NOTICE INVITING TENDER NO. 2178 DATED 6.6.2015

NOTICE INVITING EXPRESSION OF INTEREST FOR APPOINTING OF CONSULTANT FOR PREPARATION OF DPR FOR –

(A)THE DEVELOPMENT A Food Cluster at Industrial Area Barodi District Shivpuri (M.P.)

(B)THE DEVELOPMENT A SPICE PARK at Industrial Area KUMBHRAJ District GUNA (M.P.)

I.I.D.C. Gwalior (A Govt. of M.P. Undertaking) invites E.O.I. from reputed firm/organization for preparation of DPR for Developing a Food Cluster at Industrial Area Barodi District Shivpuri and Developing a Spice Park at Industrial Area Kumbhraj District Guna. The detailed tender documents can be downloaded from our website or in person from Industrial Infrastructure Development Corporation (Gwalior) M.P. Ltd., IIDCPLAZA, 39 City, Centre, Gwalior. Last date for submission of proposal is 22.06.2015 (up to 05.30 PM).

EXECUTIVE ENGINEER

BID DOCUMENTS

INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (GWALIOR) M.P. LIMITED, GWALIOR

(A Govt. of Madhya Pradesh undertaking, subsidiary of MPSIDC Ltd., Bhopal)

TERMS OF REFERENCE

FOR APPOINTING A CONSULTANT

FOR

PREPARATION OF A DETAILED PROJECT REPORT

AND

SELECTION OF A CONSTRUCTION AGENCYAND

A QUALITY CONTROL AGENCY

FOR

ESTABLISHMENT OF A

FOOD CLUSTER (GREEN FIELD PROJECT) IN

BARODI DISTRICT SHIVPURI

UNDER MSME-CDP SCHEME OF GOVERNMENT OF INDIA

Regd. Office

IIDCPlaza, 39-City Centre, Gwalior – 474 011 (M.P.)

Phone : 0751-2374506, 2426614, Fax : 0751 – 2375145,

E-mail : ; Website :

TERMS OF REFERENCE FOR THE CONSULTANCY ASSIGNMENTfor preparation of a Detailed Project Report and SELECTION OF CONSTRUCTION AGENCY AND

A QUALITY CONTROL AGENCY for establishment of A

FOOD CLUSTER (GREEN FIELD PROJECT)13.24 HECTARESIN BARODI DISTRICT SHIVPURI UNDER MSME-CDP SCHEME OF GOVERNMENT OF INDIA

  1. BACKGROUND :

Industrial Infrastructure Development Corporation (Gwalior) M.P. Limited, Gwalior (hereinafter called as IIDC, Gwalior), a subsidiary company of M.P. State Industrial Development Corporation Ltd., Bhopal, and a wholly owned Government Company of Government of Madhya Pradesh, is incorporated under the Companies Act, 1956. The IIDC, Gwalior is dedicated for promotion of industries and industrialization in the State and is presently engaged in the activities of development and management of Industrial Areas and Infrastructure facilities in the northern part of Madhya Pradesh. IIDC Gwalior proposes to develop a Food Cluster in Barodi, District Shivpuri.

IIDC, Gwalior wishes to appoint a Consultant for preparation of a Techno Economic Feasibility Report (Detailed Project Report) andSelection of Construction Agency and a Quality Control Agency for setting up a Food Cluster in Barodi, District Shivpuri in area of approx. 13.24 Hectares, which is 8 Km from Shivpuri on NH-3 towards Guna.

The selected Consultant shall function as the Principal Advisor to IIDC Gwalior and would be expected to provide comprehensive handholding services through extension of its services for survey, project design, master planning structuring, preparation of documentation needed for obtaining loan from financial institution and completing the tasks ofSelection of Construction Agency and a Quality Control Agency through a procurement process. The Consultant shall take into consideration the locational advantages and the industrial developments in Gwalior– Shivpuri – Guna region, and would attempt various cost effective development options maintaining transparency in the planning and implementation process. A modular approach should be followed so as to accommodate the possible changes.

2.Scope of work

(A)Database Generation

This would involve extensive discussion with IIDC and various Local Associations to interact and exchange views on the subject. The Consultant shall collect the available relevant data and conduct analysis of the same to assess the adequacy, to identify data gaps and constraints including sources for additional data collection. The additional data would accordingly be collected and analyzed.

