Ref : Tender No. AGM(C)/ 104 / REQUEST FOR PROPOSAL

Similar documents
Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

Procurement of Licences of Business Objects BI Platform

REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

Agriculture Insurance Company of India Ltd., Head. Head Office, New Delhi

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

NAVI MUMBAI MUNICIPAL TRANPORT

Request for Proposal (RFP) For SMS Solution in Bank of India & its Sponsored RRBs Ref : HO:IT:SMS: Dated

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI CORRIGENDUM / EXTENSION OF LAST DATE OF SUBMISSION OF TENDER

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

INDIAN INSTITUTE OF SCIENCE BENGALURU

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

Ref. No. P&S/F.2/OR/198/ Date:

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

ZONAL OFFICE NAVI MUMBAI FOR BANK OF INDIA SHAHAPUR BRANCH

BANK OF BARODA. Tender MUMBAI METRO SOUTH REGION, MUMBAI. NOTICE INVITING TENDER FOR BANK S ZONAL STATIONERY CELL, MUMBAI

Tender inviting two bid quotations for supply of Note counting Machines & AMC. Supply of Note counting Machines. As per enclosed attachment

Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

TENDER FORM HIRING OF STAFF CAR FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED

Pest Control of Branches/Offices

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) EXPRESSION OF INTEREST FOR. Sale of Non-Agricultural LAND (Residential) AT SANGLI

Ref.: TIFR/PD/CM17-245/ March 16, NIT Cum Tender Document ( ONE PART LIMITED TENDER) for the following item:

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Scope of Audit. Compilation of Accounts:

Appointment of Consultant - Advisory Services on Forex Risk Management

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

REQUEST FOR PROPOSALS FOR PROJECT MANAGEMENT CONSULTANCY FOR SMART CITY, AMRUT & OTHER INFRASTRUCTURE PROJECTS IN GUJARAT SEPTEMBER-2015

Tender No. AAI/CC/205/88/ / Date:

Notice No nd June, 2015 Notice Inviting Application

LIMITED TENDER ENQUIRY TENDER DOCUMENT (Includes both Technical & Financial bid documents)

NOTICE FOR EMPANELMENT OF AIR/ TRAIN TICKETING AGENCIES

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

REQUEST FOR PROPOSAL (RFP)

TENDER FOR SALE OF OLD/CONDEMNED VEHICLE OF CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING

Request for Proposal For Renewal of Annual Technical Support (ATS) for Oracle & BEA Weblogic Licences

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

4. NOIDA and its authorized representatives are hereby authorized to conduct any

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

Sd /- Managing Trustee

Expression of Interest

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

Ref.: TIFR/PD/CM17-201/ January 22, NIT cum Tender Document (ONE PART LIMITED TENDER) for the following item:

REQUEST FOR PROPOSAL. For

Jodhpur Zone Jashoda Tower, Aakhaliya Circle, Jodhpur (Rajasthan) Tel: ,

at 13:30 hrs

द न ब क DENA BANK स म न य प रश सन व भ ग GENERAL ADMINISTRATION DEPT

BANK OF BARODA GREATER MUMBAI ZONE MUMBAI

Institute of Development Studies Kolkata DD-27/D, Sector-I, Salt Lake, Kolkata

NOTICE INVITING TENDER (NIT) (e-tender)

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

छप ई एव स ट शनर अन भ ग, सह यक स व ए ववभ ग, क न द र य क य ऱय, म बई.

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LIMITED

1. Title of the tender : Tender for Printing of Calendars 2014 Wall Calendars and Desk Calendars & Date Calendars

TENDER DOCUMENT FOR ANNUAL MAINTENANCE OF UPS. Date of Issue of tender notice: Sale of Tender document till: (1400 Hours)

NATIONAL INSTITUTE OF TECHNOLOGY SIKKIM Ravangla Campus, Barfung, South Sikkim (Ph): )

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

TENDER DOCUMENT FOR SECURITY & HOUSEKEEPING CONTRACT

TENDER NOTICE. ESIS Stage Contractor Stage Start Date & Time Expiry Date & Time. - Tender Download : :00

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

ZONAL OFFICE, UJJAIN ZONE

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

THE COTTON CORPORATION OF INDIA LTD. CBD BELAPUR, NAVI MUMBAI.

