.

9.5 In case of any dispute arising out of the empanelment, the decision of the

IPA will be final.

9.6 For applicants who are subsidiaries of foreign companies (Equity of Foreign entity more than 50%) and if their turnover are claimed, the IPA/Major Port shall insist a letter from the Parent Company to make their services available to Indian Company as required and demanded by IPA/Major Port without any extrafinancial liabilities.

9.7 The applicant must be a well established consultant for more than 5 years having experience in conceptualizing/ planning/engineering/design/proof checking, preparing feasibility reports, design and estimation, preparation of architectural / structural drawings, preparation of tender documents, evaluation of tenders, comprehensive project management with quality and quantity survey, preparation of bills etc. of the work (s) in the respective category. 12

9.8 The applicant should have regular set up of a team of Architects/Engineers having sufficient experience.

9.9 The applicant shall be able to hire the services of some other suitable consulting agencies for specialized jobs such as Retrofitting/Rehabilitation of Civil and Marine structures. This includes health studies of the civil and marine structures, suggestion of treatments for rehabilitation / retrofitting / maintenance of the structures, preparation of scope of the work from execution point of view etc.

9.10 When two or more firms are forming a consortium to participate in RFQ then one firm shall become the lead member of the consortium and shall submit an authorization letter for other members of consortium. The evaluation will be conducted on the basis of performance of consortium as a whole against evaluation criteria. However, no applicant applying individually or as a member of a consortium, as the case may be, can be member of another applicant.

9.11 Even though applicants satisfy the necessary requirements they are subject to disqualification if they have:

(i) Made untrue or false representation in the form, statements required in the application document. (ii) Records of poor performance such as abandoning work, not properly completing contract, financial failures or delayed completion.

(iii) Submit fake, fictitious or fabricated documents in support of their work experience, eligibility criteria etc.

9.12 It may be noted that after empanelment, works shall be allotted to various consultants commensurate to their capabilities and capacities as assessed by IPA/Major Port No representation in this respect will be entertained.

9.13 For the purpose of empanelment, applications received will be evaluated based on the details furnished and minimum criteria specified by the IPA para-7 above. Further, the Consultants who had applied already and were/are in the services of the Major Port will be evaluated based on their past performance.

9.14 Applicant has to furnish following undertaking along with bid. “I/we certify that in the last three years, we/any of the consortium members have neither failed to perform on any contract, as evidenced by imposition of Penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part”.

13

9.15 EARNEST MONEY DEPOSIT

No tender will be considered which is not accompanied by a sum of Rs.2,50,000.00 (Rs. Two lakhs and fifty thousand only) as Earnest Money Deposit. In the event of the bidder withdrawing the tender before the expiry of 180 (one hundred and eighty) days from the date of opening of the tender, the tender shall be cancelled and the earnest money deposit therewith forfeited by the IPA.

The Earnest Money shall be paid in the form of Demand Draft(DD) issue by a Nationalized Bank / Scheduled Bank drawn on New Delhi Branch of the Bank in favor of the Indian Ports Association, New Delhi. The EMD must be forwarded in separate cover (cover I) along with Tender. In case, it is not forwarded as stated above, the tender will be liable to be rejected. No cash remittance along with the tender will be accepted. The amount of earnest money will be refunded to disqualified Tenderers/non Short listed tenderers as soon as possible by IPA. No interest will be allowed on the earnest money from the date of receipt until it is refunded. EMD of successful bidders/Empanelled bidders will be retained for entire period of empanelment i.e 3 years or such extended period by IPA.

9.17 Right to accept or reject any or all proposals

9.17.1 Notwithstanding anything contained in this document, the IPA reserves the right to accept or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.

9.17.2 The Authority reserves the right to reject any Proposal if: (a) at any time, a material misrepresentation is made or discovered, or (b) the Applicant does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Proposal. Misrepresentation/ improper response by the Applicant may lead to the disqualification of the Applicant. If the Applicant is the Lead Member of a consortium, then the entire consortium may be disqualified / rejected. If such disqualification/ rejections occurs after the proposals have been opened and the highest ranking Applicant gets disqualified / rejected, then the Authority reserves the right to consider the next best Applicant, or take any other measure as may be deemed

14

fit in the sole. discretion of the Authority, including annulment of the Selection Process.

9.18 Language

The Proposal with all accompanying documents (the "Documents") and all communications in relation to or concerning the Selection Process shall be in English language and strictly on the forms provided in this document. No supporting document or printed literature shall be submitted with the Proposal unless specifically asked for and in case any of these Documents is in another language, it must be accompanied by an authenticated accurate translation of the relevant passages in English, in which case, for all purposes of interpretation of the Proposal, the translation in English shall prevail.

9.19 Evaluation processes

The applications will be scrutinized as per the criteria given in the RFQ documents and a list of empanelled consultants will be prepared and communicated to all the Major Ports. The Major Ports as and when required will obtain financial offers (RFP) along with key personnel required specifically for the project from the Consultants who are empanelled and evaluated as below :

 Key personnel - 70 points  Financial Bid - 30 points

9.20 Correspondence with Applicant

Given and except as provided in EOI/RFQ, the IPA shall not entertain any correspondence with any applicant in relation to be acceptance or rejection of any application.

IPA, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time to: (a) Suspend and/or cancel the bidding process and/or amend and/or supplement the Bidding process or modify the dates or other terms & conditions relating there to.

15

(b) Consult with any applicant in order to receive clarification or further information.

(c) Empanel or not to empanel any applicant and/or to consult with any applicant in order to receive clarification or further information.

(d) Retain any information and / or evidence submitted to the IPA by, on behalf of, and/or in relation to any applicant and/or.

(e) Independently verify, disqualify, reject and/or accept any and all submissions or other information and/or evidence submitted by or on behalf of any applicant.

9.21 Fraud and corrupt practices

9.21.1 The Applicants and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection' Process. Notwithstanding anything to the contrary contained in this document, the Authority shall reject a Proposal without being liable in any manner whatsoever to the Applicant, if it determines that the Applicant has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the "Prohibited Practices") in the Selection Process. In such an event, the Authority shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the case may be, as 'mutually agreed genuine pre-estimated compensation and damages payable to the Authority for, inter alia, time, cost and effort of the Authority, in regard to this document, including consideration and evaluation of such Applicant's Proposal.

9.21.2 Without prejudice to the rights of the. Authority herein above and the rights and remedies which the Authority may have under the LOA or the Agreement, if an Applicant or Consultant, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Selection Process, or after the issue of the LOA or the execution of the Agreement, such Applicant or Consultant shall not be eligible to participate in any tender or RFP issued by the Authority during a period of three years from the date such Applicant or Consultant, as the case may be, is found by the Authority to have directly or through an agent, engaged or indulged in any corrupt

16

practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case may be.

9.21.3 For the purposes of this Section, the following terms shall have the meaning hereinafter respectively assigned to them: (a) "corrupt practice" means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly with the Selection Process or the LOA or has dealt with matters concerning the Agreement or arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Selection Process); or (ii) save as provided herein, engaging in any manner whatsoever, whether during the Selection Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Agreement, who at any time has been or is a legal, financial or technical· consultant! adviser of the Authority in relation to any matter concerning the Project; (b) "fraudulent practice" means a misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the Selection Process;(c) "coercive practice" means impairing or harming or threatening to impair or harm, directly or indirectly, any persons or property to influence any person’s participation or action in the Selection Process; (d) "undesirable practice" means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest; and (e) "restrictive practice" means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Selection Process.