(B)Survey Market study and Demand Assessment

The Consultant would conduct survey and background study to assess the competitive scenario of the proposed project, selected examples of similar project shall be studied outlining the success and failure. The economic and investment scenario in the region with special emphasis in specific area including the trends in development, raw material available in the area, comparison with other states/regions, attractiveness of specific area from the view of investment shall be studied by the Consultant. Hence market analysis and competitive assessment should be carried out. The outputs of this part of the study shall be :

  • Survey and demand
  • Assessment
  • Identification of target factories and key investors
  • Requirement of off-site and on-site infrastructure, water, power, telecom and common facilities etc.

(C) Development of External and Internal infrastructure of a Food Cluster in Barodi, District Shivpuri(Area 13.24 Hectare)

The Consultant has to deliver the following:

  1. Preparation of a Bankable detailed project report as per direction of MSME-CDP Guideline from

Govt. of India.

  1. Preparation of Bid document for selection of Construction Agency
  2. Preparation of Bid document for selection of quality control Agency.
  3. Preparation of documentation needed for obtaining loan for the proposed development from a financial institution..
  4. Evaluation of Bid document seeking for selection of a Construction and Quality Control Agency.
  5. Preparation of draft agreement to be executed with the construction agency and the Quality Control Agency.

The detailed project report should inter alia contain the following :-

  1. The basic characteristics of the project
  2. Detailed planning of the project components including inter alia, water supply scheme capable of supply, Electricity work and CETP capacity 400 KLD with collection network.
  3. Financial appraisal of the project i.e. project financing pattern, cost profitability, recovery mechanism including sensitivity analyzing
  4. Exploration of grant under Govt. of India Schemes
  5. Model methodology for selection of Construction and a Quality Control Agencies
  6. Preliminary estimation of cost and Bill of Quantities of each component
  7. Details of various regulatory clearances
  8. Technical schedule to the developer agreement
  9. Selection of Quality Control Consultant.
  10. Soil investigations for bearing capacity and CBR Value.

With the foregoing background, the detailed project report shall be prepared for zeroing-in critical infrastructure gap of the following services:-

(i)Preparation of Detailed Project Report (Technical & Financial):

S.No. / Layers / Data contents and specifications
O1 / Detailed survey of area and Preparation of Layout plan / The Consultant is required to carry out the detailed contour survey of the site based on survey and physical site verification. Road Drainage system, water supply system, electrical work, CETP and other provision as desired.
02 / Preparation of Detailed Project Report (DPR) of external and internal infrastructure works / The DPR shall include external and internal infrastructure works including water supply scheme, CETP 400 KLD, Electrical work and other items of works the Consultant shall prepare detailed hydraulics / structural design and drawings, cost estimation and Bill of quantities. The design of various components should confirm relevant IRC code, IS code, Water supply manual etc. The cost estimation shall be prepared based on the SOR prevailing in MP Government with due diligence in escalation of cost. The DPR should contain the various suggestive mode of execution of project. All necessary L section, Cross section of the Roads and Drainage work shall be prepared.
03 / Preparation of detailed financial feasibility report / Based on detailed technical project report, Bankable financial feasibility report shall be prepared containing financing mode and revenue generation mechanism. Consultant has to prepare loan agreement and other relevant documents to obtain the loan from the financial institution.

(ii)Selection of Construction and Quality Control Agencies (Bid Process Management) :

An open competitive bidding process could be used for the selection of the Construction and Quality Control Agencies. Consultant would manage the bid process for the IIDC. Consultant’s role would include development of qualification and evaluation criteria, preparation of bid documents, and technical and financial evaluation of the bids received.

S.No. / Items / Data contents and specifications
01 / Preparation of Bid documents / Consultant would prepare detailed bid documents for inviting bids from the potential bidders.
02 / Technical evaluation of bids/applications and shortlisting of bidders / The Consultant would technically evaluate the bids/applications through pre-determined criteria in consultation with IIDC, Gwalior and assist the IIDC, Gwalior in short listing the potential bidders for opening their financial proposals.
03 / Preparation of draft agreements / Draft agreement which could be signed with the successful bidder, would be prepared by the Consultant and would also form part of the bid document.
04 / Preparation of project information memorandum / Consultant would collate necessary information to prepare the project information memorandum (PIM) for the project. PIM would be based on the drawings/documents prepared as part of the technical study and would be enclosed with the bid document.
05 / Finalization of successful bidder & signing of agreement between IIDC successful bidder. / As part of the services, Consultant would assist the IIDC in negotiating with the successful bidder and in preparation of the final agreement to be signed with the successful bidder.

