REQUEST FOR PROPOSAL (RFP)

Similar documents
REQUEST FOR PROPOSAL. Appointment of Project Development and Management Consultant. for Smart City Projects of Ujjain City. NIT No.

Request for Proposal

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

Municipal Corporation of Greater Mumbai. Development of Solid Waste Management Sector Project at Greater Mumbai

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

DMICDC. Delhi-Mumbai Industrial Corridor Development Corporation. International Competitive Bidding (ICB)

DELHI DEVELOPMENT AUTHORITY REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF TECHNICAL CONSULTANT FOR

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Department of Medical Health & Family Welfare Uttar Pradesh. RFP No.2013 /DGMH / Dated SETTING UP OF SUPER SPECIALTITY HOSPITAL

DMICDC. Delhi-Mumbai Industrial Corridor Development Corporation. International Competitive Bidding (ICB) 31 st January, 2017

Request for Proposal (RFP) Document

NAVI MUMBAI MUNICIPAL TRANPORT

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL

Sub: Request For Proposal (RFP) from Chartered Accountants Firms for providing financial services to IIT Indore

SAMTEL COLOR LIMITED BIDDING PROCESS DURING CORPORATE INSOLVENCY RESOLUTION PROCESS:

REQUEST FOR PROPOSAL (RFP)

Procurement of Licences of Business Objects BI Platform

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

KARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

(A statutory body of Govt of Kerala)

TENDER NOTICE. Sub: Quotation for annual contract for Horticulture work in DGCA.

INTERNATIONAL GARMENT FAIR ASSOCIATION

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

THE DIRECTOR GOVERNMENT PRINTING AND STATIONERY, MAHARASHTRA STATE. Netaji Subhash Road, Mumbai

Request for Proposal (RFP) Bid Document

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India. National Competitive Bidding (NCB) REQUEST FOR

Issued by. New and Renewable Energy Development Corporation of Andhra Pradesh Limited (NREDCAP) Hyderabad

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

Request for Proposal (RFP) ForSupply of Customized T-Shirts

BASTAR VISHWAVIDYALAYA

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

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

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

DMICDC. (Ref No: DMIC/2016/06/001) Delhi-Mumbai Industrial Corridor Development Corporation. International Competitive Bidding (ICB)

Construction & Maintenance

Short Term Tender Notice for Hiring of Vehicle for Bihar Skill Development Mission,Patna

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

REQUEST FOR PROPOSAL (e-procurement mode only)

Aurangabad Industrial Township Limited. International Competitive Bidding (ICB) CONSULTANCY SERVICES FOR

Document Download Start Date & time (e-tender) Lac at Hrs

DESIGN, BUILD, FINANCE OPERATE, MAINTAIN & TRANSFER THE MARINE RESEARCH, CONSERVATION & INFORMATION CENTRE CUM OCEANARIUM AND ALLIED FACILITIES

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

JAMMU & KASHMIR STATE POWER DEVELOPMENT CORPORATION LIMITED

[SCHEDULE XXI [See regulation 106F(2)] PART A DISCLOSURES IN THE ADDENDUM TO THE OFFER DOCUMENT FOR RIGHTS ISSUE OF INDIAN DEPOSITORY RECEIPTS

Development of 3000 TPD Waste to Energy Project at Deonar, Mumbai on DBO basis. Instructions to Tenderers Bid No.:

National Highways Authority of India Request for Proposal (RFP) Appointment of Safety Consultants

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

KARNATAKA FISHERIES DEVELOPMENT CORPORATION LTD.,

Notice Inviting Tender (NIT)

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

REQUEST FOR PROPOSAL

Procurement of Works & User s Guide

ICAR-National Institute of Agricultural Economics and Policy Research (NIAP) DPS Marg, Pusa New Delhi

UNION TERRITORY GOODS AND SERVICES TAX ACT, 2017

CRFQ No E - TENDER No. : 16507

Delhi-Mumbai Industrial Corridor Development Corporation. International Competitive Bidding (ICB)

(e-procurement System)

DMIC IITGNL. DMIC Integrated Industrial Township Greater Noida Limited. International Competitive Bidding (ICB)

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

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Request for Empanelment (RFE) Document

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

RFP No. [RITES/PC/RB/WCS/2017] dated Limited Tender for calling proposals from following 8 (eight) parties: 1.

Delhi Development Authority. Residential Project Commonwealth Games, 2010 Village

CHAPTER II - INITIAL PUBLIC OFFER ON MAIN BOARD

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

at 13:30 hrs

BID-DOCUMENT CONSULTANT - GST FOR THE FINANCIAL YEAR TERMS OF REFERENCE

STANDARD BIDDING DOCUMENT (SBD)

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

REQUEST FOR PROPOSAL (RFP) for. Appointment of Portfolio Managers for managing

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

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

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

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

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

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER AS ARRANGER

NOTICE INVITING e-tender (NIT)

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

NOTICE INVITING TENDER (NIT)

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

Kamla Nehru Institute of Technology Sultanpur (U.P.) Phone: Notice Inviting Short Term Tender

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

NO. DOCUMENT IN PLACE OF PLEASE READ AS

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER

EXPRESSION OF INTEREST (EOI) for

West Bengal State Electricity Transmission Company Limited

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

Transcription:

MUMBAI HOUSING & AREA DEVELOPMENT BOARD (MHADB) (A Regional Unit of MHADA) REQUEST FOR PROPOSAL (RFP) (SECOND CALL) FOR SELECTION AS A CONSULTANT FOR PROVIDING PLANNING, DESIGNING & PROJECT MANAGEMENT CONSULTANCY (PMC) SERVICES FOR REDEVELOPMENT OF SECTOR-5 OF DHARAVI 2012 EXECUTIVE ENGINEER (P.P.D.)/ MHADB 2 nd Floor, Room No. 318,Griha Nirman Bhavan, Bandra(E), Mumbai 400 051. Phone 022 / 66405206 / 66405232 Email :- eeppdmbmhada@gmail.com 1