17

Appendix – I

1 Experience Criteria as per Para 7.2 POINTS : 40

1.1 For Class-A

a) Three completed similar works for the Project Initial three completed similar each costing not less than Rs. 120 Crores. works for the OR project – 20 points.

b) Two completed similar works for the Project

each costing not less than Rs. 150 Crores.

OR

c) One completed similar work for Project Initial two costing not less than Rs. 240 Crores. completed similar works for the

project – 20 points. Note: For each additional project - additional 2

points will be given if the similar project cost is not

less than Rs. 120 cr and 3 points if the similar

project cost is not less than Rs. 150 cr and 5 points Initial one if the similar project cost is not less than Rs. 240 completed similar works for the cr. project – 20 points

Max. Points-40 1.2 For Class-B Initial three completed similar a) Three completed similar works for the Project works for the project – 20 points. each costing not less than Rs. 40 Crores. OR Initial two b) Two completed similar works for the Project completed similar works for the each costing not less than Rs. 50 Crores. project – 20 points.

OR Initial one c) One completed similar work for Project costing completed similar works for the not less than Rs. 80 Crores. project – 20 points 18

Note: For each additional project - additional 2 points will

be given if the similar project cost is not less than Max. Points-40 Rs. 40 cr and 3 points if the similar project cost is not less than Rs. 50 cr and 5 points if the similar project cost is not less than Rs. 80 cr. 2 Human Resources as per para 8.2.1 POINTS: 10 2.1 For Class A For 20 FTE- 6 (Project value more than Rs. 200 Crs)-Min 20 FTE points

More than 20 FTE – 10 points

2.2 For Class B For 10 FTE – 6 (upto Project value Rs. 200 Crs) – Min 10 FTE points

More than 10 FTE – 10 points

19

Annexure – I

20

Projects in Port Development

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Development of Cochin Outer Harbour 4,944.00 CoPT

2 Setting up of a container terminal (2.19 2,250.00 KPT million TEUs) at Tuna Terka, Kandla Port

3 Development of 14th multipurpose berth 238.52 KPT on BOT basis, Kandla Port

4 Development of 16th multipurpose berth 238.52 KPT on BOT basis, Kandla Port

5 Development of Multi-Purpose Cargo 1,250.00 KPT Berth at Tuna Terka on BOT basis, Stage- II, Kandla Port

6 Development of JD East berths for 360.00 ChPT handling bulk cargoes at

7 Development of BD II as Coal Terminal at 180.00 ChPT Chennai Port

8 Setting up of Single Point Mooring 1200.00 ChPT Terminal at Chennai Port

9 Development of Multi-User Liquid 576.00 KPL Terminal II (3 MMTPA) for handling POL products

10 Development of Liquid cargo berth and 300.00 MgPT one coastal berth at Vasco Bay

11 Development of two beths in Vasco bay 500.00 MgPT with connecting flyover for Navy/Coast Guard

12 Development of Outer Harbour at Paradip 4,250.00 PPT Port

13 Development of LNG Terminal/FSRU at 3,000.00 NMPT

14 Development of Outer Harbour (82.50 11,725.00 VoCPT MMTPA capacity addition) at V.O. Chidambaranar Port (Phase I)

15 Development of Green Field Port at 6,575.15 VoCPT

21

Colachel (Enayam) in the State of Tamil Nadu

16 Development of Additional Container 1,200.00 VoCPT Berths in Inner Harbour or V.O. Chadambaranar Port

17 Creation of 2nd Transloading arrangement 300.00 KoPT(Haldia) within KoPT limits and at Konica Sands (Paradip Limit)

18 Improving the capacity utilization of OR1 270.00 VPT & OR2 and Fertilizer Berth at

19 Development of Multipurpose Berth 200.00 KoPT(Haldia) Outside the Dock Basin at Kolkata

20 Setting up of a fully mechanised cargo 450.00 KoPT(Haldia) handling jetty with backup facility (cargo terminal-I) at Haldia Dock-II, Shalukkhali

21 Setting up of a Multipurpose dry cargo 400.00 KoPT(Haldia) handling jetty with backup facility (cargo terminal-II) at Haldia Dock-II, Shalukkhali

22 Setting up of a fully mechanised cargo 450.00 KoPT(Haldia) handling jetty with backup facility (cargo terminal-III) at Haldia Dock-II, Shalukkhali

23 Development of New Major Port at Sagar 1,464.00 KoPT(Kolkata) Island, West Bengal

24 Development of LPG import terminal in 500.00 MoP&NG Gujarat

25 Development of LNG import terminal in 3,000.00 MoP&NG Kakinada in Andhra Pradesh

26 Development of LPG import terminal in 800.000 MOP&NG Eastern Ports

27 Multipurpose Terminals in Uran Mudflats 1,000.00 JNPT at JNPT

28 Development of 5th Cargo Terminal at 5,500.00 JNPT JNPT

22

29 Terminal in Nhava Creek at JNPT 600.00 JNPT

30 Construction and commissioning of 100.00 VPT additional Liquid Bulk Berth for handling POL at Visakhapatnam Port Trust

31 Setting up of Edible Oil Terminal at 10.00 CoPT

32 Development of an Oil Jetty outside Dock 100.00 KoPT(Haldia) Basin at Haldia

33 Finger Jetty at Vasco Bay for Liquid 80.00 MgPT Cargo, Passenger and Fishing at Mormugao port

34 Development of Container yard & cargo 2,000.00 ALHW handling at Mc-Therson Island near Phongi Balu

35 Development of Satellite port for JNPT at 9,167.00 JNPT/MMB Vadhavan (Dahanu, Taluka, Palghar District)

36 Development of Satellite port at Bellekeri 5,000.00 NMPT/Govt. (North Kanara) of Karnataka

Total 70,178.19

23

Projects in Port Modernisation

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Mechanisation of berth CJ6 for import of 200.00 KPT fertilizers, Kandla Port

2 Mechanisation of barge jetties in Bunder 100.00 KPT basin to support coal lighterage operations, Kandla Port

3 Deepening and widening of Mumbai 2,029.00 JNPT Harbour Channel and JN Port Channel (Phase-II)

4 Development of Integrated Common Rail 200.00 JNPT Yard at JNPT for containers

5 Development of North Anchorage at JNPT 50.00 JNPT

6 Augmentation of Fixed Fire Fighting 66.00 ChPT System at Oil Dock as per OISD 156 norms

7 Capital Dredging Phase-V at Kamarajar 300.00 KPL Port Limited

8 Deepening of approach channel to second 150.00 MbPT /First Chemical Berth at Mumbai Port

9 Mechanisation of CQ1 to CQ2 berths at 1,103.42 PPT

10 Modification and improvement to existing 175.00 PPT Iron Ore handling plant at Paradip Port

11 Expansion of the Mechanised Coal 150.00 PPT Handling Plant (MCHP) stack yard for additional coal storage

12 Mechanisation of Berth No. 8 for handling 200.00 NMPT container and other clean cargoes.

13 Dredging in front of North Cargo Berth- 1,150.58 VoCPT III, North Cargo Berth-IV, 5 Nos of SDB berths and SEPC berth at V.O. Chidambaranar Port

14 Installation of Marine Unloading Arms for 150.00 KoPT(Haldia) handling LPG at 1st, 2nd and 3rd oil jetty of

24

Haldia Dock Complex

15 Mechanisation of berth 3 at Kolkata Port 150.00 KoPT(Haldia)

16 Utilisation of full capacity at North Cargo 760.00 VoCPT Berth 1 at V.O. Chidambaranar Port

17 Dredging of – 5 km common channel of 30.00 SDC/GMB Magdalla and Sewagram in Gujarat to facilitate coastal movement of cement