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

REQUEST FOR PROPOSAL FROM CHARTERED ACCOUNTANT FIRMS FOR

Request For Quotation from Service Providers. for. Lead Implementer (LI) Training Course on ISO/IEC :2011 (Training Services)

REQUEST FOR PROPOSAL

Notice Inviting Tender (NIT)

Notice Inviting Tender No. : PU/Tender/ News Paper Advt. Agn./ /1 Dated:

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

GUJARAT MARITIME BOARD

NOTICE INVITING TENDERS FOR

DOCUMENT FOR EMPANELMENT OF TEV STUDY CONSULTANT

Selection of Consultants

Request For Proposal (RFP)

No.14/PGRRCDE/OU/2018 Date: TENDER NOTICE

(A State Govt. University) Ph. No.-(0522) , 43, 45 Website: Tender Notice

TENDER DOCUMENT PHOTOCOPYING & STATIONERY SHOP KIRORI MAL COLLEGE, UNIVERSITY OF DELHI DELHI

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

Notice Inviting Tender for Printing of Accounts Manual of APDCL

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

for SUPPLY OF HP TONER CARTRIDGE

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

UNIVERSITY OF ALLAHABAD

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS)

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

ANIIDCO LTD. Terms & Conditions for Appointment as Internal Auditor

Transcription:

THE BRIHAN MUMBAI ELECTRIC SUPPLY & TRANSPORT UNDERTAKING (OF THE BRIHAN MUMBAI MAHANAGAR PALIKA) Ref : Tender No. AGM(C)/ 104 / 2015-16 REQUEST FOR PROPOSAL Appointment of Consultant for streamlining the commercial exploitation of Undertaking s reserved plots for Bus Depots, Bus Stations and Staff Quarters to upgrade commuter facilities coupled with enhancement in operating/nonoperating revenue. Table of Content : (I) (II) (III) (IV) (V) (VI) Background. Instructions to bidders on submission of proposal. Scope of Work. Qualification criteria/evaluation of bids/time period. Payment Schedule. Forms to be submitted by the bidder. Date : 15.12.2015 Price : INR 10,000/- + MVAT Pages : 1 to 32

(I) Background : - 2 - The Brihanmumbai Electric Supply & Transport Undertaking (B.E.S.&T.) is the only agency in India, which provides two essential services viz. Distribution of Electricity in the island city of Mumbai i.e. from Colaba upto Sion & Mahim And Public Transport within Mumbai Municipal Limits and in some areas of Navi Mumbai, Mira-Bhayander and Thane. Earlier the BEST Committee was authorized to fix the Electricity Tariff and Transport Fare. However, after introduction of Electricity Act 2003, electricity supply business has come under increased regulatory supervision and there are many parameters restricting the hike in electricity tariff. This has resulted in reduction of profit from electricity business. On the other hand, loss of Public Transport business is increasing and introduction of other public transport modes viz. Metro-Rail, Mono Rail, etc. are adversely effecting Undertaking s transport business by lowering commuter count. Now to overcome the said problems, Undertaking desires to utilize its existing immovable assets i.e. reserved plots for Bus Depots, Bus Stations & Staff Quarters for generation of permanent revenue through commercial exploitation of said plots without affecting its principle use. The GOM vide its Notification dated 27 th July 2006 has allowed the Undertaking to commercially exploit the Undertaking s reserved plots to the extent of 30% of individual plot potential. On the basis of said GOM Notification, the Undertaking in the past had invited tenders for commercial exploitation of 6 plots on Public-

- 3 - Private-Partnership Module i.e. Developers were given the rights to develop the plot as per their requirement against the payment of non-refundable upfront premium. The properties thus developed are being leased out at nominal lease rent by the B.E.S.& T. Undertaking. The purpose of appointing the Consultant is to identify sources of recurring revenue through commercial exploitation of reserved plots for Bus Depots and Bus Stations. Also the said development shall be keeping in view the future developments of other transport modes in Mumbai City & Suburbs viz. Mono Rails & Metro Rails by which Undertaking will face more competition and therefore shall also be able to provide improved facilities to the commuters. Undertaking also wants to make available more number of Staff Quarters (i.e. about 2500 additional tenements) for its staff and also wants to generate revenue through it. For this purpose, B.E.S.& T. Undertaking is floating Request For Proposal (RFP), and inviting tenders from Consultants with deep expertise and experience in overall Business Development coupled with planning and implementing reforms. The scope of work involves studying land details and other aspects to decide priority of proposals for re-development of reserved plots keeping in view the revised Development Plan/ DCR of the Mumbai City & Suburbs, which is being implemented shortly. The scope of work also involves giving estimated earning through commercial re-development of individual plot

- 4- based on PPP module and self-financed module alongwith recommendation for acceptance of either, giving pros & cons. The said plan shall be preferably spread over next 10 years. Consultant shall also submit model Detailed Project Report (DPR) necessary to obtain soft loans if the plot is to be developed under self-financing module. **********************