3. ELIGIBILITY CRITERIA for the Consultant (Who can apply):

The Bidders should satisfy the following minimum eligibility criteria and only those who satisfy these criteria should submit the proposal with necessary supporting documents :

(a)Companies/firms/private, public or government owned legal entities having business of providing professional services/consultancy for infrastructure works. Interested parties may submit their bids in individual capacity or as consortium/joint ventures of above entities. In the cases of consortium the maximum number of parties is limited to three.

(b)The bidder should have experience in preparation of at least two DPR and bid process management assignments of industrial estate, industrial park, SEZ, residential estates/ infrastructure projects costing Rs. 15.00 Crore OR MORE in each project in last 5 years. Out of 2 projects atleast one project should have been completed. Photo copy of work order/Agreement of completion certificate and present status of work should be enclosed.

(c)The bidder should have minimum Annual turn over of Rs. 1.00 Crore in last every three financial year.

(d)Last Three years Balance Sheet certified by Chartered Accountant, Income Tax Returns, Registration of Firm/Incorporation of Company etc.

(e)The Bidder Team shall be manned with adequate number of experts having relevant experience in the similar assignment of the project.

Team Leader : Minimum of a Graduate Engineer with 10 years experience in civil projects.

Architect/planner : Minimum of a Graduate Engineer in Architect or equivalent with 10 years relevant experience.

Supporting Engineers : Minimum Graduate/Diploma Engineer with 5 years experience.

Financial Experts : Should be a CA/ICWAI/MBA (Finance) or equivalent with 10 years experience.

The bidders shall submit all the above mentioned document dully attested by themselves mentioning clearly the name and seal.

4.SUBMISSION OF THE PROPOSAL:

The bidders are required to submit a technical and a financial proposal. The proposal shall be in English language.

Technical Proposal

The bidderswill have to accept all terms and conditions and instructions included in the documents. Failure to provide all or any of the requested information will be at their risk and may result in the rejection of proposal. During preparation of the technical proposal, the bidder must give particular attention to the following :-

TOR (Terms of Reference) described in the document is the basic requirement of the job. The bidder should feel free to make his own assessment considering the requirement of work put in the TOR including the assessment of the support personnel both technical and administrative. However, the consultant will have to deploy minimum number of key personnel as indicated in TOR. The consultant shall have the complete responsibility for the timely completion of the assignment and no additional fee on any account shall be paid for.

The technical proposal shall include but not limited to the following :-

Letter of submission of proposal with power of attorney wherever necessary.

Firm’s organizational structure and relevant experience including details of the previous experience and details of ongoing works. CV of the key personnel should be attached.

Description of methodology and work plan for performance of assignment.

The composition of the proposed team/teams and task assignment to individual members : The general description of qualification, experience and tasks to be performed by the various experts may be given. The task to be assigned to each member of the proposed team should be decided by the Consultant.

Curriculum Vitae (CV) recently signed with date by the proposed key personnel staff and also countersigned by an authorized official of the firm.

Proposed work programme for the execution of the services, illustrated with bar charts of the activities, critical path method or programme evaluation. The composition of the team, the assigned tasks and their timings should be brought out clearly using bar chart and flow diagrams.

Financial Proposal

The financial proposal shall be submitted as a lump sum cost for complete project detailed in TOR.

Financial proposals will include component of key personnel and supporting staff as well as the lump sum component for support staff, transportation, equipment, vehicles, communication facilities etc.

The financial proposal shall be prepared to cover the task mentioned in the TOR and also the tasks the bidder may think should be carried out to meet the objectives of the project.

The financial proposal shall take into account the tax liability and cost of the insurance, if any, specified in the TOR.

The financial proposal shall be inclusive of all taxes, duties, charges, expenses etc.

The payment after deduction of DTS, shall be made by cheque in Indian Rupees by IIDC, Gwalior. The Bank commission etc. shall be borne by the Consultant.

5.Submission and opening of Tender (Proposal):

First envelope (Envelope-A) should have (i) a demand draft of Rs. 10,000/-(Rupees Ten Thousand only) or original cash receipt for Rs.10,000/- issued by the IIDC, Gwalior towards tender documents fee (non-refundable) and (ii) Earnest money of Rs. 50,000/- (Rs. Fifty Thousand Only) in the form of DD/Bankers cheque drawn from any Nationalized Bank in favour of Managing Director,IIDC, GWALIOR.