18 Re-arrangement of yard for improving the 200.00 JNPT efficiency of Port’s Container Terminals and allow for inter terminal movement at JNPT

19 Additional coal stack yard for VGCB to 150.00 VPT increase the terminal capacity at Visakhapatnam Port

20 Conversion of OCT to handle Steel Cargo 100.00 MbPT and Cars at Mumbai Port

21 Mechanised food grain handling facility at 120.00 CoPT Cochin Port

22 Mechanised fertilizer handling facility at 155.00 CoPT Cochin Port

23 Mechanised fertilizer handling facility at 155.00 NMPT New Mangalore Port

24 Mechanised food grain handling facility at 120.00 NMPT New Mangalore Port

25 Up gradation of Coal jetty II (CJ-II) at 250.00 VoCPT VOC Port, Tuticorin

26 Circulation plan for ease of movement of 50.00 MgPT break bulk cargo at Mormugao Port

27 Establishment of Vessel Traffic 11.63 DGLL Management Service (VTMS) at Karwar

28 Extension and raising of Breakwater by 600.00 ALHW 300 meter at Campbell Bay in Great Nicobar

29 Extension of Mus Island Breakwater with 600.00 ALHW additional Wharf along with shore

25

30 Augmentation of Kandla LPG import 300.00 IOCL&KPT terminal

31 Mechanisation of berth CJ2 for export of 155.00 KPT food grains at Kandla

32 Modernisation of Sassoon Dock fishing 52.17 MbPT/MoAFW harbour in Mumbai Port

Total 9,982.80

26

Projects in Port Led Development

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Development of Free Trade Warehousing 600.00 CoPT Zone (FTWZ) near Cochin Port

2 Development of Cochin Smart Port City 3,000.00 CoPT

3 Development of Port based Special 468.82 JNPT Economic Zone (Phase-I) at JNPT

4 Development of Free Trade Warehousing 889.00 KPL Zone on DBOFT basis at KPL

5 Power complex in Andhra Pradesh 7,000.00 SDC/MoP

6 Power complex in Maharashtra 7,000.00 SDC/MoP

7 Power complex in Tamil Nadu 7,000.00 SDC/MoP

8 Development of an integrated export 1,800.00 SDC/MIC & based leather and footwear cluster in DIPP Kolkata/Bantala

9 Development of an integrated export 1,800.00 SDC/MIC & based leather and footwear cluster in DIPP

10 Development of an integrated export 1,800.00 SDC/MIC & based leather and footwear cluster in DIPP Muzaffarpur

11 Export based electronics cluster in 3,500.00 SDC/MoCIT Northern Maharashtra

12 Export based electronics cluster in 3,500.00 SDC/MoCIT Northern Tamil Nadu/Andhra Pradesh

13 Export based apparel cluster in Vidarbha 3,500.00 SDC/MoT

14 Export based apparel cluster in Central 3,500.00 SDC/MoT Andhra Pradesh

15 Export based apparel cluster in 3,500.00 SDC/MoT Saurashtra

16 Development of marble based furniture 2,300.00 SDC/MCI & cluster in Kutch DIPP

27

17 Development of wooden furniture cluster 2,300.00 SDC/MCI & in Kerala DIPP

18 Development of bamboo based furniture 2,300.00 SDC/MCI & hub in Assam DIPP

19 Development of Cement cluster in Gujarat 700.00 SDC/MCI & DIPP

20 Development of Cement cluster in Central 700.00 SDC/MCI & Andhra Pradesh DIPP

21 Development of Steel Cluster in Southern 10,500.00 SDC/ Maharashtra/ Goa Ministry of Steel

22 Development of Steel Cluster at Ennore 10,500.00 SDC/ Ministry of Steel

23 Development of Automotive cluster at 4,600.00 SDC/MCI Sanand

24 Development of Port-based Mega food 2,350.00 SDC/MoFPI processing park in Southern Maharashtra

25 Development of Port-based Mega food 2,350.00 SDC/MoFPI processing park in Kakinada

26 Petrochemical cluster at Ennore 5,000.00 SDC/MoP&NG

27 Petrochemical cluster at Gujarat 5,000.00 SDC/MoP&NG

28 Petrochemical cluster at Kakinada 5,000.00 SDC/MoP&NG

29 Petrochemical cluster at Mangalore 5,000.00 SDC/MoP&NG

30 Development of Greenfield refinery at 25,000.00 SDC/MoP&NG Tamil Nadu

31 Development of Greenfield refinery at 20,000.00 SDC/MoP&NG Maharashtra

32 Development of Smart Industrial Port City To be assessed PPT (SPIC) at Paradip

33 Development of Smart Industrial Port City To be assessed KPT (SPIC) at Kandla-Gandhidham-Adipur Complex

Total 1,50,657.00

28

Shipbuilding, Ship Repair and Ship Breaking

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Supplying, operating and maintaining 2 175.00 NMPT Nos. of 50 T Bollard Pull Tug on hiring basis

2 Construction of Floating Dry Docking 200.00 VoCPT facility on DBOFT basis through PPP mode at V.O.C. Port

3 Modernisation of Ship Repairing facilities 100.00 KoPT(Kolkata) at Kolkata Dock System

4 Development of Marine cluster at Ennore 4,100.00 SDC

5 Building Barge Jetties to Support the 120.00 KoPT Anchorage operations at Haldia

6 Dry Docking facilities at Mumbai Port 50.00 MbPT

7 New Dry Dock facility at 1,500.00 CSL Ltd., Kochi

8 International Ship Repair Facility (ISRF) 970.00 CSL project at Cochin Port Trust premises, Kochi

9 Providing Ship Repair facility (Ship-lift/ 500.00 PMB slipway) capable of handling 5000 DWT vessels, at Port Blair Port

10 Extension of Dry Dock-II at Marine 96.24 ALHW Dockyard in Port Blair

11 Development of New Dry Dock-II at 455.00 ALHW Bambooflat (for Mainland Vessels)

12 Acquisition of 2 nos. Suezmax tankers 844.00 SCI

13 Procurement of 8000 Cu.M hopper 450.00 DCI capacity Trailer Suction Hopper Dredger

Total 9,560.24

29

30

Maritime Education, Training and Skill Development

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Development of Gujarat Maritime 858.50 GMB University

2 Setting up Logistics and Maritime 300.00 Govt. of AP University at Kakinada, Andhra Pradesh

3 Procurement of VTS Simulator for 3.00 DGLL Training Centre at Kolkata

4 Capacity building of workers involved in 30.00 GMB ship recycling activities at Alang, Gujarat

Total 183.34

31

Inland Water Transportation and Coastal Shipping

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Development of IWT Terminal at Paradip 300.00 PPT Port

2 Setting up of Outer Riverine Terminal (OT- 413.28 KoPT(Haldia) 1) at Kolkata Port

3 Setting up of Outer Riverine Terminal (OT- 190.00 KoPT(Haldia) 2) at Kolkata Port (Haldia Dock)

4 Construction of IWT jetties in lieu of 120.00 KoPT(Haldia) existing Inland Vessel Wharves/jetties of KoPT on River Hoogly near Kolkata

