INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. TENDER DOCUMENT (Cost Rs. 1,000/- non refundable)

Similar documents
NCC Infrastructure Holdings Limited

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

SPICES BOARD (Ministry of Commerce & Industry, Govt of India) Palarivattom P.O, Cochin Kerala

NOTICE INVITING TENDERS FOR

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

APPLICATION FORM FOR ENLISTMENT OF VENDORS

RESPONSE TO QUERIES Request for Proposal for Empanelment of Consultants for Appraisal of Detailed Project Reports (DPRs) for Industrial Projects

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

Food Safety and Standards Authority of India

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Empanelment of Consultancy Firms

Solar Energy Corporation of India Limited New Delhi

SURAT SMART CITY DEVELOPMENT LTD.

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

WEBEL TECHNOLOGY LIMITED

Department of Civil Engineering - CHENNAI

ITEM RATE TENDER TENDER No. 14 / / ELDB

Scheme of Integrated Food Parks

Expression of Interest (EoI) Notice

Ref: AIDC/CC/KP/1/2506 Date: 18/07/2017. CORIGENDUM No. II

TENDER FOR PROVIDING CREATIVE DESIGNING SERVICES for Vibrant Gujarat Summit 2015 (02/VG2015) Asia. Gujarat. Gujarat: Land of Opportunities

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

Empanelment of Event Management and Public Relations (PR) Organisations

PREQUALIFICATION DOCUMENT

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

: 2018_AAI_9051_1) NOTICE INVITING

Uttar Pradesh State Industrial Development Corporation

EXPORT PROMOTION COUNCIL FOR HANDICRAFTS Tender no. EPCH/IHGF-2017/4 Tender for Architect for preparation of Exhibition Layouts

NORTH EASTERN REGIONAL AGRICULTURAL MARKETING CORPORATION LTD. (NERAMAC) (A GOVERNMENT OF INDIA ENTERPRISE) EXPRESSION OF INTEREST FOR

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

Directorate, Medical Education and Research, Mumbai -1. EOI Notice

GOVERNMENT OF TAMILNADU DEPARTMENT OF TOURISM

Request for Proposal (RFP) For. Selection of Vendor for Maintenance of Computer Systems under Annual Maintenance Contracts for Delhi and NCR Area

Empanelment of Graphic Design House and Printing Agency

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

POLICY FOR DEVELOPMENT OF SOLAR PARKS IN THE STATE OF MADHYA PRADESH

Corporation Bank (A Premier Public Sector Bank)

NOTICE FOR THE EXPRESSION OF INTEREST (EOI) : (REVISED)

DIGITAL SIGNATURE CERTIFICATE

Directorate of AYUSH Government of Chhattisgarh Old Nurses Hostel, Near D.K.S Bhawan, Old Mantralaya Parisar Raipur

GUIDELINES OF THE MEGA LEATHER CLUSTER SUB-SCHEME OF INDIAN LEATHER DEVELOPMENT PROGRAMME

REQUEST FOR PROPOSAL OF EMPANELMENT & ANNUAL RATE CONTRACT OF SUPPLIERS FOR STATIONERY ITEMS

Advertisement/ Bid Inviting Notice

TENDER DOCUMENT FOR SELECTION OF SOCIAL MEDIA AGENCY FOR ANNUAL MEETING OF AFRICAN DEVELOPMENT BANK

RFP for Designing Branding Creatives for India s participation at MSV Brno as Partner Country for India Brand Equity Foundation

NATIONAL RESEARCH DEVELOPMENT CORPORATION TECHNO-COMMERCIAL SUPPORT FOR PROMISING INVENTIONS / INNOVATIONS GUIDELINES

Downloaded from

Tender Inviting Quotation For Interpretation Services of Foreign Languages

REQUEST FOR PROPOSAL (RFP)

Ontario College of Trades

MUSSOORIE DEHRADUN DEVELOPMENT AUTHORITY, TRANSPORT NAGAR, DEHRADUN

Loan No: 8488 IN. Project No. P150395

FOR SUPPLY & PROVIDING LOCKER CABINETS OF DIFFERENT CONFIGURATION FOR STATE BANK OF INDIA BRANCHES AT DIFFERENT LOCATIONS IN THE STATE OF TELANGANA

IICA-Centre of Business Innovation REQUEST FOR PROPOSAL STUDY OF INCUBATION BY CORPORATE IN INDIA. Indian Institute of Corporate Affairs

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

CHATTISGARH STATE COOPERATIVE MARKETING FEDERATION LIMITED RAIPUR, (C.G.)