- 5 - (II) Instructions to bidders for submission of proposal : (A) The proposal shall be submitted in a sealed envelope, superscribing the title of work which shall further contain 2 envelopes as indicated below : Envelope 1 (Sealed superscribing Technical bid ) containing the technical bid as per format in relevant Annexure shall be addressed to The General Manager, B.E.S.& T. Undertaking, BEST Bhavan, BEST Marg, Colaba, Mumbai 400 001. The Technical Bid should contain the following items/documents : 1. Form 1 : Proposal Submission Letter. 2. Form 2 : Team composition along with CV for staff. 3. Form 3 : Firm credentials format i.e. list of works with supporting documents. 4. The bidder must have office in Mumbai Metropolitan Region (MMR). This should be supported by a valid License or other documents viz. Electricity Bill/Telephone Bill of last 3 months, etc. 5. Declaration of the Bidder that he agrees with the Terms & Conditions of the RFP by signing each sheet of the RFP document. 6. Power of Attorney/Management Delegation in favour of the person signing the bids.

- 6 - Envelope 2 (Sealed superscribing Financial bid ) containing the financial bid as per format enclosed as Form 4 shall be addressed to The General Manager, B.E.S.&T. Undertaking, BEST Bhavan, BEST Marg, Colaba, Mumbai 400001. The financial bid will be opened only for those parties who qualify in the technical bid. The Financial bids of the bidders shortlisted after technical evaluation stage would be opened by the Committee in the presence of the bidders or their authorized representatives, if any, who desire to be present and shall be informed to the respective bidders at least two days in advance. Please note that conditional bids and/or bids received after the stipulated date & time will be rejected. The bids (both Technical & Financial bid) shall be submitted by hand, (i.e. shall be submitted in the Drop Box kept for the purpose), so as to reach the office of the Asst. General Manager (Civil), 1 st floor, Electric House, BEST Marg, Colaba, Mumbai 400 001 on or before 28.01.2016 till 15.00 Hrs. The Technical bids submitted shall be opened on 28.01.2016 at 15.00 Hrs. in the presence of the bidders or their authorized representatives, if any, who desire to be present. (B) Bid document : Interested bidders may obtain further information from the office of Asst. General Manager (Civil), 1 st floor, Electric House, BEST

- 7 - Marg, Colaba, Mumbai 400 001. Request For Proposal (RFP) can be obtained by interested bidders on written request and against a non-refundable payment of INR 10,000/- (plus MVAT) in Cash or in the form of a Demand Draft or Banker s Cheque payable at Mumbai in favour of The B.E.S.& T. Undertaking. The RFP documents are nontransferable and the bidders who purchase the RFP documents in their names are only eligible for submission of bid. The RFP may be obtained from the above address during office hours on all working days in person from 15.12.2015 to 28.01.2016 (except Saturday, Sunday and Govt. Holidays) between 9.30 Hrs. to 12.30 Hrs. and 13.30 Hrs. to 15.00 Hrs. Bids shall be received upto 15.00 Hrs. on 28.01.2016. The time table for bid process is as follows : Cost of Tender Document INR 10,000/- + MVAT Earnest Money Deposit/ Bid INR 1,00,000/- Security Sale of Tender Document From 15.12.2015 to 28.01.2016 Last date of submission of bid 28.01.2016 upto 15.00 Hrs. Opening of Technical Bids Opening of Financial Bids 28.01.2016 at 15.00 Hrs. After evaluation of Technical Bids. The Earnest Money in the form of Cash or Demand Draft/Banker s Cheque payable at Mumbai (drawn in favour of The B.E.S.&T.

- 8 - Undertaking ) should be deposited in Cash Department of the Undertaking before 12.30 P.M. on 28.01.2016. (C) Earnest Money/ Bid security : The Consultant shall furnish as part of its Technical bid, Earnest Money/Bid Security for an amount of Rs.1,00,000/- (INR One lac only). The bid security shall initially be valid for a period upto two months beyond original bid validity period (120 days) i.e. upto six (6) calendar months from the date of opening of technical bid. The Earnest Money/ Bid Security is required to protect the B.E.S.&T. Undertaking against the risk of Consultant s conduct, which would warrant the Bid Security forfeiture, pursuant to the following : * If a Consultant withdraws its bid during the period of bid validity ( i.e. 120 days) or * In case of mis-representation or wrongful declaration/ presentation of qualifying data and other facts or * In case successful Consultant fails to sign the contract. The Earnest Money/Bid Security shall be made payable to the The B.E.S.&T. Undertaking without any condition whatsoever. Any bid submitted without advance payment of the required Earnest Money/Bid Security in accordance with provisions of these clauses will be rejected and treated as non-responsive and shall not be opened.