5 Capacity Augmentation of Navigational 400.00 KoPT(Haldia) Infrastructure of National Waterway-I

6 Dedicated coastal berth for food grain 80.00 VoCPT imports at V O Chidambaranar Port in Tuticorin

7 Development of Coastal Berth for Liquid 20.00 JNPT cargo at JNPT

8 Development of coastal food export berth 150.00 FCI for rice in Kakinada Anchorage Port

9 Movement of 3 MMTPA import coal from 1,100.00 IWAI to NTPC Barh, Bihar for a period of 10 years

10 Development of GR Jetty and BISN jetty 102.00 IWAI through PPP mode in Kolkata on National Waterway-1

11 Development of Ro-Ro Terminal on 82.26 IWAI Brahmaputra (NW-2) for providing Ro-Ro Services

12 Construction of new navigation lock gate at 344.35 IWAI Farakka

32

13 Assured Depth Contract between 203.00 IWAI Bhagalpur-Farakka Stretch

14 Construction of Multimodal Terminal at 200.00 IWAI Ghazipur

15 Construction of Multimodal Terminal at 465.00 IWAI Haldia

16 Construction of Multimodal Terminal at 200.00 IWAI Patna

17 Construction of Multimodal Terminal at 200.00 IWAI Tribeni/Kalyani

18 Consultancy for Supporting Services for 4.25 IWAI Design of Inland Vessels for Capacity Augmentation of National Waterway-1

19 Fairway Development of Krishna River in 80.00 IWAI NW-4

20 Development of IWAI for transportation of 410.00 IWAI cargo on Ghagea River

21 Development of IWAI for transportation of 510.00 IWAI cargo on Gandak River

22 Development of IWAI for transportation of 275.00 IWAI cargo on Kosi River

23 Development of Indo Bangladesh Protocol 25.00 IWAI route for day night navigation on the Sunderbans River

24 Development of IWT for transportation of 377.00 IWAI cargo on Mandovi, Zuari and Cumberjua River

25 Development of IWT for transportation of 120.00 IWAI cargo on Barak River

26 Development of Multimodal Inland Water 534.00 IWAI Transport terminal at Sahibganj in Jharkhand

33

27 Ro-Pax Ferry Services between Gogha and 509.00 GMB Dahej in Gulf of Cambay

Total 7,414.14

34

Investment Opportunities in Maritime States

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Providing alternative Road from 90.00 GMB Bhavnagar to Sosiya-Alang Ship Recycling Yard

2 Azhikkal Port - Proposed NH – Bypass and 61.00 Govt of Kerala widening of 2 km

3 Upgrading of Manginapudi Beach Road to 60.00 Govt. of AP a 4 lane road

4 Upgrading 24 Km road to four lane that 350.00 Govt. of AP connects Nellore City (NH-16) to in Andhra Pradesh

5 Development of Four lane green field road 458.00 Govt. of AP from Machilipatnam South Port to NH-9 in Andhra Pradesh

6 Development of Four Lane green field road 232.00 Govt. of AP from Machilipatnam North Port to NH-SH- 46 in Andhra Pradesh

7 Development of 7.2Km green field road 175.00 Govt. of AP connecting NH 65 to Machilipatnam Port in Andhra Pradesh

8 Development of Four lane of Kakinada 980.00 Govt. of AP Anchorage Port Uppada beach road connection upto NH-16 in East Godavari District of Andhra Pradesh

9 Formation of New By-pass parallel Road 70.00 Govt. of AP west of NFCL and CFL in Kakinada Andhra Pradesh

10 Upgrading existing R&B road from 300.00 Govt. of AP Chilakuru to Power plants near Krishnapatnam Port in Andhra Pradesh

11 Construction of two Nos. of four lane 80.00 Govt. of AP ROBs at (i) Dummulapeta and (ii) Old Port

35

area in Kakinada, Andhra Pradesh

12 Development of 5Km long Green field 90.00 Govt. of AP Road connecting South and North industrial cluster of Khandaleru creek Near Krishnapatnam Port Andhra Pradesh

13 Augmentation of road connectivity to 603.00 TNMB Cuddalore

14 Development of Fisheries Harbour at 230.00 Govt. of Kulai, Mangalore, Karnataka Karnataka

15 Doubling of the existing rail link 1,500.00 Dhanra Port connecting to Bhadrak on Chennai- Howrah main line

16 Connectivity to NH – 17 – Upgrading of 600.00 Digi Port SH 92, 96, 97 to connect NH17 to North and South banks of Dighi Port

17 Up gradation of SH 164 (Nivli to Jaigad) to 333.00 JSW Jaigarh connect Jaigad Port to NH 17 at Nivali Port Ltd (PE69)

18 Four Lane green field road to 670.00 Govt. of AP Krishnapatnam Port from Naidupeta in Andhra Pradesh

19 Development of four lane bypass road for 80.00 Govt. of AP existing connectivity road in Visakhapatnam District in Andhra Pradesh

20 Upgradation of existing B.T. Roads and 31.00 Govt. of AP backup area in to C.C. Pavement in the Anchorage Port area of Kakinada Port in Andhra Pradesh

21 Upgrading of the existing four lane road 50.00 Govt. of AP connecting to NH16 to Gangavaram Port in to six lane road in Andhra Pradesh

22 Development of Fishing Harbour in 100.00 Govt. of AP Juvvaladinne for Coastal Community in

36

SPSR Nellore District in Andhra Pradesh

23 Four lane road connectivity for the existing 600.00 Govt. of AP two lane road from Kakinada Port to NH16 at Rajanagaram in East Godavari District, Andhra Pradesh

24 Four lane road connectivity for the existing 500.00 Govt. of AP two lane road from Achampeta Junction to joining NH 16 at Kathipudi in East Godavari District Andhra Pradesh

25 Development of River Chapora for eco- 100.00 Govt. of Goa friendly tourism activities and inland water transport

26 2nd stage development of Karwar Port in 2,500.00 Govt. of Uttara Kannada District Karnataka

27 Development of Green Field, Deep Draft 3,000.00 Govt. of Modern Port at Tadri in Uttara Kannada Karnataka District

28 Planning, Designing and Development of a 1,000.00 Govt. of Captive Port at Pavinakurve in Karnataka HonnavarTaluka of Uttara Kannada District

29 Development of Honavar Port in 511.00 Govt. of Honnavartaluka of Uttara Kannada District Karnataka

30 Providing Infrastructure to Facilitate Ro- 130.00 MMB Ro Pax Services and construction of Break Water at Mandwa, Tal. Alibag, Maharashtra

31 Development of Chettinad Tharangambadi 1,000.00 TNMB Captive port in Nagapattinam district

32 Development of port – based Special To be decided GMB Investment Region (SIR) at Navlakhi

33 Development of coastal jetty by GMB at 300.00 GMB Navlakhi and Porbandar

37

34 Development of Maritime Cluster in 373.00 GMB Gujarat

35 Development of Nargol Port in Gujarat 4,000.00 GMB

36 Development of in Gujarat 2,501.80 GMB

37 Bahabalpur Port at Bahabalpur in Balasore 4,576.00 Govt. of District, Odisha Odisha

38 Bahuda Port at Bahuda in Ganjam District, 3,454.00 Govt. of Odisha Odisha

39 Development of Infrastructure facilities at 98.20 TNMB Cuddalore Non Major Port.

40 Development of Infrastructure facilities at 20.00 TNMB Kanniyakumari Port

41 Construction of Bridge from Rajachak to 500.00 Govt. of West Nandigram over Haldi River in Purba Bengal Mednipur

42 West Bengal North- South Road Corridor 4,697.00 Govt. of West Project (SASEC Port Connectivity) Bengal

43 Renovation and Upgradation of 103 Nos of 210.00 Govt. of West Jetties over the rivers of Haldi, Bhagirathi Bengal and Hooghly

44 Water Transportation Facility from Kolkata 20.00 Govt. of West to Digha including construction of a jetty at Bengal Digha

45 Construction of Marine Aquarium/Museum 20.00 Govt. of West at Digha Bengal

46 Establishment of Off-shore Transhipment 500.00 A&N of Bulk Cargo in the Andaman Islands Administration

Total 37,754.00

38

Cruise Shipping and Light House Tourism

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 International Cruise Terminal at Cochin 1,000.00 CoPT Port