Second envelope (Envelope-B) will contain relevant documents pertaining to the fulfillment of the eligibility criteria along with necessary supporting documents, executive summary stating the important features of the proposal, work plan approach and methodology proposed for accomplishing the scope of work. Details of consultant’s organization and experience and information regarding any conflicting activities shall also be submitted physically in Envelope-B.

Third envelope (Envelope-C) will contain financial bid.

Bidders shall have to submit envelopes-A & B & C physically. All the three envelopes shall be sealed and duly marked as A.B. or C and contained in a sealed large envelope.

The proposal shall be valid for minimum 120 days from the closing date.

Opening of Tenders

Opening first envelope-A if it is found that tender fee and earnest money are in order, then only the second envelope-B containing eligibility criteria and technical proposal shall be opened.

Opening the envelope-B containing eligibility criteria, if bidder is found qualified then only envelope-C containing financial bid shall be opened. In this connection, the decision of IIDC, Gwalior will be final.

Earnest money of the unsuccessful bidder will be returned within 28 days of the end of validity period of the offer or execution of agreement with the successful bidder which ever is earlier.

The earnest money will be forfeited if :

(a)Consultant withdraws the offer after submission during the tender validity period.

(b)In the case of successful consultant, if the consultant fails to submit the required performance security and to sign the agreement within the specified time limit.

Schedule for Submission and opening of Bid :

Date Time

a)Physical submission of Envelopes – A, B & C : 22.6.2015Upto 5.30 PM

b)Opening of Envelope A & B : 23.6.2015 Upto 5.30 PM

c)Checking of documents : 23.6.2015

d)Opening of Envelope-C of

technically qualified bidder : 23.6.2015 5.30 PM

6.Negotiations:

Normally negotiations shall not be conducted, however, in exceptional cases, with the approval of competent authority negotiation may be conducted with the lowest tenderer with a view to withdraw the conditions and reduce the rates. Anyhow the conditional offers are liable to reject.

7.Award of Contract:

The contract will be awarded to the successful bidder. Successful bidder shall execute an agreement with the IIDC, Gwalior in the prescribed form. The consultant shall have to procure stamp paper of required amount at their own cost to execute the agreement over it.

8.Time Schedule for deliverables:

Following time schedule to be followed :

S. No. / Component / No. of Days / Remarks
(a) / Submission of draft techno-economic bankable report (DPR_ / 30 days / From the date of work order
(b) / Submission of final techno-economic bankable report (DPR) after incorporating suggestions/modifications as desired / 10 days / From the date of approval of draft DPR by the IIDC subject to suggestions/ modifications
(c) / Submission of final information memorandum, bid documents, agreements and loan documentation as per scope of work etc. / 10 days / From the date of submission of final DPR

Note :The presentation of reports shall be made by the Consultant as and when required before the Committee constituted for this purpose by the IIDC, Gwalior.

9.Payment Schedule:

The Consultant shall quote lump sum fee, which should be inclusive of all taxes, levies, government duties, travel expenses, maintenance of site office & staff, clerical and technical charges, documentation fee and all other incidental expenses including expenses incurred for liaison work, meeting and for getting necessary approvals of the State/Central Government etc. (The fee to the Govt. Department to be deposited if any shall be borne by the IIDC, Gwalior).

The Consultant shall render the service in the form of following deliverables and the fee payable to the Consultant shall be in proportion to the total fee for each Part as under :-

S.No. / Deliverables/Stage / No. of copies
(Minimum) / % of Fee payable
1 / Submission of draft techno-economic bankable report with detailed estimate, design and drawing / 3 copies in CD and 8 Hard copies / 25%
2 / Submission of final techno-economic bankable report with detailed estimate, design and drawing / 3 copies in CD and 8 Hard copies / 15%
3 / Approval of techno-economic report from IIDC/ GoMP/MPSIDC/Financial Institutions / 3 copies in CD and 8 Hard copies / 10%
4 / Approval of final memorandum, bid documents & agreements etc. for Construction and Quality Control Agencies / 3 copies in CD and 8 Hard copies / 20%
5 / Evaluation of Technical Offer / 3 copies in CD and 8 Hard copies / 20%
6 / Execution of Agreement with Construction and Quality Control Agencies / 10%

Security deposit at the rate of 5 per cent shall be deducted from each bill of the consultant, which will be refunded completion of development as per DPR by the Construction Agency to the satisfaction of Quality Control Agency.