- 9 - The Earnest Money/Bid Security of unsuccessful bidders will be discharged and/or returned as promptly as possible but not later than two months after the expiry of the period of bid validity (i.e. 120 days) prescribed by the B.E.S.& T. Undertaking. The Earnest Money/Bid Security of the successful bidder shall be refunded after submission of the required data/final Report by the Consultant and acceptance of the same by the B.E.S.& T. Undertaking. No interest shall be payable by the B.E.S.& T. Undertaking on the above Earnest Money/Bid Security. (D) The successful Firm/Association/Consortium shall enter into binding agreement within 30 days from the date of issue of acceptance letter. The Undertaking shall provide draft agreement for the purpose. All stamp duty/ registration fees shall be borne by the Firm/Association/Consortium. Yours faithfully, (S. P. Khachane) ASST. GENERAL MANAGER (CIVIL)

(III) Scope of Work : - 10 - (1) Study the land matters of given Bus Depots, Bus Stations and Staff Quarters plots as per records available with the Undertaking for individual site (As per Annexure A1, A2 & A3 ) assess the requirement as may be necessary vis-à-vis re-development of plots under Notification dated 26 th July 2006 issued by GOM and Mumbai Municipal Corporation (MMC) Act (amended upto date) and submit the same in writing for individual plot which shall include details /list of all necessary approvals/noc, etc. required for re-development/ development of the individual plot from all the relevant authorities. Further to suggest necessary modification to said Notification to increase the revenue, etc. (2) Work out estimated revenue from individual site i. e. Bus Depots and Bus Stations (Annexure A1 & A2) for two types of development viz. PPP Module (i.e. by appointment of developer as has been done by the Undertaking in 6 cases) and 2 nd module of generating revenue which can be earned per annum through leasing out constructed BUA under self finance module including the fund requirement in case of development under selffinance module. The estimated cost for both the module shall be separately worked out for commercial/residential development on individual plot if the plot is developed for 30%, 50% and full potential of the individual plot as per latest D.C. Regulation. All such estimates (as detailed in format (table) hereunder) shall be supported with necessary drawings containing line diagrams and FSI calculations for respective plan/ line diagram, estimate sheets etc.: PPP Module Plot Details Area of plot Land Cost (INR in Crores) As per Market Ready Value Reckoner 2016 Estimated Revenue (one time upfront premium) under PPP Module (INR in Crores) Commercial Residential Plot potential Plot potential 30% 50% 100% 30% 50% 100%

- 11 - Self-financed Module Plot Details Area of plot Land Cost (INR in Crores) As per Ready Reckon er 2016 Mar ket Val ue Estimated Revenue under self-financed module i.e. projected income per annum (INR in Crores) Construction cost under self-financed module (INR in Crores) Commercial Residential Commercial Residential Plot potential Plot potential Plot potential Plot potential 30% 50% 100% 30% 50% 100% 30% 50% 100% 30% 50% 100% (3) To suggest the mode of project development out of PPP Module or self financed module giving pros. & cons. vis a vis cost benefit under commercial/residential development on individual plot. (4) To give priority list for plot development for Bus Depots/Bus Stations in next 10 years. The priority shall be based on : (i) (ii) Age of existing structures. Necessity of development considering upgradation of plot to cater future load demand based on various transport development undergoing in Mumbai city and Suburbs viz. Metro, Mono Rails and other modes of transport. (iii) Monetary benefit which would be available on redevelopment of plot including revenue uplift of the Undertaking through transport earning. (5) To study the land matters related to reserved plots for Staff Quarters (listed in Annexure A3) and give suggestions/feasibility as regards redevelopment of plots so as to make available 2500 additional Staff Quarters (over existing 5000) under recently amended section 33(3) A & B of DCR of Greater Mumbai vide Notification dated 2 nd September 2015.

- 12 - (6) Work out estimated revenue from individual site or Staff Quarters for two types of development viz. PPP Module and revenue which can be earned per annum through leasing out constructed BUA under self finance module including the fund requirement in case of development under self finance module. All such estimates shall be supported with necessary drawings containing line diagram, phase programme for re-development i.e. with planning of temporary/ permanent accommodation of existing occupants within the plot and FSI calculations for respective plan/line diagram. (7) To give priority of re-development of Staff Quarters plots based on: (i) (ii) Age of existing structures. Possibility of redevelopment without shifting existing occupants or temporary arrangement within the plot vis a vis additional number of quarter that would be available on redevelopment. (iii) Total revenue generation through redevelopment of plots. (8) To explain pros & cons of availing soft loan by the Undertaking within the available National/International options giving cost benefit analysis. (9) To prepare a sample DPR necessary for obtaining soft loans. Time period : The maximum time period for completion of works as per Scope of Work mentioned above shall be Six months. Time period is an essence of this contract. If the consulting firm assures submission of report before time (upto 4 months), the same will be given weightage in technical evaluation. **********************