2 Modernizing the cruise Terminal at Indira 54.00 MbPT Dock to International Standards

3 Ropeway service between Sewree Fort and 150.00 MbPT Elephanta island in

4 Operation and Maintenance of Cruise 8.79 MgPT Terminal at Mormugao Port

5 Development of Marina on DBFOT basis 33.69 VoCPT through PPP mode at V.O.C.Port for a period of 30 years

6 Seaplane operations on Hooghly River 6.00 KoPT(Kolkata)

7 Development of mega-cruise terminal in 600.00 SDC Mumbai

8 Development of Cruise tourism on 100.00 IWAI National Waterways

9 Development of Tourism at 78 Lighthouses 1,250.00 DGLL

Total 3,202.48

39

Hinterland Connectivity and Multimodal Logistics

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Developing a Dry Port at Jalna 400.00 JNPT

2 Development of Dry Port at Nagpur 400.00 JNPT

3 Development of Road Facilities For Cargo 100.00 ChPT Evacuation inside the Chennai Port

4 Connectivity from Sheela Nagar junction 505.02 VPT to Anakapalli – Sabbavaram/ Pendurti Anandapuram Road NH16 (Former Nh5) Phase-III

5 Direct Connectivity to Mindi Yard in 117.00 VPT Visakhapatnam Port from Eco.Railway

6 New ICD Development in South 85.00 SDC/MCI Uttarakhand

7 New ICD Development in North MP/CG 85.00 SDC/MCI border (Singrauli)

8 New ICD Development in Central 85.00 SDC/MCI Rajasthan (Nagaur))

9 New ICD Development in Hyderabad 85.00 SDC/MCI

10 New ICD Development in North Bengal 85.00 SDC/MCI (Darjeeling)

11 New ICD Development in Raipur 85.00 SDC/MCI

12 Connection of western DFC to Mundra 3,500.00 SDC/MoR

13 Connection of western DFC to Pipavav 2,500.00 SDC/MoR

14 Connection of western DFC to Hazira 3,000.00 SDC/MoR

15 Expressway from Whitefield industrial 10,000.00 SDC/MoRTH cluster (Bangalore) to Chennai

16 Expressway from Whitefield industrial 3,000.00 SDC/MoRTH cluster (Bangalore) to Enayam

40

17 Expressway from Sarkhej (Ahmedabad) to 9,000.00 SDC/MoRTH Pipavav

18 Expressway from Tirupur industrial cluster 1,300.00 SDC/MoRTH (Coimbatore) to Enayam

19 Expressway from Sanathnagar industrial 10,000.00 SDC/MoRTH cluster (Hyderabad) to Vodarevu

20 Expressway from Sarkhej (Ahmedabad) to 10,000.00 SDC/MoRTH Mundra

21 Expressway from Panagarh (Durgapur) to 9,000.00 SDC/MoRTH Haldia

22 Expressway from Sanathnagar industrial 22,000.00 SDC/MoRTH cluster (Hyderabad) to Jawaharlal Nehru Port Trust

23 Expressway from Dighi Industrial Cluster 4,500.00 SDC/MoRTH (Pune) to Jawaharlal Nehru Port Trust

24 Expressway from Ahmedabad to 18,000.00 SDC/MoRTH Jawaharlal Nehru Port Trust

25 Salaya Mathura crude pipeline expansion 1,000.00 MoP&NG/IOC

26 Product pipeline from Paradip to 3,000.00 MoP&NG/IOCL Hyderabad

27 Flyovers at Y junction, approaches to 200.00 JNPT existing terminals to improve flow of containers Movement

28 Flyover for GTI Entry/Exit over the Rail 70.00 MoP&NG/IOCL Tracks for seamless traffic movement at Jawaharlal Nehru Port Trust

29 Four lane road from Northern gate of 271.00 SDC Kamarjar port to Thachur, outer ring corridor - 6 laning with service roads

30 Northern Rail Link connecting north of 228.00 KPL to

31 Hare Island - Red Gate - Tuticorin Thermal 105.00 VoCPT

41

Power Station Circle Road Connectivity

32 Evacuation road to the standalone 120.00 JNPT Container Terminal (330m extension to DPW terminal) upto Karal

33 Improvement of existing road connecting 24.00 JNPT Kolkata Port Trust to NH6 and nearby Industrial Clusters

34 Rail connectivity between proposed Port at 270.00 KoPT Sagar Island and Kashinagar Rail station

35 Road connectivity between proposed Port 171.00 KoPT at Sagar Island and Muriganga bridge & between Muriganga bridge and proposed Rail yard at Kashinagar

36 New ICD development in Jharsuguda 85.00 SDC/MCI

Total 1,13,376.00

42

Green Port Initiatives

Sl. Project Name Project Cost Project No (Rs in Cr) Proponent

1 Development of 14.5 MW Wind Farm, 95.00 ChPT Chennai Port

2 Setting up of 25 MW Solar power plant at 150.00 JNPT Jawaharlal Nehru Port Trust

3 Setting up of 14 MW solar power plant at 84.00 KPT Kandla Port Trust

4 Setting up of 15 MW renewable power 90.00 VoCPT plant at V.O. Chidambaranar Port Trust

Total 419.00

43

(Technical Proposal-Standard Forms)

Form TP 1: Letter of Proposal submission

Form TP 2: Consultant’s organization & experience

Form TP 3: Comments & suggestions on TOR

Form TP 4: Approach & Methodology

Form TP 5: Curriculum vitae

Form TP 6: Information regarding any conflicting activities and declaration thereof.

Technical Proposal-Other Undertakings

1. An undertaking stating that firm/organization is not blacklisted by Government or its agencies including Central/State Level Public Enterprises.

2. Undertaking stating that “Team Leader/Members would be maintained during the actual assignment to be awarded in case they are selected. In case replacement is inevitable, the equivalent qualification and experienced team/lead/member will be inducted to carry out the assignment in case of award.”

3. Undertaking stating that “I/We certify that in the last three years, we/any of the consortium members have neither failed to perform on any contract, as evidenced by imposition of Penalty by an arbitral or Judicial authority or a Judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part.”

4. An undertaking regarding non-disclosure/sharing of confidential information with third parties.

44

FORM TP-1

LETTER OF PROPOSAL SUBMISSION

TO: [Name and address of Employer]

Dear Sirs,

We, the undersigned, offer to provide the consulting Assignment/job for [Empanelment of Consultants-]in accordance with your Request for Proposal dated [insert date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal sealed under a separate envelope and requisite EMD.