TENDER DOCUMENT FOR PREPARATION & INSTALLATION OF POLE KIOSKS FOR VIBRANT GUJARAT 2017 SUMMIT

Modified Request for Proposal

STATE BANK OF INDIA PREMISES & ESTATE DEPARTMENT 3 RD FLOOR, LOCAL HEAD OFFICE BHADRA, AHMEDABAD PH : (079)

Institute of Leadership Development

Section 5: Technical Proposal- Standard Forms

Ease Of Doing Business

SOFTWARE TECHNOLOGY PARKS OF INDIA

REQUEST FOR PROPOSAL(RFP) FOR EMPANELMENT OF ARCHITECT/INTERIOR DESIGNER

ADMINISTRATION DEPARTMENT

West Bengal State University

Government of Bihar. STATE HORTICULTURE MISSION Barrack No. 13, Main Secretariat, Patna

Inviting Expression of Interest

AIRPORTS AUTHORITY OF INDIA. NIT No. : AAI/AT/AGM(EE)/e-NIT-07/ Dt. 14/09/2017 NOTICE INVITING e-tender (3 Covers Open Tender)

Kenya Seed Company limited

NOTICE INVITING TENDER FOR ISO CERTIFICATION

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

REQUEST FOR PROPOSALS

LIFE INSURANCE CORPORATION OF INDIA Divisional Office, 2 nd floor Jeevan Prakash Building, G.T.Road, Masoodabad, Aligarh

PROFORMA FOR SUBMISSION OF PROPOSAL (For F.Y: )

RFP for branding of Indian agri-products for India Brand Equity Foundation

Indian Highways Management Company Limited Expression of Interest

SCHEME FOR SETTING UP OF PLASTIC PARKS

Expression of Interest (EOI)

PREQUALIFICATION DOCUMENT

Request for Proposal. Selection of Soft Skill Training Firms for

Proposals invited for EXPRESSION OF INTEREST (EoI) FOR

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

EXPRESSION OF INTEREST (EOI).

TAMILNADU POLYMER INDUSTRIES PARK LIMITED. ( A Joint Venture of TIDCO & SIPCOT )

NOTICE INVITING TENDER FOR ENERGY EFFICIENT LED STREET LIGHTING

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

ANNA UNIVERSITY, CHENNAI EXPRESSION OF INTEREST INVITED FROM ARCHITECTURAL FIRMS/ CONSORTIUMS

Appointment of Internal Auditor

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION

ADMINISTRATION DEPARTMENT

Product(s) Installed Capacity Existing Proposed Existing Proposed

Pre-Qualification Application for A Class Contractors

Transcription:

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD TENDER DOCUMENT (Cost Rs. 1,000/- non refundable) Appointment of Project Management Consultant (PMC) for Development and Setting up Mega Food Parks for Indian Railway Catering and Tourism Corporation Last date and Time of Submission : 19.12.2011 at 12:00 HRS Date and Time of Opening of Tenders : 19.12.2011 at 12:15 HRS Address Indian Railway Catering and Tourism Corporation Ltd. 9 th Floor, Bank of Baroda Building, 16, Parliament Street New Delhi 110 001 Ph. 011 23311263-64; Fax 011 23311259 1

INSTRUCTIONS TO THE TENDERERS 1. All tender paper submitted along with the Technical Bid bid should be serially numbered on the top right hand corner of every page of the Tender Document. 2. The requisite instrument of EMD should be attached with page number one, as mentioned above, of the Tender Document. 3. The name of the applicant should be mentioned on the reverse of the respective DD/ Banker s Cheque, attached as EMD. 4. This tender document should be duly signed and stamped by the authorized signatory of the applicant. The tender document should be submitted in original with all pages intact. Tender document not submitted in original will be rejected. 5. All Annexures except Financial bid should be enclosed along with Packet-A, duly signed and stamped by authorized signatory. 6. Technical bid (Packet A) and Financial bid (Packet B) should be submitted in two different sealed envelopes, clearly indicating applicant s name and address on the both envelops. Both these envelopes may be kept in another envelope indicating the date of opening of the tender and name of the applicant. 7. Successful bidder shall have to deposit 2.5% of total value of contract as security deposit for the entire period of the contract. 2