- 13 - (IV) Qualification criteria/ Evaluation of bids/ Time period : The selection of the Consultant will be based on Quality and Cost Based Selection (QCBS). This will entail the submission of both technical and financial proposal. 1. Technical Proposal : The technical proposal will be evaluated on the following criteria: Sr. No. Qualification Max Score 1 Project Team 35 2 Firm Credentials 10 3 Time Period 10 4 Experience in serving Government Institution in Maharashtra on similar topic 15 5 Experience in serving Transportation Sector 20 6 Work plan and methodology 10 Total 100 The minimum technical Score (St) to qualify for the technical proposal is 60. 1.1. Project Team : The consultant would be required to form a multi-disciplinary Project Team for this assignment, consisting of the following key personnel :

- 14 - Sr No. Expert No of Posit ions Educational qualification/ Experience (minimum requirement) 1 Team Leader 01 MBA or equivalent from a reputed and recognized institution plus a Graduate in Civil Engineering with minimum 15 years of relevant experience in infrastructure. He/she must have experience of leading atleast one assignment in India with a Government body /Public Sector/Transport Sector in past 5 years. The assignment must include analysis of market potential, financial feasibility, policy framework and recommendations. 2 Architect 01 Graduate in Architecture with minimum 10 years of experience. Atleast 3 projects (more than Rs.15 crores) completed in Mumbai i.e. he/she should be conversant with D.C. Regulations of MCGM. Scoring Criteria based on Experience in years Experience : 20 + years : 5 marks. 15-20 years : 3 marks. Experience : 15 + years : 2 marks. 10-15 years : 1 mark. Relevant expertise in the field/works carried out Max. 5 marks. Max. 3 marks.

- 15-3 Land acquisition expert 4 Financial Expert/ Marketing Expert 01 Graduate in Civil Engineering or equivalent from a reputed and recognized institution with relevant experience/ qualification in liasoning in land matters with collectorate/city survey and Tahsildar with minimum 10 years relevant experience. He/she should have worked on atleast 1 assignments including one land acquisition matters in last 5 years. or A retired/separated person (minimum 10 years experience) of revenue department from the post of City Survey Officer/Special Land Acquisition Officer or above. 01 MBA (Finance) or CA having minimum 10 years of experience out of which minimum 5 years experience shall be in the marketing for Real Estate. Experience : 15 + years : 2 marks. 10-15 years : 1 mark Experience : 15 + years : 2 marks. 10-15 years : 1 mark. Max. 3 marks. Max. 3 marks. 5 Legal Expert 01 Graduate in Law with minimum 10 years of experience with atleast 1 assignment related to land matters in last 5 years. Experience : 15 + years : 2 marks. 10-15 years : 1 mark. Max. 3 marks. 6 Transportati on Expert 01 Graduate in any faculty from reputed Institute having minimum 5 years experience in Bus transport and Mobility. Experience : 10 + years : 2 marks. 5-10 years : 1 mark. Max. 3 marks.

- 16 - It should be noted that the proposed associates/experts cannot be the part of more than one bidding teams. In addition to Key Personnel, the consultant is required to deploy adequate number of supporting technical staff. The format for team composition and CVs is given in Form 2. Undertaking will provide seating arrangement for 3 persons and will make available all the existing documents for scrutiny and study purpose within the premises. No original documents would be allowed to be taken out of the Undertaking s premises and for the purpose the Consultant appointed shall make necessary arrangement for photo copies of documents/drawings etc., if so required. 1.2. Firm Credentials : The Firm should submit details in the format for firm s credentials and experience as given in Form 3. For this contract, the bidder can apply through associates or consortium of maximum 3 Firms. In the technical submission, the lead member should be clearly mentioned. For the purpose of calculating credentials viz. financial turnover, work experience, etc., the same should be of the Associates or Consortium or Individual Firm as the case may be. Average annual turnover for past 3 years Total experience of the Firm/ Associate/Consortium Firm/Associate/Consortium having maximum turnover shall be given 5 marks (max), all others shall be assessed w.r.t. said maximum turnover. The Firm/Associate/Consortium having most experience i.e. carried out most number of relevant works/similar works i.e. matching with the scope of work of this tender shall be given 5 marks (max), all others shall be assessed w.r.t. said experience.