We are submitting our Proposal in association with [Insert a list with full name and address of each Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. If negotiations are held during the period of validity of the Proposal, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely

Authorized Signature [in full and initials];

Name and Title of Signature:

Name of Firm:

Address:

45

FORM TP-2

CONSULTANT’S ORGANIZATION AND EXPERIENCE

A- Consultant’s Organization [Provide here a brief description of the background and organization of your firm/entity and each associate for this Assignment/job. The brief description should include ownership details, date and place of incorporation of the firm, objectives of the firm etc. Also if the consultant has formed a consortium, details of each of the member of the consortium, name of lead members etc shall be provided]

B- Consultant’s Experience [Using the format below, provide information on each Assignment/job for which your firm, and each partner in the case of consortium or joint venture, was legally contracted either individually as a corporate entity or as one of the major partners within an association, for carrying out consulting Assignment/job similar to the ones requested under this Assignment/Job (if possible, the employer shall specify exact assignment/job for which experience details may be submitted). In case of consortium, association of consultants, the consultant must furnish the following information for each of the consortium member separately]

46

A) Organizational Experience

Sl. Name of Order Scope Date of Value of Actual Person/ Project Supporting No Entity No. of award Contract Date of authority who Document . with and Consul of Completi could be complete Date tancy contract on contracted for commun work & further ication Contrac information. address. t Period

B) Skill & Competencies & Key Personnel

SL. Name of the Key Qualification/ No of Years Details of Remarks No. personnel Professional Experience Experience qualification

C) Gross Annual Revenue ( in `)

Financial year Gross Annual Revenue/Turnover from Remarks revenue/Turnover consultancy business

2013-14

2014-15

2015-16

(Seal & Signature of Bidder)

47

Note: Please provide documentary evidence from the client i.e. copy of work order, contract and completion certificate for each of above mentioned assignments. The Competent Authority of the consulting firm shall self-certify if the firm has non-disclosure agreements with its clients. The experience shall not be considered for evaluation if such requisite support documents are not provided with the proposal. In case of selection, the details of work order, contract and completion certificate which have non-disclosure agreements shall be submitted for verification.

48

FORM TP-3

COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE AND ON FACILITIES TO BE PROVIDED BY THE EMPOLYER

1. on the Terms of Reference

[Suggest and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the Assignment/job (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your proposal]

49

FORM TP-4

DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGMENT/JOB

Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following three chapters: a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing a) Technical Approach and Methodology: In this chapter you should explain your understanding of the objectives of the Assignment/job, approach to the Assignment/job, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you prose to adopt and highlight the compatibility of those methodologies with the proposed approach. b) Work Plan: The consultant should propose and justify the main activities of the Assignment/job, their content and duration, phasing and interrelations, milestones (including interim approvals by the employer), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology showing understanding of the Tor and ability to translate them into a feasible working plan. A list of the final documents, including reports and tables to be delivered as final output, should be included here. c) Organization and Staffing: The consultant should propose and justify the structure and composition of your team. You should list the main disciplines of the Assignment/job, the key expert responsible, and proposed technical and support staff.]

50

FORM TP-5

CURRICULUM VITAE (CV) FOR PROPOSED KEY PERSONNEL

1. Proposed Position : [For each position of key professional separate from Tech-5 will be prepared]:

2. Name of Firm : [Insert name of firm proposing the Staff]:

3. Name of Staff : [Insert full name]:

4. Date of birth : 5. Nationality : 6. Education : [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]:

7. Membership of Professional Associations : 8. Other Training : 9. Countries of work experience : [List countries where staff has worked in the last ten years]:

10. Languages : [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

11. Employment Record : [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment name of employing organization, positions held]:

From [Year]: To Year]

Employer:

Positions held: 51

12. Detailed Tasks Assigned : [List all tasks to be performed under this Assignment/Job]:

13. Work undertaken that best illustrates Capability to Handle the Tasks Assigned: [Among the Assignment/Jobs in which the staff has been involved, indicate the following information for those Assignment/jobs that best illustrate staff capability to handle the tasks listed under point 12] Name of Assignment/job or project:

Year:

Location:

Employer:

Main project features:

Positions held:

Activities performed:

14. Certification : I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.

[Signature of staff member or authorized representative of the staff]

[Full name of authorized representative]

Date :

Place :

52

FORM TP-6

INFORMATION REGARDING ANY CONFLICTING ACTIVITIES AND DECLARATION THEROF

Are there any activities carried out by your firm or group company or any member of the consortium which are of conflicting nature as mentioned in RFQ, If yes, please furnish details of any such activities.

If no, please certify,

We hereby declare that our firm our associate/group firm or any of the member of the consortium are not indulged in any such activities which can be termed as the conflicting activities at this present moment. Further, we hereby agree to disclose any further conflicting activities, in case they occur, till the finalization of the bid. We also acknowledge that in case of misrepresentation of the information, our proposals/contract shall be rejected/terminated by the employer which shall be binding on us.

Authorized Signature [in

full and initials]: Name and

title of Signatory:

Name of Firm:

Address:

53

Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

S.No Clause Description Details of Item per Tender Query/ Suggestion Clarifications Requirement Name of Firm: M/s TRACTEBEL ENGINEERING Pvt. ltd. 1 Document Fee / Application Fee  Submission of document fee of The referred clauses are contradictory. Page No 04, 07, 12 of Rs.10, 000/- for each RFQ on or 53 before 1500 Hrs on 06/03/2017. Please clarify. Bidders have to submit one EMD and separate document fee for each  In case, if RFQ is downloaded category (i.e for this RFQ, from website, the requisite maximum three document document fee of Rs. 10,000/- in fee can be submitted). form of Demand Draft, In favor Suppose a bidder wants to of Indian Ports Association shall apply only under be submitted along with bid. Category-1 but for all the

5 sub categories, then he  4.3. The applicants, who have has to submit one submitted application fee will document fee. only be allowed to participate in

the pre-bid meeting. EMD will be one for all  the three categories i.e submit along with the bid 1,2,3. document Rs. 10,000/- as non- refundable application fee. 2 6.0 Brief Scope in various 6.1 Category – 1...... The brief scope given for various TP-3 & TP 4 stands disciplines 6.2 Category – 2 .... disciplines are very generic. deleted. Please refer to Page No. 08 of 53 6.3 Category – 3..... Addendum No -2 Refer Form TP-3, where RFQ asked

for comments and suggestions on

TOR and in Form TP-4, where RFQ

asked for technical approach,

1 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

methodology, work plan, organisation and staffing.

In order to understand the technical requirements, we suggest you to provide the detailed TOR for each category.

3 8.1.1 - Response : The applicant The requirement of team experience Team Experience means 8.0 Evaluation Criteria for should submit clients completion for specific assignment is not clearly category -1,2,3 certificate for each assignment to understandable. Request you further  Team profile works support their claim along with elaborate the requirement for our  Contribution made by Page No. 11 of 53 firm’s experience and team better understanding. each member of the experience separately not more Team in the project than 2 pages for specific assignments by the authorized  The length of service of person of the firm. each team member 4 9.15 Earnest Money Deposit No tender will be considered which Since, it is an Empanelment process, Clause remains Page No. 14 of 53 is not accompanied by a sum of we request you to consider unchanged Rs.2,50,000.00 (Rs. Two lakhs and submission EMD in the form of Bank fifty thousand only) as Earnest Guarantee (BG). Also, Bank Money Deposit. In the event of the Guarantee format may be provided for bidder withdrawing the tender our reference. before the expiry of 180 (one hundred and eighty) days from the date of opening of the tender, the tender shall be cancelled and the earnest money deposit therewith forfeited by the IPA.