MUMBAI HOUSING & AREA DEVELOPMENT BOARD (MHADB) (A Regional Unit of MHADA) CONTENTS Part No. Description Page No. Detail Tender Notice & Methodology of Bid Submission 3-10 1 Introduction 11-15 2 Instructions to Bidders (ITB) 16-34 3 Criteria for Evaluation 35-38 4 Fraud and Corrupt practices 39-40 5 Pre-Bid Conference 41-41 6 Miscellaneous 42-42 7 Schedules 43-43 Schedule 1: Terms of Reference (TOR) 44-60 Schedule 2: Model RFP : Form of Agreement 61-90 Schedule 3: Guidance Note on Conflict of Interest 91-92 8 Appendix 1 : Technical Proposal 93-93 Form 1 : Letter of Proposal 94-96 Form 2 : Particulars of the Bidder 97-99 Form 3 : Statement of Legal Capacity 100-100 Form 4 : Power of Attorney 101-102 Form 5 : Financial Capacity of the Bidder 103-103 Form 6 : Particulars of Key Personnel 104-104 Form 7 : Proposed Methodology and Work Plan 105-105 Form8: Abstract of Assignments of the Bidder Fulfilling 106-107 Eligibility Criteria Form 9 :Abstract of Eligible Assignments of Key Personnel 108-108 Form 10 : Eligible Assignments of the Bidder 109-109 Form 11 : Eligible Assignments of Key Personnel 110-110 Form 12 : C.V. of Key Personnel 111-112 Form 13 : Deployment of Personnel 113-113 Form 14: Survey and Field Investigations 114-114 Form 15 : Proposal for Sub-Consultant(s) 115-115 9 Appendix 2 : Financial Proposal 116-116 Form 1 : Covering Letter 117-117 Form 2 : Financial Proposal 118-119 Form 3 : Estimate of Personnel Costs 120-120 10 Annexure- A (Clarification to the Pre-Bid Queries) Note: R stands for Revised 2

MUMBAI HOUSING & AREA DEVELOPMENT BOARD (MHADB) (A Regional Unit of MHADA) Detail Tender Notice (Second Call) Request for Proposal (RFP) for selection as a Consultant for Providing Planning, Designing & Project Management Consultancy (PMC) Services for Redevelopment of Sector-5 of Dharavi. I. Dharavi is one of the Asia's largest slum settlements. It is located between two main suburban railway lines- the Western and the Central Railways. In Dharavi approximately 59,000 slum families are staying on 240.35 Ha of land. The existing density is more than 650 houses (tenements) per hectare. Government of Maharashtra, with the intention of redevelopment of the existing slums in Dharavi, and in order to give them better living conditions and infrastructure, constituted the Dharavi Redevelopment Project (DRP).The DRP will undertake the redevelopment of the entire Dharavi slums by providing Rehabilitation to the existing dwellers. II. III. Government of Maharashtra vide letter of Housing Department No.DRP-2009/PK- 112/MHADA 1-A dated 21/05/2011 had entrusted job of redevelopment of Sector-5 of DRP to MHADA. This Sector-5 of Dharavi spread over 65 hectors of land and cost of the Redevelopment Project may be around Rs.3000 Crores approximately which includes Rehabilitation of slum dwellers and construction of Residential + Commercial tenements consuming 4 FSI within the layout with necessary infrastructural services. Executive Engineer, Project, Planning & Design Division, Mumbai Housing and Area Development Board (A unit of MHADA), Room No.318, 2nd floor, Griha Nirman Bhavan, Bandra (E), Mumbai-400 051, Ph. No. (022) 66405206/66405232 through the process of e-tendering invites Digitally Signed Certificate & unconditional online Request for Proposal (RPF) for selection as a Consultant for Providing Planning, Designing & Project Management Consultancy (PMC) Services for Redevelopment of Sector-5 of Dharavi, District- Mumbai City. The Objectives for appointment of the Consultant are as follows: a. To survey, investigate, certify, plan & get approval of entire Redevelopment of Sector-5 by carrying various related activities. The detailed socio economic survey, plain table survey, biometric survey, existing slum / structure plan alongwith area of structure for Dharavi is already been done by Dharavi Redevelopment Project DRP. The said existing survey details shall be used and any corrections or additional survey if required shall be carried out by the PMC as per the above clause. However, it will be responsibility of the consultant to get the Annexure-II approved from Competent Authority b. To Prepare and submit Architectural & Financial feasibility Report for Sector-5. c. Preparation of Estimate for Administrative Approval, Technical Sanction, Draft Tender Papers etc complete. 3

IV. d. Preparation of document and selection criteria for Pre-Qualification of constructing agencies for construction and infrastructure works of various types of buildings and assistance to MHADA in preparing panel of Pre-Qualified contractor for construction of Rehab units, Sale components, Transit Tenements, Commercial Tenements and infrastructure services. e. Preparation of Bid documents for all various types of building construction & infrastructural works and assistance to MHADA in selection of Contractor for construction of Rehab units, Sale components, Transit tenements, Commercial tenements and infrastructure services f. Bid Process Management for appointment of Contractor for redevelopment of Sector-5. g. Preparation of Financial feasibility and fund mobilization if required by MHADA for the redevelopment of Sector-5. h. Supervision of the Redevelopment works being carried out by the contractor in the Sector-5, Dharavi. Accordingly Request for Proposal (RPF) for selection as a Consultant for Providing Planning, Designing & Project Management Consultancy(PMC) Services for Redevelopment of Sector-5 of Dharavi are invited shall we state one more time by the Mumbai Housing and Area Development Board on behalf of MHADA from reputed and competent agencies. These agencies should have adequate experience and must satisfy the following Eligibility criteria. a. Age of Firm - The age of firm shall be minimum 7 years for the Lead Consortium Member and 5 years for the other Consortium members. b. Bidder/any Member of the Consortium shall have experience of 3 projects each of 25 hectors of layout planning in the last 5 years. c. Bidder/any Member of the Consortiums shall have experience of Management Information System (MIS) and Geographic Information System (GIS) of slum Rehabilitation Survey and Community Development of at least 1500 slum families in one slum area in any Metropolitan City or a slum pocket of 3 hector of land in any metropolitan city comprising of 1500 slum families at single location or more in the last 5 years. d. Bidder shall engage services of consultant who have experience of obtaining Environmental Clearance from MoEF/ Competent Authority and Monitor E.M.P and its implementation for at least 3 projects of 15 lakhs sqft FSI BUA each in last 5 years. e. Bidder/any Member of the Consortium shall have experience of Planning and Architectural Design of at least 15 Lakhs Sq.ft. FSI BUA of High-rise Buildings in a single project (15 stories and above) in the last 5 years. f. Bidder / Lead Member of the Consortium shall have experience of day to day supervision of 15 Lakhs Sq.ft. FSI BUA at a single project or 2 projects of 10 Lakhs Sq.ft. FSI BUA each in the last 5 years. g. Lead Member of the Consortium shall have experience of pre-tender activities for at least 3 completed building projects of Rs.200 Crores each for last five years. 4