Request for Proposal For Appointment of Project Management Consultant (PMC) for Development and Setting up Mega Food Parks for Indian Railway Catering and Tourism Corporation Contents of this document INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD... 1 TENDER DOCUMENT... 1 1.0 NIT for RFP... 4 2.0 Introduction... 6 2.1 Current Setup of IRCTC... 6 2.2 Need and Objectives of the Assignment... 6 2.3 Role of Consultant... 7 3.0 Scope of Work... 7 3.2 Phase 2- Preparation of Detailed Project Report:... 8 3.3 Phase 3- Project Engineering and Procurement:... 9 3.4 Phase 4- Project Management and Supervision:...10 3.5 Phbase-5 - Implementation Assistance...11 4.0 Role envisaged from the Promoters for Phase -1... 11 4.1 Role envisaged from the Promoters for Phase -2 to 4...11 5.0 Evaluation Criterion... 12 6.0 Deliverables and contents, Time Frame, Payment Terms... 14 6.1 Annexure A...15 6.2 Annexure B...16 6.3 Annexure C...17 6.4 Annexure D...18 6.5 Annexure E...19 6.6 Annexure F...20 3

1.0 NIT for RFP Subject: Appointment of Project Management Consultant (PMC) for Development and Setting up Mega Food Parks for Indian Railway Catering and Tourism Corporation Bidder response in two bid system Part-A (technical bid i.e. eligibility criteria + NIT documents) and Part-B (financial bid) are hereby invited from the short-listed empanelled agencies of Ministry of Food Processing Industries (MFPI) for subjected work. The detailed Scope of Work can be referred to the terms of reference. Selection of consultant will be done on QCBS (Quality and Cost Based Selection) method. IRCTC reserves the right to accept or reject any offer without assignment, reasons whatsoever. 4

RFP document is available on IRCTC web site (http://www.irctc.co.in/) for information of the tender and the same can also had against payment of Rs 1,000 (Rs- One Thousand Only)(Non refundable) from the office of The Director (Catering Services), 9th Floor, BOB Bldg., Parliament Street, New Delhi-110001 latest by 16.12.2011. The bidder making use of downloaded tender documents will have to pay the cost of the tender document by a separate demand draft/pay order of the same amount in favor of IRCTC drawn on any scheduled bank in Delhi. The bidder will also be required to pay the Earnest Money of Rs. 3.00 lacs in favour of IRCTC drawn on any scheduled bank in Delhi. Every bidder will be required to arrange the documents/papers in the following envelops super-scribed suitably:- Envelop 1: Documents for technical bid qualification Envelop 2: Earnest Money (& Cost of RFP documents if downloaded) Envelop 3: Financial bid (in the prescribed format) All the three envelops will be placed in one packet with the bidder s name on it. The important dates for the bid submission are: I. RFP document available upto 3.00 PM on 16.12.2011 II. Pre Bid Meeting Already held at 12.00 PM on 09.12.2011 III. Bid Submission upto 12.00 PM on 19.12.2011 (Both Technical & Financial) IV. Technical Bid Opening 12.15 PM on 19.12.2011 V. Financial Bid opening will be notified to the successful bidder after the technical bid assessment is over Note: The bids shall be submitted in the sealed box kept in the office of the IRCTC. Bids sent through Post or otherwise shall not be accepted. 5