- 17 - Documents : 1. Audited Financial Report for previous 3 years i.e. F.Y.2012-13, 2013-14 & 2014-15 of all the participants in Associate/ Consortium or of a Firm in case of individual Firm. 2. Company incorporation / establishment certificate indicating year of establishment of all the participants alongwith details of works carried out. The minimum annual turnover (average) of the Firm/Associates/ Consortium should be more than INR 10 Crores (Indian Rupees Ten Crores only) for last 3 financial years. 1.3. Time period/penalty for delayed work : This factor has been given more importance for this project. The successful Firm shall submit the proposal within maximum period of 6 months from the date of commencement given in the work order/letter of acceptance of offer. It is expected that Firm shall submit the required data/information in all respect at the earliest but not before 4 months period. The scoring criteria shall be as under : a) Within 4 months - 10 marks. b) Within 5 months - 7.5 marks. c) Within 6 months - 5 marks. For the purpose the bidder shall quote the time period in which the Firm would submit the entire data in the proposal submission letter to be submitted as per Form 1 enclosed.

- 18 - Penalty : Penalty shall be levied at the rate of Rs.5,000/- per day, beyond time period of contract, however it shall be limited to maximum 10% of the quoted price. The time period shall be as quoted by the successful bidder in the proposal submission letter which shall not be more than 6 months in any case. 1.4 & 1.5 : Experience in serving Government/ Transportation Sector : The bidding firm having carried out work for the Govt. Institution in Maharashtra and /or for transportation sector will be given weightage. For the assessment of the technical bid under experience in Govt. Institution and experience in serving transportation sector, the bidder shall submit list of works carried out supported by Completion Certificates/Work Orders for eg. comprehensive mobility plan. The Firm carried out maximum works in respective criteria shall be given maximum marks indicated above and all other shall assessed w.r.t. said data. 1.6. Work plan and methodology : The firm should clearly comprehend the issues to be addressed under the present assignment and accordingly work out their plan and methodology to be adopted in working out solution thereof, which shall be submitted in writing. For the purpose the firm may be called for presentation to be given to the Management under technical bid.

- 19 - Note : For all above, the decision of the Committee appointed for the tender scrutiny shall be final and binding on bidders. If found necessary, the tender committee may call upon the participants to give further clarification if any sought in the process of tender scrutiny. 2. Financial Proposal : The financial proposal shall be submitted as per the format given in the Form 4. The price bid should be a lump-sum amount inclusive of prevailing taxes including service tax and duties as applicable. The prices quoted shall be firm and inclusive of all taxes and duties for the Scope of Work and Terms of Reference as agreed including all expenses for personnel services, visits, transport charges, cost of collecting required data, cost of preparing drawings and proposals/submissions, etc. and all the necessary services, materials, stationary, computer services, typing, printing, photocopying etc. to fulfills the requirement of the scope. No change in the prices will be allowed on any account even due to increase in taxes / duties / service tax, etc. The lowest evaluated Financial Proposal (Fm) is given the maximum financial score (Sf) of 100. The formula for determining the financial scores (Sf) of all other proposals is calculated as following : Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration.

- 20-3. Evaluation of the Final Score : The weights given to the Technical (T) and Financial (F) Proposals are: T = 80% F = 20% Proposals shall be ranked according to their total score S viz. combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal, F = the weight given to the Financial Proposal, T + F = 1) as following : S = St x T% + Sf x F%. The Consultant achieving the highest combined technical and financial score will be invited for negotiations. *********************

- 21 - (V) Payment Schedule : The breakup of the period of Assignment and Payment Schedule as per the Terms of Reference is as follows : Mobilization Advance. Output Payment Maximum time span for submission Submission of priority list alongwith estimated revenue under both the modules and submission of detailed report giving pros & cons for all the given sites in Annexure A1, A2 & A3. Acceptance of Final Report with rectifications if any suggested by the Undertaking & Sample DPR for obtaining soft loans. * 10% of total fees quoted as advance against mobilization & other expenses. 80% of total fees quoted after deducting fees paid as advance subject to acceptance of detailed report by the Competent Authority of the Undertaking. 100% of total fees quoted after deducting fees paid earlier. To be paid to Consultant within 1 month from the date of issue of work order or entering into contract whichever is later. 5 months from the date of commencement. 6 months from the date of commencement. * Successful bidder shall submit requisite Bank Guarantee of Nationalised/ Scheduled Bank against the amount/advance to be paid against mobilization and other expenses. **********************