h. Any member of the Consortium shall have experience of conducting Financial Feasibility Study of at least three housing projects of at least Rs.100 Crores each in the last five years. i. Bidder/any Member of the consortium shall have carried out Structural Design of 15 Lakhs sq.ft FSI B.U.A of Buildings with 15 stories and above in last 5 years. j. Bidder/any member of Consortium shall have experience of handling legal issues related to SRA schemes, drafting Concession/contract agreement and related Project Agreements of at least 3 rehab/housing projects of 15 lakhs sq.ft. FSI BUA each in last 5 years. V Details of e-tender : Name of Work: Request for Proposal (RPF) for selection as a Consultant for Providing Planning, Designing & Project Management Consultancy (PMC) Services for Redevelopment of Sector-5 of Dharavi, District- Mumbai City a. Total area of sector -5 of Dharavi: 620549 Sq mt b. Excluded area (Maharashtra Nature Park, Dharavi pumping station, BEST bus depot, MHADA transit, play ground etc) : 387594 Sq mt c. Total Gross developable area (to be used for FSI): 232955 Sq mt d. Total built up allowed with FSI of 4: 931820 Sq mt e. Total Rehab Component: 463291 Sq mt f. Total Sale Component: 617567 Sq mt g. Total units to be Rehabilitated (approx): 9387 Nos (The above Details are for the purpose of reference for getting broad idea of redevelopment project) h. Eligibility Class of Registration : As per Eligibility Criteria i. Bid Processing Charges Rs. 25,000/- as mentioned above ( IV a to IV j ) j. Bid Security Rs. 10,00,000/- k. Service Fee of e-tendering system to be paid on online by Debit Card/ Internet Banking Account / Cash Cards ( non refundable) Rs. 1038/- 5

VI On-line e-tender Schedule : Sr. No. MHADA Stage Vendor Stage Start Date & Time Expiry Date & Time Envelopes. 1. Release Tender ---- 05/07/2012 10:00 hrs. 2. ----- Tender Download 3. ----- Bid Preparation and Hash submission 4. Close for Technical Envelope-T1 (Bidder eligibility evaluation Document) Submission 5. Close for Financial Envelope-C1 05/07/2012 20:01 hrs. 05/07/2012 20:01 hrs. ----- 20/07/2012 15:01 hrs. ----- 20/07/2012 15:01 hrs. 6. ----- ----- 20/07/2012 18:01 hrs. 7. Technical Envelope-T1 Opening ----- 21/07/2012 14:01 hrs. 05/07/2012 20:00 hrs. 13/07/2012 17:00 hrs. 20/07/2012 15:00 hrs. 20/07/2012 18:00 hrs. 20/07/2012 18:00 hrs. 21/07/2012 14:00 hrs. 23/07/2012 16:00 hrs. ----- Technical Envelope No.1 (T1), Financial Envelope No.2 (C1) Technical Envelope No.1 (T1), Financial Envelope No.2 (C1) Technical Envelope No.1 (T1) Financial Envelope No.2 (C1) Technical Envelope No.1 (T1), Financial Envelope No.2 (C1) Technical Envelope No.1 (T1) 8. Financial Envelope-C1 opening ----- 23/07/2012 16:01 hrs. 23/07/2012 18:00 hrs. Financial Envelope No.2 (C1) VII VIII Blank tender document and other details can be downloaded by the registered Bidder on https://mhada.maharashtra.etenders.in of MHADA e-tendering portal. The tenders shall only be received online on MHADA e-tendering Portal in two envelopes system. Interested Bidder has to be enrolled on e-tendering system. As the Bid Data on the System is required to be encrypted and digitally signed online, Bidders are required to obtain Class-2 Digital Signature Certificate at the earliest. 6

IX Pre-Bid Conference / Meeting: RFP: Project Management Consultancy for Sector 5 of Dharavi. The Pre-bid conference was already held on 30/06/2012 and necessary deviations had been taken into consideration, therefore Pre-bid meeting shall not be convened again. X. The bidder shall pay the Rs. 25,000/- Bid Processing Charges (Non refundable) by Pay order / Demand draft Drawn in favour of Chief Account Officer, Mumbai Housing and Area Development Board and shall be deposited in Bank of Maharashtra, Account Number 20045300796. Bidder need to upload scanned copy of Pay-in receipt issued by Bank of Maharashtra, during Bid preparation. The original pay in receipt shall be submitted in the office of the Executive Engineer / Project, Planning & Design Division / M.H. & A.D. Board, 2nd Floor, Room No.318, Griha Nirman Bhavan, Bandra (E), Mumbai-400 051 upto 12.00 hours on 21/07/2012. XI. XII. The Bidder shall furnish as part of its Proposal, a Bid Security (Refundable) of Rs. 10,00,000/- (Ten Lacs) in the form of a Demand Draft/BG issued by one of the Nationalised/Scheduled Banks in India in favour of the Chief Account Officer, Mumbai Housing and Area Development Board payable at Mumbai. Bidder need to upload scanned copy of Demand Draft/BG during Bid preparation. The original Demand Draft/BG shall be submitted in the office of the Executive Engineer / Project, Planning & Design Division / M.H. & A.D. Board, 2nd Floor, Room No.318, Griha Nirman Bhavan, Bandra (E), Mumbai-400 051 upto 12.00 hours on 21/07/2012. Any Bid not accompanied by the Bid Security and Bid Processing Charges shall be rejected by the Authority as non responsive. XIII. In case of any queries, Bidders may contact to the service provider on any working days within the Schedule mentioned above on contact nos. 020-25315555, 022-26611117 Ext. 25/26 or by email on support.gom@nextenders.com. XIV. Notwithstanding anything contained in this RFP, MHADA reserves the right to accept or reject any Proposal and to annul or suspend the bidding process and reject all Proposals without assigning any reason hereof, at any time prior to the issuance of Letter of Acceptance without incurring any liability or consequences or any obligation to inform the affected Bidders of the grounds for rejection. Executive Engineer PPD/ MH&AD.Board 7