2.0 Introduction Incorporated in 1999, Indian Railway Catering and Tourism Corporation (IRCTC) started full operations in August 2001. IRCTC manages the hospitality, catering, travel and tourism businesses to support the Indian Railways system Key statistics relating to catering services of IRCTC are as follows IRCTC reported annual revenue of approximately Rs 730 crore in FY10-11, of which the catering business accounts for approximately Rs 500 crore. IRCTC had provided catering services at two major games venues during CWG-2010. IRCTC also provides catering services to the Ministry of External Affairs, Ministry of Finance, IIT/Delhi, Indian Institute of Public Administration, Delhi & Sanjay Gandhi Post Graduate Institute of Medical Sciences, Lucknow IRCTC provides mobile catering services for 7 Rajdhani trains, 19 Duronto trains with its own staff and licensees manage the other trains. Lease of catering units is granted based on public tendering. IRCTC operates Mega/Mini Base Kitchens in more than 4 locations across India. These kitchens are engaged in production of multi-cuisine items, which are supplied to static and mobile units. In the premium food segment IRCTC has commissioned 10 new Food Plazas / Fast Food units in 2011 taking the number to 86 and also commissioned 25 Jan Ahaar outlets for sale of low priced wholesome food and regional cuisines for not so affluent travelling passengers. IRCTC also develops, operates and maintains Budget Hotel through Public-Private Partnership by sub-licensing to third party. The Corporate office of IRCTC is located in Delhi and operations are managed from its 15 Zonal and Regional offices areas India. 2.1 Current Setup of IRCTC IRCTC was incorporated on 27 September 1999 as a schedule B company. However, it started operations with effect from 1 August 2001. IRCTC was setup to be an integrated provider of high quality travel, tourism and hospitality services in the country. 2.2 Need and Objectives of the Assignment IRCTC is moving into a new phase of development and intends to target an increase in turnover from INR 700 Crores to INR 2,500 Crores. As part of its diversification activities and in view of its increased needs for food products and beverages and to ensure requisite quality standards for these products, IRCTC is now proposing to develop Mega Food Parks, with possible grant assistance under Mega Food Parks Scheme (MFPS) of Ministry of Food Processing Industries, Government of India. In the first phase, IRCTC proposes to develop two Mega Food Parks, one each in Gujarat/Maharashtra and Haryana/Punjab, which would have food processing infrastructure facilities and food processing units (hereinafter referred to as the Mega Food Parks or the Projects ) which may also act as the supply chain for its catering and hospitality needs. 6

The setting up of Food Park will help provision of branded quality products not only for 17 million passengers using Railway network daily but also for general public. 2.3 Role of Consultant The consultant is expected to bring in strong industry knowledge and expertise on the subject. The consultant will ensure timely and quality inputs at all stages during the assignment that will be shared with IRCTC officials. The consultant will provide appropriate interactions and information that is relevant to the various tasks as they come up. The consultant will work in close co-ordination with IRCTC staff and officials designated for this initiative. Consultant will be involved in all the tasks as articulated in Scope of Work. Since as per guidelines issued by Ministry of Food Processing Industries (MFPI), Govt. of India, on the MFPS, Project Management Consultant (PMC) cannot be the Project Management Agency (PMA) for the same MFP, in case successful bidder is subsequently selected by the Ministry to be the PMA of the MFP location of IRCTC, the existing contract will deemed to be terminated on production of letter of award issued by MFPI. IRCTC may offer rates quoted by the successful bidder to second lowest (L-2) bidder and in case L-2 refuses to accept the offer, fresh EOI will be invited. Scope of Work PMC would act as Project Development Advisor to assist IRCTC in developing the Projects to suit the requirements under MFPS and shall provide the following services ( the Services ): 3.1 Phase 1- Preparation of Expression of Interest: i. Feasibility of the identified location for Central Processing Center along with the cluster analysis for the proposed Primary Processing Centers ii. Assessment of marketable surplus/ processable produce from the identified cluster. iii. Assessment of potential for development of the Mega Food Park project in the identified location a. Value Chain Analysis. b. Assessment of the existing infrastructure, gaps / requirements. c. Identification of the nature / magnitude of insufficiencies / gaps at each stage of value chain, iv. Detailing the business models and block costs for the proposed Mega Food Park which will establish the commercial viability and sustainability for the proposed Mega Food Park and will include the return on investment and other such financial analysis, employment generation, social benefits etc. v. Business model and infrastructure expectations from prospective operating units that are likely to set up facilities i. Identify key players in the region (or outside) across all the proposed operations, who may be willing to come. ii. It might be useful to have a larger canvas to attract investments in food park even from overseas player based on the strengths of the raw material and the location 7