- 22 - BUS DEPOTS ANNEXURE-A1 Sr No Location Plot area in Sq.mt. SOUTH ZONE (CITY) :- 1 Colaba 23653.28 2 Mumbai Central 20072.36 3 Worli 20390.95 4 Back Bay 21139.00 EASTERN SUBURBS ZONE :- 1 Wadala 40132.42 2 Deonar 25738.40 3 Vikhroli 12581.00 4 Ghatkopar 23324.00 5 Dharavi 43137.38 6 Anik 161575.00 7 Pratiksha Nagar 8 Shivaji Nagar 26029.50 9 Mulund (WEST) 28550.00 10 Mulund (EAST) (Proposed) 30000.00 11 Trombay Pier (Proposed) 26154.00 12 Shivaji Nagar (Proposed) 26029.50 13 Bus Work Shop, Dadar 54851.22 WESTERN SUBURBS ZONE :- 1 Santacruz 26601.00 2 Poisar 12972.00 3 Marol 19976.00 4 Goregaon 31855.00 5 Bandra 18986.52 6 Dindoshi 23250.00 7 Oshiwara 26594.50 8 Malvani (Including Quarters) 28024.00 9 Magathane 29453.00 10 Majas 26585.60 11 Gorai 30114.00 12 Malad 18917.00

- 23 - BUS STATIONS ANNEXURE-A2 Sr No Location Plot area in Sq.mt. SOUTH ZONE (CITY) :- 1 Colaba Bus Station 3987.40 2 Vasantrao Naik chowk Tardeo 4849.38 (Pandey's compound ) 3 Sewree 6901.51 4 Ambika Mill, Lower Parel. 4762.98 EASTERN SUBURBS ZONE :- 1 Rani Laxmi chowk, sion ( E ) 3862.78 2 Mulund ( west) L.B.Road 2627.58 (Maharana Pratab Chowk ) 3 anushakti Nagar 4950.00 4 Vidya vihar Rly.sation (west) 2238.60 5 Govandi 4843.78 6 Ghatkopar(East) 6895.50 7 Vikholi Rly.station (East) 2465.80 8 Mulund PM GP (EAST) 3000.00 9 Shivaji nagar 4563.00 10 Kopari bus station (Hiranandani Powai) 4245.00 11 Nahur Bus Station,Mulund (West) 5616.93 12 Kurla Rly.station ( East) 6265.00 WESTERN SUBURBS ZONE :- 1 Shanti Ashram, Borivali (West) 2060.00 2 Dindoshi Bus Station, Goregaon (East) 3321.00 3 charkop, kandivali (west) 5305.00 4 Bandra Reclamation, Bandra (west) 5000.00 5 Kandivali Rly.Station (East) (Including Officer's 7975.00 Quarters). 6 JVPD BUS Station, Juhu. 3933.00 7 Juhu Chowpaty 4773.00 8 Jogeshwari (west) 6139.70 9 Gaikwad Nagar, Malwani. 3655.00 10 Dahisar check Naka, Dahisar (East ) 2079.70 11 Cattle Market,Goregaon (East) 2000.00 12 Samata Nagar, Kandivali(East) 2656.10 13 Damupada, Kandivali (East ) 4736.50 14 Goregaon Rly.Station (west) 4092.85

- 24 - ANNEXURE-A3 STAFF QUARTERS ( Having Plot Area more than 5000.00 sq.m.) Sr No Location SOUTH ZONE :- Plot area in Sq.mt. 1 Parel 45608.22 2 Bhoiwada 8658.86 EASTERN SUBURBS ZONE :- 1 wadala 5471.00 2 Deonar 26166.00 3 Ghatkopar 36577.00 4 vikhroli, Amrut Nagar 10368.00 5 Shivaji Nagar 23364.91 6 Chandivali (4 Bldgs) (Bldgs purchased from MHADA) WESTERN SUBURBS ZONE :- 1 Santacruz 29406.90 2 Oshiwara 33344.20 3 Dindoshi 14542.00 4 Kandivali ( west ) 4172.00

- 25 - Proposal submission letter (To be submitted on Firm s Letter head) To, The General Manager, B.E.S.& T. Undertaking, BEST Bhavan, BEST Marg, Colaba, Mumbai 400 001. Form 1 Dear Sir, We, the undersigned, offer to provide the consulting services for Streamlining the commercial exploitation of Undertaking s reserved plots for Bus Depots, Bus Stations and Staff Quarters to upgrade commuter facilities coupled with Enhancement in operating/non-operating revenue to B.E.S.& T. Undertaking in accordance with your expression of interest/request for proposal dated and our proposal. We are submitting our proposal in consortium with (name of consulting firms as consortium members)/ on our own (strike out as appropriate). We have understood the Scope of Work & taken into account all the cost/expenses involved for proposed work and we are hereby submitting our proposal at our own freewill, which includes the Technical Proposal and the Financial Proposal sealed under a separate envelope. We confirm that we are qualified as per the Qualification Criteria specified in the RFP document. We hereby declare that all the information