Methodology of Bid Submission: XV. The Bidder shall, prior to submitting his Bid for the work, visit and examine the site of work and its surroundings at his own cost and obtain and ascertain all information that may be necessary for preparing his Bid offer and entering into a contract including, inter alia, the actual condition of site. It shall be presumed that, Bidder has taken into consideration prevailing site conditions and envisaged factors affecting the cost of work while quoting the price. XVI. A Bidder shall be deemed to have full knowledge of the site, whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. XVII. Submission of quoted Bid implies that Bidder has received tender notice and all other contract documents and has made himself aware of.. (a) (b) (c) Scope of the work to be done. Local site conditions. Other factors having any bearing whatsoever on execution of the work. XVIII. The Bidder shall submit the Bid who satisfies each and every condition laid down in the Bid document failing which, it is liable to be rejected. XIX. The other data furnished in the Tender Documents are only by way of general information and the M.H.&A.D.Board shall not entertain any claims due to variations from this data or for any expenses incurred by the Bidder in this connection. The Bidder shall himself obtain all necessary information at his risk and costs and other circumstances which may affect or influence his tender. No extra charges consequent on any misunderstanding or otherwise shall be allowed. XX. At any time prior to the deadline of Bid preparation and Hash submission, the MHADA may, for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder pursuant to clause XXI hereof modify the Tender Documents by the issuance of an addendum. XXI. The Addendum shall be issued by uploading on e-tender portal for all prospective Bidders who have received the Bid Documents and shall be binding upon them, irrespective of whether the prospective Bidders acknowledge receipt of the same or not. XXII. In order to afford prospective Bidders reasonable time to take the Addendum into account for the preparation of their tenders, the M.H.&A.D. Board may at its discretion extend the deadline for the submission of tenders. 8

XXIII. Procedure for Submission of Bid : RFP: Project Management Consultancy for Sector 5 of Dharavi. The Bid shall be submitted on-line on e-tendering portal in two envelopes system within prescribed schedule. a.) On Line Technical Envelop No.1.(T1) i) The bidder shall pay the Rs. 25,000/- Bid Processing Charges (Non refundable) by Pay order / Demand draft Drawn in favour of Chief Account Officer, Mumbai Housing and Area Development Board and shall be deposited in Bank of Maharashtra, Account Number 20045300796. Bidder need to upload scanned copy of Pay-in receipt issued by Bank of Maharashtra, during bid preparation. The original pay in receipt shall be submitted in the office of the Executive Engineer / Project, Planning & Design Division / M.H. & A.D. Board, 2nd Floor, Room No.318, Kala Nagar, Bandra (E), Mumbai-400 051 up to 12.00 hours on 21/07/2012. ii) The Bidder shall furnish as part of its Proposal, a Bid Security (Refundable) of Rs. 10,00,000 (Ten Lacs) in the form of a Demand Draft/BG issued by one of the Nationalized/Scheduled Banks in India in favour of the Chief Account Officer, Mumbai Housing and Area Development Board payable at Mumbai. Bidder need to upload scanned copy of Demand Draft/BG during Bid preparation. The original Demand Draft/BG shall be submitted in the office of the Executive Engineer / Project, Planning & Design Division / M.H. & A.D. Board, 2nd Floor, Room No.318, Kala Nagar, Bandra (E), Mumbai-400 051 up to 12.00 hours on 21/07/2012. iii) Appendix-1: Technical Proposal Form 1 : Letter of Proposal Form 2 : Particulars of the Bidder Form 3 : Statement of Legal Capacity Form 4 : Power of Attorney Form 5 : Financial Capacity of Bidder Form 6 : Particulars of Key Personnel Form 7 : Proposed Methodology and Work Plan Form 8 : Abstract of Assignments of the Bidder fulfilling Eligibility Criteria Form 9 : Abstract of Eligible Assignments of Key Personnel Form 10 : Eligible Assignments of Bidder Form 11 : Eligible Assignments of Key Personnel Form 12 : CV of Key Personnel Form 13 : Deployment of Personnel Form 14 : Survey and Field Investigations Form 15 : Proposal of Sub-Consultant(s) Note : The Bidder shall download the copies of above mentioned forms (Form 1 to form 15) and the scanned copy of duly filled forms in.pdf format shall be uploaded along with supporting documents. Bidders are requested to encrypt the data using valid Digital Signature Certificate issued by any of Govt. of India approved certifying authority, in envelope- 1. 9

b. On Line Financial Envelope No.2 ( C1) Appendix-2: Financial Proposal Form 1 : Covering Letter Form 2 : Financial Proposal Form 3 : Estimate of Personnel Costs RFP: Project Management Consultancy for Sector 5 of Dharavi. Note : The Bidder shall download the copy of Form 1 and the scanned copy of duly filled forms shall be uploaded in.pdf format. Bidders are requested to fill form 2 and 3 online and encrypt the data using valid Digital signature certificate issued by any of Govt. of India approved certifying authority, in envelope- 2. XXIV. The Bidder shall quote his offer in Appendix-2, Form 2. Bidder himself shall get conversant with the Scope of Work before quoting his offer. XXV. Upon preparation of data in both the envelopes, mentioned above, Bidder need to generate HASH value of Bid & same has to be signed using Digital Signature Certificate and then submit the HASH value on e-tendering Portal. XXVI. On prescribed date of Bid submission, Bidder need to upload all the documents uploaded during Bid preparation & also re-encrypts data using Digital Signature Certificate. XXVII. Bids not received in above referred manner shall be rejected forthwith. XXVIII. The Bid prepared by the Bidder, and all correspondence and documents relating to the tender exchanged by the Bidder and the Board, shall be written in the English language only. Supporting documents and printed literature furnished by the Bidder in another language shall be accompanied by an appropriate translation of pertinent passages in English language. For the purpose of interpretation of the tender, the English language shall prevail. XXIX. The tendered rates and prices shall be quoted entirely in the currency of Indian Rupees only. 10