vi. PMC would assist IRCTC in identifying possible shareholders and structure the SPVs for projects in a framework conducive for Public-Private Partnership, meeting the relevant legal and administrative needs and especially the requirements of MFPS. a. Towards this, prepare a detailed Project Information Memorandum (in effect a feasibility report) for the partners. b. Carry out roadshows, workshops, mailers etc to sensitize the potential players on the benefits of establishing processing facilities in the proposed Mega Food Park and seek their Expression of Interest vii. Presentation before the Technical Committee of the Ministry of Food Processing Industries. 2.2 Phase 2- Preparation of Detailed Project Report: After in-principle approval, PMC would over-sight field investigations like topographical survey/geo-technical/ hydrological investigations as well as the Environment Impact Assessment (EIA) studies for the Projects, carried out by specialized agencies appointed by IRCTC in consultation with PMC. PMC would carry out a detailed need assessment of the entrepreneurs willing to set up units in Mega Food Parks with respect to basic enabling infrastructure and core processing facilities, utility requirements (power, water, effluent treatment etc.) and other facilities together with land requirements thereof, based on the manufacturing operations proposed to be established by the entrepreneurs in the Mega Food Parks. a. Preparation of Detailed Project Report (DPR): Preparation of bankable Detailed Project Report conforming to the requirements of the Mega Food Parks Scheme of Ministry of Food Processing Industries, Government of India, incorporating various aspects of the Project as mentioned below. This DPR would be aimed at ensuring that all key aspects related to Project development and operations have been taken into consideration The DPR would cover the following aspects of the Project: 1. Site and location analysis 2. Analysis of issues related to developing the external infrastructure such as approach road, power, water supply, effluent treatment etc 3. Master plan/ layout plan 4. Section Drawings of the basic infrastructure facilities to be established in the Park 5. Business profile of the Park 6. Estimation of block project cost including civil costs in accordance with State PWD/CPWD rates and based on the quotations for plant and equipment and 7. Salient financials of the Project 8. Impact of the Project 9. Project implementation schedule (a) Co-ordination with State Governments and its agencies: PMC would advise IRCTC on matters related to procurement of land, provision of external infrastructure such as water supply, approach roads, power, effluent treatment and other related utilities and amenities for the purpose of developing the Mega Food Parks. 8

(b) (c) Statutory Approvals: PMC would assist IRCTC/SPVs in obtaining key statutory approvals/clearances including environmental clearances, which are prerequisite to commencement of the Projects. Risk Management Framework: Given that the Projects may be in part financed from lenders, it would be critical for SPVs to clearly identify project risks for their suitable allocation among project participants and subsequent mitigation (d) PMC would assist IRCTC/SPVs in preparing the risk management framework for the projects to enable SPVs to take an informed view on the overall risk profile of the Projects, formulate strategies to deal with individual risk components and the impact these would have on the overall development and operations of the Projects Business Plan and Financial Modelling: Develop an extensive bankable financial model and business plan to capture all the techno-commercial as well as financial aspects of the Project both during the development as well as the operations phase based on the above analysis. This would be aimed at ensuring that all key aspects related to Project development and operations have been taken into consideration. The process of business plan preparation shall include but not be limited to the assessment of the following salient assumptions: Capital Costs - PMC would estimate capital (hard) costs, relating to both civil work and plant and machinery, as well as the soft costs related to the project development including contingency provisions, preliminary and pre-operative expenses, financing expenses and other costs Operation and Maintenance Costs - PMC would assist IRCTC in estimating the likely costs of operating and maintaining assets of these projects. PMC would also advise IRCTC in creating a suitable organization structure during the project development and operations phase and the costs thereof Estimation and Structuring of User Charges Based on the likely cost of developing the projects, the operation and maintenance expenses, the debt servicing requirements of the potential lenders and the asset re-generation requirements of the Projects, PMC would advise IRCTC on structuring appropriate User Charges Capital Structuring - As a part of the business plan preparation exercise, PMC would also recommend a suitable capital structure which, in its view, may be acceptable to potential lenders and thus enable IRCTC to take the Projects forward (e) Final Approval under MFPS : PMC would IRCTS/SPVs in requisite submissions and presentations in meeting conditions for Final Approval of the projects under MFPS 2.3 Phase 3- Project Engineering and Procurement: (a) Carry out detailed engineering of the Project including designing, detailed drawings, preparation of detailed cost estimates of the various infrastructure and other facilities, estimation of item wise quantities (BOQ), preparation of bid documents, bid process management, assisting SPV in selection and appointment of consultants/contractors/equipment suppliers, preparation and execution of construction/supply contracts to facilitate commencement of Project construction. 9