2 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

The Earnest Money shall be paid in the form of Demand Draft(DD) issue by a Nationalized Bank / Scheduled Bank drawn on New Delhi Branch of the Bank in favor of the Indian Ports Association, New Delhi 5 9.19 Evaluation Process The weights given to Key This is a very specialized work. Deep Clause remains Page No. 15 of 53 Personnel and financial Bid knowledge and understanding on the unchanged are: subject plays a major role. Hence, we • Key Personnel = 70 Points propose the points for evaluation on • Financial Bid = 30 Points Key personnel as 80 Points and Financial as 20 points, rather than 70 points and 30 points as proposed in RFQ. It is requested to amend QCBS weightage for the evaluation accordingly. 6 Form TP-3 - Comments & Comments & suggestions on TOR Kindly illustrate the Terms of TP-3 & TP 4 stands suggestions on TOR Reference (TOR) for us to provide deleted. Please refer to Page No. 49 of 53 comments and suggestions. addendum -2

7 Form TP-4 - Approach & Technical approach, methodology Kindly illustrate the Terms of TP-3 & TP 4 stands Methodology and work plan are key components Reference (TOR) for us to present deleted. Please refer to Page No. 49 of 53 of the Technical Proposal. You are technical approach, methodology etc. addendum -2 suggested to present your Technical Proposal divided into the following three chapters:

3 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

a) Technical Approach and methodology, b) Work Plan, and c) Organization and Staffing 8 The Schedule for Receipt of the Receipt of offers on or before Request you to kindly extend the date Extended. application :Page No. 04 of 53 27/03/2017 before 3:00PM (IST). of submission by at least 2 weeks The opening of offers at 3.30 PM from the date of receipt of pre bid Please refer to on27/03/2017 clarifications. Addendum-1 on the website. Name of Firm : M/s ROYAL HASKONING DHV 9. Pg 4 – Tender Doc fee / . Can the Tender Doc fee submitted Please refer clarification Pg 12 - Clause 9.3 along with the Response to the at SI No 1 above Empanelment RFQ? i.e. on the submission date ?

Please clarify if the consultant wants to submit its application for all sub categories in category 1, can they submit one Demand Draft for INR 10,000 for this category? SO likewise if a consultant wants to bid for Class A all categories, 3 DDs will need to be submitted. Please confirm 10 Pg 14 – EMD, Clause 9.15 We kindly request you to accept the Clause remains EMD in the form of Bank Guarantee. unchanged Please confirm. 11 Pg 50 - Form TP - 4 Please confirm if this is required to be TP-3 & TP 4 stands submitted at this stage? deleted. Please refer to addendum -2

4 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

12. Pg 53 - Form TP – 6 Please confirm if this is required to be Yes submitted at this stage?

Name of Firm : M/s Alia Consulting Solutions 13 We are empanelled as consultant. Do Yes. we still need to re-empanel? Please refer Notice on IPA Website

Name of Firm : M/s CRISIL

14 Clause 7.1 Average annual turnover during We observe an accounting cycle with Accepted w.r.t only those the last 3 financial years ending year ending on December 31st. Thus companies who observe 31st March (, 2013-14, 2014-15 request you to accept, Average annual accounting cycle with year and 2015-16) should be at least, turnover during the last 3 financial ending on December 31st Rs 75 Lakhs years ending with 31st December

(2013, 2014 and 2015 15 Clause8.1.1 The applicant should submit clients Request to consider the mandate letter Certificate from statuary completion certificate for each or CA certificate in cases where auditor for receipt of assignment to support their claim completion certificate is not available. 100% professional fee for along with firm’s experience and each assignment to team experience separately in not support the claim will also more than 2 pages for specific be considered in place of assignments by the authorized completion certificate. person of the firm. However, if required, IPA will verify the completion claim from client. Name of Firm : M/s Worley Parsons India Private Ltd 16.a Category-1 on Page 3 Item (e), “Rock dredging works”, is Clause remains usually part of the “Dredging Works” unchanged

5 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

when considering technical consultancy. Hence, we request that items (e) and (d) be merged for both Class-A and Class-B empanelment

16.b Note on Page 4 Note states “The bidder needs to Please refer clarification submit only one EMD irrespective of at SI No 1 above the number of categories”. Please confirm that only one EMD of value Rs.2,50,000 (Two Lakh and Fifty Thousand) is to be submitted regardless of the number of Classes and Categories that the consultant applies for. 17 Page 10 The RFQ document states “Similar Yes Works: The Tenderer should have experience of providing advisory services as mentioned in respective Categories under Article-6”. Please elaborate on this clause. Is Article 6 the same as “Section 6.Brief scope of various disciplines”? 18.a Clause 8.1.1 on Page 11 Clause states “For each assignment, The clause is self- the applicant should provide details of explanatory the nature of consultancy provided,

6 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

the clients response, the further action taken by the client in implementation and…” Please elaborate on “Clients response and the further action taken”. Specifically, what information do you require us to furnish. 18.b Response on Page 11 Response states “The applicant should indicate the details of FTE Employees/Professionals professionals along with supporting who has exclusive long documents for their engagement and term contract of more provide an organization structure of than 3 years shall be the applicant indicating the FTE considered as FTE. professional in that category”. Please Letter issued by the HR clarify if a letter from Human department of the Resources confirming that the listed company will suffice as employees are FTEs of our supporting documents organization will suffice. 19. Clause 9.6 on Page 12 Clause states “For applicants who are Yes, but subsidiaries of subsidiaries of foreign companies foreign companies (Equity of Foreign entity more (Equity of Foreign entity more than than 50%) 50%) and if their turnover are claimed, the IPA/Major Port shall insist a letter from the Parent Company to make their services available to Indian Company as

7 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

required and demanded by IPA/Major Port without any extra financial liabilities” Worley Parsons India Private Ltd is a subsidiary of Worley Parsons and we would like to use the credentials (both technical and financial) of our foreign entities to support our application for empanelment. Please confirm that this will be permitted provided we obtain the required letter from our foreign entities.

20 2 on Page 44 Undertaking stating that “Team The clause is self- Leader/Members would be explanatory

maintained during the actual assignment to be awarded in case they are selected. In case replacement is inevitable, the equivalent qualification and experienced team/lead/member will be inducted to carry out the assignment in case of award.” Since this RFQ is for empanelment and not any specific project, please elaborate on the relevance of this undertaking

8 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

21 Note on Page 48 Note states “Please provide All documents are documentary evidence from the client required i.e. copy of work order, contract and completion certificate for each of above mentioned assignments.” Please clarify if all three documents “Work Order, Contract and Completion Certificate ” are required or if one of the three stated documents will suffice. 22. Form TP – 4 Page 50 Our understanding is that this Request Please refer to the for Qualification is intended for the clarification at SI No 2 Empanelment of Consultants. Form TP – 4 requires description of approach, methodology and work plan for performing the assignment/Job. Please provide direction on what content you require from us for form TP-4. Name of Firm : M/s Structwel Designers & Consultants Pvt Ltd 23. As we intend to apply for the subject Yes work in the category –Class B – Category-1(b) part & Class B Category 3 (b) part only. So can we apply only for these categories..?

9 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

24. Can EMD be accepted in the form of Only Demand Draft will Bank Guarantee? be accepted 25. What is the criterion for FTE CVS i.e. Employees/ Professionals (no. of Civil Engineer, Architect etc who has exclusive long )& their experiences? & is it required term contract of more separately for both the categories than 3 years shall be mentioned above? considered as FTE. Yes, it is required for all the categories 26. Is the submission for the both the To be submitted categories are in one set or different separately for both the categories mentioned above? 27. Is the Submission for the both the To be submitted categories are in one set or different separately for both the categories? Name of Firm : M/s H R Wallingford Ltd 28 Are foreign companies, which do not Permitted. However, bid have permanent establishment in India document shall be in English language allowed to submit this empanelment bid?

29 Please confirm if Empanelled firms IPA does not have any can associate with other empanelled empanelled list. Previous

10 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

to strengthen the bid. list has been discharged.

30. Please clarify if Empanelled Refer bid norms in RFP at consultants can associate with non- that point empanelled consultants at the time of bidding. 31. Can empanelled consultants Subcontract of work is not subcontract the work? allowed.

However, in case of specific project, where port allow subcontracting while invite the price bid. 32. Please clarify if for each category, Major Ports will be taking every Invitation to bid will be sent to consultancy services only each of the empanelled consultant? from the list of empanelled consultants of that category.

However, in exceptional cases, the Port may go for open tendering process as well. 33. After submitting EMD for RFQ, will Separate Bid (at the every tender also ask for separate desecration of individual EMD again? port) and performance security payable to Major Ports at the time of RFP will be asked.