MUMBAI HOUSING & AREA DEVELOPMENT BOARD (MHADB) (A Regional Unit of MHADA) Part 1 Introduction 1.1 Background: Dharavi is one of Asia's largest slum settlements. It is located between two main suburban railway lines, the Western and the Central Railways. In Dharavi approximately 59,000 slum families squeezed into the 240.35 Ha of land. The existing density is more than 650 houses (tenements) per hectare. Government of Maharashtra, with the intention of redevelopment of the existing slums in Dharavi, and in order to give them better living conditions and infrastructure, constituted the Dharavi Redevelopment Project (DRP). The DRP will undertake the redevelopment of the entire Dharavi slums by providing Rehabilitation to the existing dwellers. The Salient features of the Dharavi Redevelopment project are as follows: a) The Dharavi Redevelopment Project area is divided into 5 sectors for the purpose of redevelopment. b) For redevelopment of slums there is a Slum Rehabilitation Policy framed by the Government of Maharashtra vide Notification No. TPB 4310/1631/CR-139/ 2010/ UD- 11 date 25/01/2012 for Modification in Regulation No. 27(A), 33(9) (A) and 33(10) (A) of DCR of Gr. Mumbai -1991 prescribing the scheme for Rehabilitation of Slum Dwellers. c) Government of Maharashtra has entrusted the responsibility of development of Sector 5 of Dharavi to MHADA vide letter of Housing Department No.DRP-2009/PK- 112/MHADA 1-A dated 21/05/2011. d) The FSI applicable for Redevelopment within Dharavi area will be 4.0. 11

The salient features of the sector- 5 as per the available details with the Department are given in the table below. Total area of sector -5: 620549 Sq. mt Excluded area (Maharashtra Nature Park, Dharavi pumping station, BEST bus depot, MHADA transit, play ground etc) : 387594 Sq.mt Total Gross developable area (to be used for FSI): 232955 Sq. mt Total built up area allowed with FSI of 4: 931820 Sq. mt Total Rehab Component: 463291 Sq. mt Total Sale Component: 617567 Sq.mt Total units to be Rehabilitated (approx): 9387 Nos (The above Details are for the purpose of reference getting broad idea of redevelopment project) 1.2 Aim and objectives: MHADA wants to appoint a Consultant for Providing Planning, Designing & Project Management Consultancy (PMC) Services for Redevelopment of Sector-5 of Dharavi The Objectives for appointment of the Consultant are as follows: i. To survey, investigate, certify, plan & get approval of entire Redevelopment of Sector-5 by carrying various related activities. The detailed socio economic survey, plain table survey, biometric survey, existing slum / structure plan alongwith area of structure for Dharavi is already been done by Dharavi Redevelopment Project DRP. The said existing survey details shall be used and any corrections or additional survey if required shall be carried out by the PMC as per the above clause. However, it will be responsibility of the consultant to get the Annexure-II approved from Competent Authority ii. iii. iv. To Prepare and submit Architectural & Financial feasibility Report for Sector-5. Preparation of Administrative Approval, Technical Sanction Estimate, Draft Tender Papers, etc complete. Preparation of document and selection criteria for Pre-Qualification of constructing agencies for construction and infrastructure works of various types of buildings and assistance to MHADA in preparing panel of Pre-Qualified contractor for construction of Rehab units, Sale components, Transit Tenements, Commercial Tenements and infrastructure services. v. Preparation of Bid documents for all various types of building construction & infrastructural works and assistance to MHADA in selection of Contractor for construction of Rehab units, Sale components, Transit tenements, Commercial tenements and infrastructure services. vi. Bid process management for appointment of Contractor for redevelopment of Sector-5. 12

vii. viii. Preparation of Financial feasibility and fund mobilization if required by MHADA for the redevelopment of Sector-5. Supervision of the redevelopment works being carried out by the contractor/s in the Sector-5, Dharavi. 1.3 Due Diligence by Bidders: 1.3.1 Bidders may prior to submitting their Proposals, examine the requirements at their own expense and obtain and ascertain for themselves, at their own responsibility and other information necessary for preparing their Proposals. 1.3.2 Bidders shall be deemed to have full knowledge of the requirements of the work. MHADA will not accept any responsibility or liability for any errors, omissions, inaccuracies or errors of judgment with respect to information or materials provided by MHADA in this RFP Document or otherwise, with respect to this Project. Although such information and materials are to the best of MHADA s belief, however, their verification is the sole responsibility of Bidder. 1.3.3 Neither MHADA, nor their employees make any representation or warranty as to the accuracy, reliability or completeness of the information provided nor will have any liability to any bidder which may arise from or be incurred or suffered in connection with anything contained in this RFP and the award of the work or otherwise arising in any way from the selection process. 1.4 Sale of Bid Document: Bids are invited from well experienced and reputed Consultant for aforesaid work. Details such as availability of bid documents, last date of application etc. will be available from 05/07/2012 to 13/07/2012 on following MHADA's official e-tender portals / website. Main Portal MHADA Portal 1.5 Bid Validity Period: :- https://maharashtra.etenders.in :- https://mhada.maharashtra.etenders.in. 1.5.1 Each Proposal shall indicate that it is a firm Proposal and that the Proposal will remain valid for a period not less than one hundred and twenty (120) days from the due date of the submission of the Proposal. MHADA reserves the right to reject any Proposal, which does not meet this Bid Validity Period requirement. 1.5.2 MHADA may request one or more extensions of the Bid Validity Period. To make such request, MHADA shall give notice on MHADA's official e-tender portals / website to the Bidder(s) at least three (3) days prior to expiration of the Bid Validity Period. If any Bidder does not agree to the extension, he may withdraw its Bid without forfeiting its Bid Security by giving notice in writing to MHADA of its decision prior to the expiration of the Bid Validity Period. In case, MHADA does not receive any written notice of withdrawal prior to expiration of the Bid Validity Period, the requested extension shall be deemed to have been accepted by the Bidder(s). 13