The detailed engineering design and preparation of tender would include following tasks : (1) Understanding requirements of the project and preparation of plans (2) Specifications of Core processing facilities, basic infrastructure, factory sheds and other items (3) Based on the plans and specifications approved by the SPV, engineers cost estimates would be prepared, based on prevailing Schedule of Rates (SoR) (4) Preparation of ender Documents after approval of the costing and the terms and conditions of the tender (5) Floating of tenders, receipt, opening and analysis of bids as per the procedure laid down in MFPS (6) Provision of assistance to the SPV in negotiation and finalization of the tender (7) Preparation of cost estimates and tender largely depends upon the flow of information from SPV. (8) Illustrative list of tender packages to be prepared i. Central Processing Centre : Compound wall and site grading Core Processing Facilities(can be divided in several packages) + Non-core Infrastructure Factory buildings for MSEs Common Infrastructure along with road Electrical transmission &distribution STP/ETP Any other as per the Detailed Project Prepared and Approved by the Ministry of Food Processing Industries ii. Primary Processing Centres/Collection Centres (Centre-wise) Compound wall and site grading Core Processing Facilities (can be divided in several packages) + Non-core Infrastructure Common Infrastructure along with road Electrical transmission &distribution STP/ETP, if required Any other as per the Detailed Project Prepared and Approved by the Ministry of Food Processing Industries 2.4 Phase 4- Project Management and Supervision: (a) (b) (c) Project Management and Supervision during Project Construction:, Intensively supervise the work output of the contractors/suppliers/consultants (after appointment of the contractors/suppliers) with the objective of ensuring compliance of quality, completeness and compatibility of the work output with the construction/supply contracts. Release of Grant Funds: Undertake the preparation of all necessary documentation for submission to MOFPI in order to facilitate release of funds sanctioned under the MFPS Other assistance to the SPV: 10

Attend all the meetings convened by MOFPI, State Government and other relevant authorities during the project implementation process and address all the enquiries by them and provide clarifications as sought 2.5 Phbase-5 - Implementation Assistance Based on the approval from MoFPI, the Consultant will extend monitoring assistance to IRCTC to facilitate management focus and required interventions for achieving key milestones envisaged. The monitoring will provide reporting of any deviations in the implementation of the Action Plan adopted by IRCTC. The Monitoring Assistance will need to be provided on an ongoing basis by the Consultant, with review of progress of implementation of the Action Plan every quarter and submission of status updates to IRCTC management in the form of a report / presentation. Consultant will hand hold the implementation process by: Facilitating the management and operations staff at IRCTC to carry out effective implementation of the recommendations This will be an ongoing activity conducted by the consultant which will provide monitoring and reporting of any deviations in the implementation of the consultant s recommendations by IRCTC staff. Such quarterly reviews will need to be conducted over a period of two years. 3.0 Role envisaged from the Promoters for Phase -1 b. Provision of details of land including the title deeds c. Provision of net worth certificate and other details as required per the Mega Food Parks Scheme Guidelines d. Provision of Letter of Agreements with farmers/farmer group for establishing backward linkages e. Provision of letter of intents from 5 to 10 investors for leveraging investments in the proposed project 3.1 Role envisaged from the Promoters for Phase -2 to 4 (i) (ii) (iii) (iv) Capitalization of Project : SPV shall itself arrange to capitalize the Project through infusion of requisite equity through its members or through other sources Land for Project: SPV shall make arrangements for procurement of requisite land for the Project from the State Government or other sources Techno-Commercial and Financial Data: SPV shall provide all necessary technocommercial, financial and other information that is relevant to the development and commissioning of the Project Providing Security for Debt Finance: SPV shall agree to offer as security the land and other immovable and moveable assets of the Project currently available and created during the course of implementation of the Project together with its receivables, cash flows, rights 11