11 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

Name of Firm : M/s A T KEARNEY 34. Page 9 Clause 6.3(b) b) Project Management services : We suggest splitting this into Project Clause remains This includes detailed engineering Execution Services and Management unchanged drawings, tender documents Services, as different competencies preparation, evaluation of offers are needed for project execution and project execution supervision, activities such as detailed engineering/ etc. project execution supervision and general management activities such as procurement / overall program management.

35 Page 50; TP-4 Description of Approach, This section is dependent on the scope Please refer to the Methodology And Work Plan For of work. Since there is no scope of clarification at SI No 2 Performing The Assignment/Job work provided, please clarify as to what should be covered in this section.

36 Page 13; Clause 9.8 The applicant should have regular We suggest adding that for general Clause remains set up of a team of program management, this clause is unchanged Architects/Engineers having not relevant, as the scope would not sufficient experience. entail engineering or architectural work.

Name of Firm : M/s IL&FS Maritime Infrastructure Company Ltd 37 Page 9 Clause 7.2; Qualification It has been mentioned in the RFQ We would like to suggest to change 7 Clause remains Criteria for empanelment of that “Experience of having years to 10 years for better unchanged Consultants completed similar works during competition

12 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

last 7 years ending last day of month previous to the one in which applications are invited…”

38 Page 11 Clause 8.1.1; Response The applicant should submit Kindly include completion certificate Clause remains client’s completion certificate for and/or work order to support the claim unchanged each assignment to support their as it is sometime difficult to get the claim ….. completion certificate due to administration reasons 39. Page 11 Clause 8.2.1; Full Time Class A (Project value more than It is suggested to reduce the FTE to 10 Clause remains Equivalent (FTE) Professional Rs. 200 crs)-min 20 FTE in case Project Value more than Rs. unchanged 200 cr for Category-3 (Traffic Studies Class B (upto Project value Rs. 200 and Logistic Management Services) crs)- Min 10 FTE And to 7 FTE in case the project value is upto Rs. 200 Crs 40 Page 12; Clause 8.0 –Note and Note: The applicant has to score Is this means that the bidder can The applicant must score 8.3 minimum 50% points in each of qualify if it scored more than 50% in minimum 50% in each above sub criteria viz 8.1.1 and either of clause with a cumulative sub criteria viz 8.1.1 & 8.2.1 for getting qualified score of 70%. 8.2.1 for getting qualified Is this understanding correct? with a cumulative score of 8.3 < 70% shall not be considered 70% for getting for empanelment empanelment

41. Page 12; Clause 9.7 The applicant must be a well- It should be in line with 7.2 Clause remains established consultant for more unchanged than 5 years 42 The Earnest Money shall be paid in It is suggested that bidder should be Page 14; Clause 9.15; Earnest Please refer to clause 9.15 the form of Demand Draft (DD) allowed to submit Bank Guarantee in Money Deposit of RFQ lieu of DD

13 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

43. Page 46; Clause Form TP-2; Skill & Competencies & Key Personnel is assignment specific and B- Consultant Experience Clause remains should be submitted as per B) Skill & Competencies & Key unchanged requirement at the time of RFP Personnel 44 Page 49; Clause Form TP-3; Not required to be submitted at this Please refer to the Comments and Suggestions stage clarification at SI No 2 on the Terms of Reference 45 Page 50; Clause Form TP-4; It is not relevant to be submitted at Please refer to the Description of Approach, this stage as it is assignment specific clarification at sl No 2 Methodology and Work Plan for Performing the Assignment

Name of Firm : M/s TATA Consulting Engineers Limited 46 Page 9,Clause 7 - Kindly revise the condition as to Rs Clause remains Qualification Criteria For 300 Lakhs for Class-A and Rs 150 unchanged Empanelment of Consultant lakhs for Class B 47 Page 11, Clause 8.2.1 Full Kindly Clarify the clause “Class A Clause remains Time Equivalent (FTE) (project value more than Rs 200 Crs) - unchanged professional Min 20 FTE minimum 12 FTE in case of Dredging works only.” 48. Page 12, Clause 8.3 Under the table given, 3rd row reads Please refer Addendum Empanelment will be based ‘Category C’. Kindly define and No -2 on the marks obtained as per clarify Category C. follows 49 Page 15, Clause 9.19 The clause mentions ‘Financial bid – This is applicable only Evaluation processes 30 points’. We understand that this is after empanelment when

14 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

Technical paneling hence we do not ports invite financial bids understand the applicability of Financial bid indicated. Kindly detail the evaluation process. 50 Page 18,19; Clause Appendix- It is requested that the employer may I Experience Criteria as per evaluate the firms for Class A and Para 7.2 Class B empanelment separately by allotting individual total scoring of 100 marks.

It is requested that the Note given in row-1 under Class-A indicated may be modified as follows:

“Note: For each additional project - additional 4 points will be given if the similar project cost is not less than Rs. Clause remains 120 cr and 6 points if the similar unchanged project cost is not less than Rs. 150 cr and 10 points if the similar project cost is not less than Rs. 240 cr.”

Based on the above change we expect that a consulting firm who has executed the project worth Rs 240 cr gets 40 points and further if the firm has 4 jobs of worth not less than Rs 240 cr then gains additional 10*4 ie 40 points.

15 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

Thus making the total of 80 points based on project worth and the rest 20 points for human resources as per para 8.2.1 51 Page 50; Clause Form TP-4 : The clause requests for Technical Description of Approach, Approach & Methodology. We understand the subject RFQ solicits Methodology and Work Plan Consultants for Technical for Performing the Empanelment; hence please clarify if Assignment/Job the same is required.

Also it is requested that the Ports inviting tenders to employ the consultants may give due weightage to the Technical A&M, CV of key personnels submitted as the part of the Technical bid. Presently the selection Please refer to the of consultants is only based on the clarification at SI No 2 lowest Financial bid. This method of selection overlooks the expertise/competency level of different consulting firms to execute particular kind of project.

Thus it is earnestly requested to modify the selection procedure currently followed by Ports by attributing 70 % weightage to the technical aspects(A&M, CV of key personnels etc) and 30% weightage to Financial bid.

16 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

M/s WAPCOS Limited 52 Pg No. 11, Article 8.2 Human We feel that 20 Nos of full time Clause remains Resource equivalent professional staff is to high unchanged for such a long empanelment period. It is therefore requested to kindly omit this clause. Also, instead of submitting full time equivalent professional CVs It is requested to kindly allow us to submit the CVs of experts who are willing to work with us on Category 1, 2 and 3 basis. We assure your goodself that the experts would be made available to the port authorities at the time of consultancy being awarded to us. 53 Page No. 10 Similar Works & We feel that Mathematical Modal Clause remains Page No.8, Article 6.1 Studies forms an important part of unchanged scope of work for the marine consultancy. Accordingly, we request your goodself to kindly include MMS in Article 6. General 54 Clause 8.1.1 (Client Response: The applicant should Certificate from statuary Completion certificate) submit clients completion auditor for receipt of certificate for each assignment to 100% professional fee for support their claim along with each assignment to firm’s experience and team support the claim will also experience separately not more be considered in place of

17 IPA/GAD/Consultant-TA/2016 Clarification of Pre-Bid Queries RFQ for Empanelment of Consultants

than 2 pages for specific completion certificate in assignments by the authorized place of Completion person of the firm. certificate. However, if required, IPA will verify the completion claim from client. 55 Conflict of Interest Clause no 10 (Conflict of Interest) added. Please refer to Addendum no -2

18 IPA/GAD/Consultant-TA/2016