- 26 - and statements made in this proposal are true and accept that any misinterpretation contained in it would lead to our disqualification. If negotiations are held during the period of validity of the Proposal, i.e. 120 calendar days from the last date of proposal submission, we undertake to negotiate without any alteration in the staff proposed for the assignment. Our proposal is binding upon us and subject to the modifications resulting from contract negotiations. We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than a week from the date of issue of letter of award of contract and we also confirm that we shall submit the final report as per scope of work within 4/ 5/ 6 months (strike out as appropriate). In words months from the date of commencement. We understand that the Undertaking reserves the right to reject any or all the proposals received without assigning any reason. Thanking you, Yours sincerely, Authorized signature (in full and initials) : Name and Title of Signatory : (Note : This shall be supported with Power of Attorney given to signatory). Name of Firm : Address : Company Seal : Contact Nos. : E-mail I.D. :

- 27 - Form 2 Team Composition (To be submitted on Firm s Letter head) : Sr. No. Key position Name of Key Expert Key Staff Educational Qualification Area of Expertise Post qualification relevant experience in number of years Authorized signature (in full and initials) : Name and Title of Signatory : Name of Firm : Address : CURRICULUM VITAE (CV) FOR KEY STAFF (6 Nos. + support staff 3 Nos.) 1. Name of Firm (Insert name of firm proposing the staff) 2. Name of Staff (Insert full name) : 3. Date of Birth : Nationality : 4. Education (Indicate college / university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment): 5. Membership of Professional Associations : 6. Contact Nos./Mobile No. 7. E-mail I.D. :

- 28-8. Other Training (Indicate significant training since degrees under 5 -Education were obtained ) : 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 : 12. Work undertaken that Best illustrates Relevant Experience and Capability to Handle the Tasks Assigned 13. 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 disqualification or dismissal of the firm, If selected my services shall be available for the assignment till completion. Date : (Signature of staff member or authorized representative of the Staff) Day/Month/Year Full name of authorized representative :

- 29 - Form 3 Firm Credentials Format (separate sheet for each firm in case of Association/ Consortium) (To be submitted on Firm s Letter head) : (Fill-in details only for justification of satisfying specified Qualification Criteria, detailed information may be submitted in additional sheets as annexures or subsequent forms). 1. Name and Address of the Organization : 2. Telephone No : Fax No : Website : 3. Contract Person, Contact Details and E-mail ID : 4. Year of Establishment : Details of experience as a Lead Consultant /Project Advisor in ports in India in the past five years : 5. Sr. No. Client Region Focus Sector Duration of Appointment Details of experience of assignments in Transport /Govt. Institution in Maharashtra related to technical feasibility, financial feasibility, market assessment, traffic study and market forecast. Additionally, firms having experience in at least 1 assignment related to Transportation Sector study should also be detailed out. 6. Sr. No. Project Name Client Project Cost (Rs. Crore) Sector

- 30-7. Financial Strength (as per the audited statement) : Year 2012-2013 2013-2014 2014-2015 Total Turnover (in Crores) 8. Any other details in support of your fulfilling Qualification Criteria : (Consultants shall include project experiences / details only to the extent for establishing their satisfying qualification criteria in this statement. In case of additional details, consultants should attach it separately with the form in a summarized format). (Consultants shall attach engagement letter / auditor certificate/ client's certificate etc. towards satisfactory completion of the assignment indicated in their experience record). Authorized Signature (In full and Initials): Name and Title of Signatory : Mobile No. of Signatory : Name of Firm : Address :

- 31 - THE BRIHAN MUMBAI ELECTRIC SUPPLY & TRANSPORT UNDERTAKING (OF THE BRIHAN MUMBAI MAHANAGAR PALIKA) Form 4 Financial Proposal To, The General Manager, Dear Sirs, We, the undersigned, offer to provide the consulting services for ( ) in accordance with your Request For Proposal (RFP) dated and our Technical Proposal. Our financial proposal for executing the assignment shall be as follows: Sr. No. Particulars In Figures Professional Fees In Words 1 Streamlining the commercial exploitation of Undertaking s reserved plots for Bus Depots, Bus Stations and Staff Quarters to upgrade commuter facilities coupled with enhancement in operating/ non-operating revenue. Our Financial Proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the Proposal, i.e. 120 calendar days from the last date of submission of this Proposal.

- 32 - Our offer is inclusive of all taxes including service tax, duties and all other overhead including remuneration of all key staff and supporting staff etc. We understand that the Undertaking reserves the right to reject any or all the proposals received without assigning any reason. Thanking you, Yours Sincerely, Authorized Signature (In full and Initials): Name and Title of Signatory : (Note : This shall be supported with Power of Attorney given to signatory) Company Seal : Contact Nos. : E-mail I.D. : C:\Sys15\NDC\AE(Sp)\Tender\Comm.exploitn\Request&Form.docx\14xii2015.