under Project Agreements and other securities as are typical for such transactions for debt finance that may be raised for completion of the Project (v) (vi) Technical Studies: SPV shall in consultation with PMC, undertake technical studies related to topographical, geo-technical, hydro-geological and environmental impact assessment etc, and bear the cost thereof Release of Work Orders etc.: SPV shall in consultation with PMC would release work orders for construction and equipment procurement and take all other requisite steps as may be required for implementation of the Project 5.0 Evaluation Criterion 1. Only those firms which satisfy all the conditions for qualification of bidders shall be considered for technical evaluation. 2. Process for Selection The Selection of the consultants would follow a three stage process: Stage 2: Technical qualification All firms scoring 60 or above would be technically qualified and would move into Stage 3. Stage 3: Financial and Selection Financial proposals of all the firms that meet the technical qualifications would be opened. Agency being highest scorer as per a QCBS of 70:30 would be selected. The financial bid evaluation will be based on the following criteria: The lowest financial proposal (Fm) after taking into account the out-of pocket expenses and existing service tax will be given a financial score (Sf) of 100. The financial scores of all the other proposals will be determined by Sf = 100 * Fm/F (F = value of financial proposal) Proposals will finally be ranked according to their combined technical (St) and financial (Sf) scores using a weight of 70% for technical proposal and 30% for financial proposal. The overall score (S) will be computed as follows: S = St (0.7) + Sf (0.3) 3. The method of selection is: QCBS (Quality & Cost Based Selection) system. The weightage assigned is 70% for technical score and 30% for financial score. 4. Technical Evaluation: The Technical evaluation will be done on the basis of the following criteria with maximum marks of 100. The weightage for each factor of the criteria shall be as follows:- 12

5. S.no Parameters Documents Marks Required 1 Turnover 10 Annual turnover in the last financial year Rs. 25.00 crore or above Between Rs. 15.00 crore to 25.00 crore Enclose copy of balance sheet and P&L account 10 05 2 Experience 10 Experience in the business in providing the consultancy services including as transaction advisor for PPP projects in Agri/Industrial Infrastructural project More than 5 years 5 years Copy of relevant Work Orders. 10 05 3 Sector Experience 25 Experience in transaction advisory projects for Infrastructure /Agriculture sector. Copy of the 25 More than 10 Projects signed 15 5-10 Projects Purchase Order Nil No Project 4 Specific experience relevant to the assignment: Experience as PMC or PMA for MFPS under MoFPI 3 or More Projects 1-2 Projects No Project Copy of the signed Purchase Order 25 25 15 Nil 5. Key professional staff qualifications and competence for the assignment Team leader He/ She should be a graduate in Management/ Engineering/Finance with at least 15 years of total experience in PPP projects/project structuring and business plan and project Finance. o Total Experience > 15 Years o Total Experience < 10 Years Two assignments for preparation of business plan in catering / Agricultural sector Less than two (2) assignments for preparation of business plan in catering / Agricultural sector. Business Plan Expert He/She should be a post graduate in management with at least 10 years of total experience in Project Engineering/Master Planning. o Total Experience => 15 Years o Total Experience < 10 Years Five (5) assignments for preparation of business plan in catering / hospitality sector CV CV CV 30 15 15 10 8 8 5 13

Less than five (5) but not less than 3 assignments for preparation of business plan in catering / hospitality sector Team Members He/She should be a post graduate in management with at least 3 years of total experience in Agri. Business/Project Planning/Financial Sector of atleast 2 (two) companies. o Total Experience => 3 Years o Total Experience < 3 Years 7 7 3 The bidder should be company/registered partnership firm Enclose certificate of incorporation / partnership deed and copy of PAN Card Consortium / sub contracts are not allowed and the bidder, as a single bidder, should be able to demonstrate conformance to these criterions in order to get qualified. 6. Qualification for Financial Bid opening: The minimum qualifying total score, for the technical bid shall be 60. The financial bids of only those bidders shall be opened whose score is 60 or above in technical bids. The bidders whose offers have been selected after technical evaluation shall be informed separately. Such selected bidders may attend the opening of financial bids. 7. Award Criteria The Purchaser will award the Contract to the successful Bidder with highest combined score. 6.0 Deliverables and contents, Time Frame, Payment Terms Phase Timelines Payment ** Phase I: 3 weeks from award 10% Phase II: 9 weeks from award 12% Phase III: 14 weeks from award 15% Phase IV: 16 weeks from award 21% Phase V : Implementation assistance for 2 years 4% for every quarter for 8 quarters Mobilization advance of 10% of the contract value will be given at the start of project against the consultant invoices. Time for completion of the consultancy service (Phase I IV) is approximately 16 weeks from the date of issuance of Letter of Award (LOA). Time is the essence of the contract. There will be parallel activities running at the same time and bidder should give paramount importance to IRCTC s timelines and hence should have enough staff to adhere to this schedule. ** Payment will be a made proportionately to the percentage defined of that particular Task. Consultant can raise invoice after approval of the deliverables by the concerned project sponsor from IRCTC management team. Payments will be released as per guidelines mentioned earlier in this document. Time required for Bid Management (for vendor selection) may depend on various factors and hence indicative timelines are mentioned. It will be an endeavor of all the stakeholders to do it in the stipulated timeframe. In case of non-performance/delayed performance, IRCTC may levy suitable penalty, including forfeiture of security deposit/emd. 14