1.5.3 When an extension of the Bid Validity Period is made, Bidders shall not be permitted to change the terms and conditions of their Bids. 1.5.4 The Bid Validity Period of the Successful Bidder shall be automatically extended till the date on which the Agreement is signed and is in force. 1.6 Schedule of the Bid Process: On-line e-tender Schedule : Sr. No. MHADA Stage Vendor Stage Start Date & Time Expiry Date & Time Envelopes. 1. Release Tender ---- 05/07/2012 10:00 hrs. 2. ----- Tender Download 3. ----- Bid Preparation, and Hash submission 05/07/2012 20:01 hrs. 05/07/2012 20:01 hrs. 05/07/2012 20:00 hrs. 13/07/2012 17:00 hrs. 20/07/2012 15:00 hrs. ----- Technical Envelope No.1 (T1), Financial Envelope No.2 (C1) Technical Envelope No.1 (T1), Financial Envelope No.2 (C1) 4. Close for Technical Envelope-T1 (Bidder eligibility evaluation Document) Submission ----- 20/07/2012 15:01 hrs. 20/07/2012 18:00 hrs. Technical Envelope No.1 (T1) 5. Close for Financial Envelope-C1 ----- 20/07/2012 15:01 hrs. 20/07/2012 18:00 hrs. Financial Envelope No.2 (C1) 6. ----- Bid Submission 20/07/2012 18:01 hrs. 21/07/2012 14:00 hrs. Technical Envelope No.1 (T1), Financial Envelope No.2 (C1) 7. Technical Envelope-T1 Opening ----- 21/07/2012 14:01 hrs. 23/07/2012 16:00 hrs. Technical Envelope No.1 (T1) 8. Financial Envelope-C1 opening ----- 23/07/2012 16:01 hrs. 23/07/2012 18:00 hrs. Financial Envelope No.2 (C1) 14

1.7 Pre-Proposal visit to the Site and Inspection of Data: Since it is a Second Call Pre-Proposal visit to the Site and Inspection of Data shall not be conducted. 1.8 Pre-Bid Conference/Meeting The Pre-bid conference was already held on 30/04/2012 and necessary deviations had been taken into consideration, therefore Pre-bid meeting shall not be convened again. 1.9 Communications 1.9.1 All communications including the submission of Proposal should be addressed to: Executive Engineer, Project, Planning & Design Division, Mumbai Housing and Area Development Board (A unit of MHADA), Room No.318, 2nd floor, Griha Nirman Bhavan, Bandra (E), Mumbai-400 051, Ph. No. (022) 66405206/66405232 Email: eeppdmbmhada@gmail.com. 1.9.2 The Official Website of the Authority is: https://mhada.maharashtra.gov.in 1.9.3 All communications, including the envelopes, should contain the following information, to be marked at the top in bold letters : RFP Notice No. RFP : PMC for Sector-5, Dharavi 15

MUMBAI HOUSING & AREA DEVELOPMENT BOARD (MHADB) (A Regional Unit of MHADA) Part 2: Instructions to the Bidders. A- GENERAL: 2.1 Scope of Proposal: 2.1.1 Detailed description of the objectives, Scope of services, Deliverables and other requirements relating to this Consultancy are specified in this RFP.In case the Bidder/Firm possesses the requisite Experience and capabilities required for undertaking the Consultancy, it may participate in the Selection Process either individually (the Sole Firm ) or as Lead Member of a consortium of firms (the Lead Member ) in response to this invitation. The term Bidder (the Bidder ) means the Sole Firm or the Lead Member, as the case may be. The manner in which the Proposal is required to be submitted, evaluated and accepted is explained in this RFP. 2.1.2 Bidders are advised that the selection of Consultant shall be on the basis of an evaluation by the Authority through the Selection Process specified in this RFP. Bidders shall be deemed to have understood and agreed that no explanation or justification for any aspect of the Selection Process will be given and that the Authority s decisions are without any right of appeal whatsoever. 2.1.3 The Bidder shall submit its Proposal in the form and manner specified in this Part- 2 of the RFP. The Bid shall be submitted on-line on e-tendering portal in two envelopes system (Technical proposal and Financial Proposal )within prescribed schedule The Technical proposal shall be submitted in the form at Appendix-1 and the Financial Proposal shall be submitted in the form at Appendix-2. Upon selection, the Bidder shall be required to enter into an agreement with the Authority in the form specified at Schedule-2. 2.1.4 Eligibility Criteria: 2.1.4.1 Age of Firm - The age of firm shall be minimum 7 years for the Lead Consortium Member and for the other Consortium members shall be 5 years. 2.1.4.2 Bidder/any Member of the Consortium shall have experience of 3 projects each of 25 hectors of layout planning in the last 5 years. 2.1.4.3 Bidder/any Member of the Consortiums shall have experience of Management Information System (MIS) and Geographic Information System (GIS) of slum Rehabilitation Survey and Community Development of at least 1500 slum families in one slum area in any Metropolitan City or a slum pocket of 3 hector of land in any metropolitan city comprising of 1500 slum families at single location or more in the last 5 years. 2.1.4.4 Bidder shall engage services of Consultant who have experience of obtaining Environmental Clearance from MoEF/ Competent Authority and Monitor E.M.P and its implementation for at least 3 projects of 15 lakhs sqft F.S.I BUA each in last 5 years. 16

2.1.4.5 Bidder/any Member of the Consortium shall have experience of Planning and Architectural Design of at least 15 Lakhs Sq.ft. FSI BUA of High-rise Buildings in a single project (15 stories and above) in the last 5 years. 2.1.4.6 Bidder/Lead Member of the Consortium shall have experience of day to day supervision of 15 Lakhs Sq.ft. FSI BUA at a single project or 2 projects of 10 Lakhs Sq.ft. FSI BUA each in the last 5 years. 2.1.4.7 Lead member of the Consortium shall have experience of Pre-tender activities for at least 3 completed building projects of Rs.200 Crores each for last five years. 2.1.4.8 Any member of the Consortium shall have experience of conducting Financial Feasibility Study of at least three housing projects of at least Rs.100 Crores each in the last five years. 2.1.4.9 Bidder/any Member of the consortium shall have carried out Structural Design of 15 Lakhs sq.ft FSI BUA of Buildings with 15 stories and above in last 5 years. 2.1.4.10 Bidder/any member of Consortium shall have experience of handling Legal issues related to SRA schemes, drafting Concession/contract agreement and related Project Agreements of at least 3 Rehab/Housing projects of 15 lakhs sq.ft. FSI BUA each in last 5 years. 2.1.5 Key Personnel: The Consultancy Team shall consist of the following key personnel (the Key Personnel ) who shall discharge their respective main responsibilities as specified below: Key Personnel 1 Project Managercum-Team Leader (the Team Leader ) Responsibilities. Person will lead, Co-ordinate and Supervise the Multidisciplinary team for providing of the Consultancy services. 2 Town Planner Person will be responsible for Planning of Layouts and suggesting detailed Land use. 3 Architect & Planner Person will be responsible for Detail Planning of Layout of Building & obtaining approvals to Planning/Layouts from Local Authorities. He will also responsible for obtaining Approvals to all Infrastructural services from Competent Authority. 4 Structural Engineer Person will be responsible for Structural Design of Buildings and other structures. 5 Financial Analyst Person will be responsible for Financial Analysis and Modelling of the proposed Project. 6 Environmental Expert 7 Community Development Expert Person will be responsible for Environmental Impact Assessment of the Project & obtaining Approval to the same from the Competent Authorities and monitor E.M.P and its Implementation. Resettlement, conducting Community meetings, conducting MIS/GIS survey and Community Development work and other such related issues. 8 Legal Expert Person will be responsible for Preparation and Vetting of the proposed Contract Agreement and other such Documents and providing Legal Advice in all allied matter. 17