6.1 Annexure A Technical Proposal-Covering letter (To be placed in the sealed cover containing technical bid) [Location, Date] Group General Manager (DCS) Indian Railway Catering & Tourism Corporation Limited 9th Floor, Bank of Baroda Building, Parliament Street, New Delhi -110001. Dear Sir We, the undersigned, offer for Appointment of Project Management Consultant (PMC) for Development and Setting up Mega Food Parks for Indian Railway Catering and Tourism Corporation in accordance with your Request for Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial Proposal sealed under a separate envelope. We hereby declare that all the information and statements made in this Proposal are true and accept that any misleading information contained in it may lead to our disqualification and forfeiture of EMD. We also agree to accept the terms and conditions of the RFP. We confirm that all personnel named in the tender will be available to undertake the services. Yours sincerely, Authorized Signature [In full ]: Name and Title of Signatory: Name of Firm: Address: 15

6.2 Annexure B FINANCIAL PROPOSAL: COVERING LETTER (To be placed in the sealed cover containing financial bid) To: Group General Manager (DCS) Indian Railway Catering & Tourism Corporation Limited 9th Floor, Bank of Baroda Building, Parliament Street, New Delhi -110001. Dear Sir, We, the undersigned, offer to provide the consulting services for Appointment of Project Management Consultant (PMC) for Development and Setting up Mega Food Parks for Indian Railway Catering and Tourism Corporation We are hereby submitting our complete Financial Proposal. Our attached Financial Proposal in the prescribed format is for the sum of Rs. [Amount in words and figures] for Phase I to V. This amount is inclusive of all taxes & levies but exclusive of service tax which will be paid by IRCTC as per applicable rate. Our Financial Proposal shall be binding upon us subject to the modification resulting from Contract negotiations, made by the Authority at its discretion. Each page of the proposal has been signed by the Authorized Signatory. Authorised Signature [In full ]: Name and Title of Signatory: Name of Firm: 16

6.3 Annexure C SUBMISSION OF CVs Sl. No. Components Description 1 Name of assignment 2 Proposed Position 3 Name of the Firm 4 Name of Staff 5 Profession 6 Date of Birth 7 Nationality 8 Years with the Firm 9 Membership of Professional Associations 10 Detailed Tasks Assigned 11 Key Qualifications & Experience 12 Education 13 Employment Record Names of employing Organization & Title Held 14 Language 15 Certification I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe my qualifications, my experience and me. Signature 17

6.4 Annexure D Reference clause in RFP DEVIATIONS FROM THE RFP Deviation sought in the proposal Reasons for the deviation 18

6.5 Annexure E TEAM COMPOSITION Sl. No. Name of the person Position in the team Role and responsibilities 19

6.6 Annexure F Format for Financial Bid S.No Name of the project 1 Appointment of Project Management Consultant (PMC) for Development and Setting up Mega Food Parks (Task I to V) Per Mega Food Park. Fees in Rupees Total Cost in Rupees Total The amounts quoted for each task has to be inclusive of all expenses (including manpower, travel related expenses, taxes {excluding Service tax} & duties and any other expenses). Service tax will be paid extra as per the prevalent government rules. For financial score, the total of above amount shall be taken into account. Note:- The financial bids submitted by the bidders will remain valid for one hundred twenty (120) days from the date of submission of the bid. 20

21