2.2 Conditions of Eligibility of Bidders: RFP: Project Management Consultancy for Sector 5 of Dharavi. 2.2.1 Bidders must read carefully the minimum Conditions of Eligibility (the Conditions of Eligibility ) provided herein. Proposals of only those Bidders who satisfy the Conditions of Eligibility will be considered for evaluation. 2.2.2 To be Eligible for Evaluation of its Proposal, the Bidder shall fulfil the following : (A) Technical Capacity: The Bidder shall have Technical capacity as per Eligibility Criteria specified in Clause 2.1.4. (B) Financial Capacity: The Bidder shall have received a minimum fees of Rs.2 (Two) crores per annum as Professional Fees during each of the 3 (Three) Financial years preceding the Proposal Due Date as per Appendix-1, Form-5. For the avoidance of doubt, a professional fee hereunder refers to fees received by the Bidder for providing advisory or consultancy services to its clients. (C) Availability of Key Personnel: The Bidder shall offer and make available all Key Personnel meeting the requirements specified as below:- Sr. No. Key Personnel Pre Bid Activities Post Bid Activities Defect Liability Period of Construction contract Required Time Required Time Required Time 1 Project Manager cum Team leader Full Time Full Time Part Time 2 Town Planner Part Time Part Time 3 Architect & Planner Full Time Part Time Part Time 4 Structural Engineer Part Time Part Time Part Time 5 Financial Analyst Part Time Part Time 6 Environmental Expert 7 Community Development Expert Part Time Part Time Full Time Full Time Part Time 8 Legal Expert Part Time Part Time Part Time 18

Sr No (D) Conditions of Eligibility for Key Personnel: RFP: Project Management Consultancy for Sector 5 of Dharavi. Each of the Key Personnel must fulfil the Conditions of Eligibility specified below:- Key Personnel 1 Project Manager-cum Team leader No Educational Qualification 01 B.E. (Civil) with M.E. / M. Tech. in Civil Engineering 2 Town Planner 01 Graduate in Architecture & Masters in Town Planning 3 Architect & Planner 4 Structural Engineer 5 Financial Analyst 6 Environmental Expert 7 Community Development Expert 02 Graduate in Architecture 01 Post Graduate in Civil Engineering with specialisation in Structural Engineering 01 Post Graduate in Commerce/ Chartered Accountant or equivalent 01 Bachelor in Environmental Engineering or Masters in Environmental Science 01 Master Degree in Planning, Engineering, Geography, Computer Science or Length of Professional Experience Remarks 20 years Person should have led the Contract Management team including Preparation of Bid Document & fulfilling Eligibility criteria 7 years Person should have worked as a Town Planner & fulfilling Eligibility criteria 10 years Person should have worked as Architect/Planner and registered with Local Authority/Urban Planning Authority & fulfilling Eligibility criteria. 10 years Person should have worked as Structural Engineer & fulfilling Eligibility criteria 7 years Person should have undertaken Financial Analysis and Modelling & fulfilling Eligibility criteria 7 years Person should have led the Environmental Impact or equivalent Assessment teams or worked as a sole Expert & fulfilling Eligibility criteria. 5 years Experience of MIS / GIS Rehab survey and Community Development works & fulfilling Eligibility criteria. relevant discipline. 8 Legal Expert 01 L.L.B. 10 years Person should have at least 5 years experience of drafting Bid document and agreements & fulfilling Eligibility criteria. 19

2.2.3 The Bidder shall enclose with its Proposal, the Scanned copies of certificate(s) from its Statutory Auditors stating its total revenues from professional fees during each of the past three financial years as per Appendix-1, Form -10. In the event that the Bidder does not have a statutory auditor, it shall provide the requisite certificate(s) from the Firm of Chartered Accountants that ordinarily audits the annual accounts of the Bidder. 2.2.4 The Bidder should submit a Power of Attorney as per the Appendix-1,Form-4 provided, however, that such Power of Attorney would not be required if the Application is signed by a partner of the Bidder, in case the Bidder is a partnership firm or limited liability partnership. 2.2.5 Any entity which has been barred by the Central Government, any State Government, a statutory authority or a public sector undertaking, as the case may be, from participating in any project, and the bar subsists as on the date of Proposal, would not be eligible to submit a Proposal either by itself or through its Associate. 2.2.6 A Bidder or its Associate should have, during the last three years, neither failed to perform on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder or its Associate, nor been expelled from any project or agreement nor have had any Agreement terminated for breach by such Bidder or its Associate. 2.2.7 While submitting a Proposal, the Bidder should attach clearly marked and referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Bidders may format the specified forms making due provision for incorporation of the requested information. 2.3 Conflict of Interest: 2.3.1 A Bidder shall not have a conflict of interest that may affect the Selection Process or the Consultancy (the Conflict of Interest ). Any Bidder found to have a Conflict of Interest shall be disqualified. In the event of disqualification, the Authority shall forfeit and appropriate the Bid Security as mutually agreed genuine pre-estimated compensation and damages payable to the Authority for, inter alia, the time, cost and effort of the Authority including consideration of such Bidder s Proposal, without prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise. 2.3.2 The Authority requires that the Consultant provides professional, objective, and impartial advice and at all times hold the Authority s interests paramount, avoid conflicts with other assignments or its own interests, and act without any consideration for future work. The Consultant shall not accept or engage in any assignment that would be in conflict with its prior or current obligations to other clients, or that may place it in a position of not being able to carry out the assignment in the best interests of the Authority. 2.3.3 Some guiding principles for identifying and addressing Conflicts of Interest have been illustrated in the Guidance Note at Schedule-3. Without limiting the generality of the above, a Bidder shall be deemed to have a Conflict of Interest affecting the Selection Process, if: 20

(a) the Bidder, its consortium member (the Member ) or Associate (or any constituent thereof) and any other Bidder, its consortium member or Associate (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding or ownership interest of a Bidder, its Member or Associate (or any shareholder thereof having a shareholding of more than 5 per cent of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder, its consortium member or Associate is less than 5% (five per cent) of the subscribed and paid up equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in section 4A of the Companies Act,1956. For the purposes of this Clause 2.3.3(a), indirect shareholding held through one or more intermediate persons shall be computed as follows: (aa) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the Subject Person ) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and (bb) subject always to sub-clause (aa) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub-clause (bb) if the shareholding of such person in the intermediary is less than 26% (twenty six per cent) of the subscribed and paid up equity shareholding of such intermediary; or (b) a constituent of such Bidder is also a constituent of another Bidder; or (c) such Bidder or its Associate receives or has received any direct or indirect subsidy or grant from any other Bidder or its Associate; or (d) such Bidder has the same legal representative for purposes of this Application as any other Bidder; or (e) such Bidder has a relationship with another Bidder, directly or through common third parties, that puts them in a position to have access to each others information about, or to influence the Application of either or each of the other Bidder; or (f) There is a conflict among this and other consulting assignments of the Bidder (including its personnel and Sub-Consultant) and any subsidiaries or entities controlled by such Bidder or having common controlling shareholders. The duties of the Consultant will depend on the circumstances of each case. While providing consultancy services to the Authority for this particular assignment, the Consultant shall not take up any assignment that by its nature will result in conflict with the present assignment; or (g) a firm which has been engaged by the Authority to provide goods or works or services for a project, and its Associates, will be disqualified from providing consulting services for the same project save and except as provided in Clause 2.3.4; conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and its Members or Associates, will be disqualified from subsequently providing goods or works or services related to the same project; or (h) the Bidder, its Member or Associate (or any constituent thereof), and the bidder or Concessionaire, if any, for the Project, its contractor(s) or sub-contractor(s) (or any 21

constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding or ownership interest of an Bidder, its Member or Associate (or any shareholder thereof having a shareholding of more than 5% (five per cent) of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be,) in the bidder or Concessionaire, if any, or its contractor(s) or sub-contractor(s) is less than 5% (five per cent) of the paid up and subscribed share capital of such Concessionaire or its contractor(s) or sub-contractor(s); provided further that this disqualification shall not apply to ownership by a bank, insurance company, pension fund or a Public Financial Institution referred to in section 4A of the Companies Act, 1956. For the purposes of this sub-clause (h), indirect shareholding shall be computed in accordance with the provisions of sub-clause (a) above. For purposes of this RFP, Associate means, in relation to the Bidder, a person who controls, is controlled by, or is under the common control with such Bidder (the Associate ). As used in this definition, the expression control means, with respect to a person which is a company or corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting shares of such person, and with respect to a person which is not a company or corporation, the power to direct the management and policies of such person by operation of law or by contract. 2.3.4 A Bidder eventually appointed to provide Consultancy for this Project, and its Associates, shall be disqualified from subsequently providing goods or works or services related to the construction and operation of the same Project and any breach of this obligation shall be construed as Conflict of Interest; provided that the restriction herein shall not apply after a period of 5 (five) years from the completion of this assignment or to consulting assignments granted by banks/ lenders at any time; provided further that this restriction shall not apply to consultancy/ advisory services performed for the Authority in continuation of this Consultancy or to any subsequent consultancy/ advisory services performed for the Authority in accordance with the rules of the Authority. For the avoidance of doubt, an entity affiliated with the Consultant shall include a partner in the Consultant s firm or a person who holds more than 5% (five per cent) of the subscribed and paid up share capital of the Consultant, as the case may be, and any Associate thereof. 2.4 Number of Proposals: No Bidder or its Associate shall submit more than one Application for the Consultancy. A Bidder applying individually or as an Associate shall not be entitled to submit another application either individually or as a member of any consortium, as the case may be. 2.5 Cost of Proposal: The Bidders shall be responsible for all of the costs associated with the preparation of their Proposals and their participation in the Selection Process including subsequent negotiation, visits to the Authority, Project site etc. The Authority will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Selection Process. 22

2.6 Site visit and verification of information: RFP: Project Management Consultancy for Sector 5 of Dharavi. Bidders are encouraged to submit their respective Proposals after visiting the Project site and ascertaining for themselves the site conditions, structures, location, surroundings, climate, access to the site, availability of plans, layout and other data with the Authority, Applicable Laws and regulations or any other matter considered relevant by them. 2.7 Acknowledgement by Bidder: 2.7.1 It shall be deemed that by submitting the Proposal, the Bidder has: a) made a complete and careful examination of the RFP; b) received all relevant information requested from the Authority; c) acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the RFP or furnished by or on behalf of the Authority or relating to any of the matters referred to in Clause 2.6 above; d) satisfied itself about all matters, things and information, including matters referred to in Clause 2.6 herein above, necessary and required for submitting an informed Application and performance of all of its obligations there under; e) acknowledged that it does not have a Conflict of Interest; and f) Agreed to be bound by the undertaking provided by it under and in terms hereof. 2.7.2 The Authority shall not be liable for any omission, mistake or error on the part of the Bidder in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to RFP or the Selection Process, including any error or mistake `therein or in any information or data given by the Authority. 2.8 Right to reject any or all Proposals: 2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to accept or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof. 2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the right to reject any Proposal if: (a) at any time, a material misrepresentation is made or discovered, or (b) the Bidder does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Proposal. Misrepresentation/ improper response by the Bidder may lead to the disqualification of the Bidder. If the Bidder is the Lead Member of a consortium, then the entire consortium may be disqualified / rejected. If such disqualification / rejection occurs after the Proposals have been opened and the highest ranking Bidder gets disqualified / rejected, then the Authority reserves the right to consider the next best Bidder, or take any other measure as may be deemed fit in the sole discretion of the Authority, including annulment of the Selection Process. B. DOCUMENTS: 23