Corrigendum No 2

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

File No. RLDA/RFP/CT-23 (Computer No.

3446326)
1634292/2023/O/o CPM/ADI

RAIL LAND DEVELOPMENT AUTHORITY


(AStatutory AuthorityunderMinistryof Railways, Governmentof India)
Unit No. 702-B, 7th Floor Konnectus Tower-II, DMRC Building, Bhavbhuti
Marg, Delhi - 110002

CORRIGENDUM No.2 dated. 29.11.2023


“RFP Notice No. RLDA/RFP/CT-23 OF 2023 Dated 11.10.2023”
“Appointment of Agency for providing Project Management Consultancy Services for Redevelopment Project
of Ahmedabad Railway Station and construction of associated infrastructure through an EPC Contract”
Rail Land Development Authority invites proposals through e-tendering single stage two packet bidding
system from Interested Eligible Bidders as per the conditions of Bid Document for “Appointment of Agency
for providing Project Management Consultancy Services for Redevelopment Project of Ahmedabad
Railway Station and construction of associated infrastructure through an EPC Contract”as per following
details:
Corrigendum No. 2 in the tender document should be read along with other tender documents and
corrigendum/addendum which were already uploaded via RFP Notice No.: RLDA/RFP/CT-23 OF 2023 Dated
11.10.2023.

S.No Corrigendum/ Existing Context/Clause Amended Context/Clause


Addendum
Number
1 Corrigendum 2 Consultant means a legally-established Consultant means a legally-established
(i) PMS RFP professional consulting firm or an entity professional consulting firm or an entity
GLOSSARY & that may provide or provides the Services (JV/Consortium) that may provide or
DEFINITIONS to the Authority under the Contract. provides the Services to the Authority under
Page v the Contract.
2 Corrigendum Experts means, collectively, Key Experts, Experts means, collectively, Key Experts,
2(ii) PMS RFP Non-Key Experts, or any other similar Non-Key Experts, or any other similar
GLOSSARY & personnel of the Consultant, Sub- personnel of the Consultant.
DEFINITIONS consultant or Joint Venture member(s).
Page v
3 Corrigendum Selected Bidder (the “Consultant”) shall Selected Bidder (the “Consultant”) shall be
2(iii) PMS RFP be responsible for providing Project responsible for providing Project
Clause 1.1.3 Management Consultancy Services (PMS) Management Consultancy Services (PMS)
Page 2 of 103 for Redevelopment Project of Ahmedabad for Redevelopment Project of Ahmedabad
Railway Station and construction of Railway Station and construction of
associated infrastructure through an EPC associated infrastructure through an EPC
Contract. The scope of work of this PMS Contract. The PMS agency will be the
Contract broadly comprises overseeing the Authority Engineer as defined in the EPC
execution of various work components contract for the above mentioned
related to the Redevelopment Project of Redevelopment work of Ahmedabad Station.
Ahmedabad Railway Station and The scope of work of this PMS agency
construction of associated infrastructure broadly comprises overseeing the execution
including but not limited to Design of various work components related to the
Review, Architectural controls, Quality Redevelopment Project of Ahmedabad
Assurance, safety compliance during Railway Station and construction of
execution, SHE associated infrastructure including but not
Compliances, Interface Management, limited to Design Review, Architectural
Project Progress Monitoring, Invoice controls, Quality Assurance, safety
verification, compliance during execution, SHE
Installation, Testing & Commissioning, Compliances, Interface Management, Project
Hand Over, Maintenance during defect Progress
1 Monitoring, Invoice verification,
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
1
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

liability period, etc. Authority Engineer Conservation & Restoration of Heritage


shall perform the duties and exercise Buildings, Vibration, Noise & Acoustics
authority in accordance with provisions of controls for all structures, Installation,
this Agreement, and substantially in Testing & Commissioning, Hand Over,
accordance with the Scope of Services as Maintenance during defect liability period as
defined in Volume-2: Draft PMS mentioned in EPC Agreement(Vol-3), etc.
Agreement (“Agreement”). Authority Engineer shall perform the duties
and exercise authority in accordance with
provisions of this Agreement, and
substantially in accordance with the Scope of
Services as defined in Volume-2: Draft PMS
Agreement (“Agreement”).
4 Corrigendum Bid documents shall be available on Bid documents shall be available on
2(iv) PMS RFP payment of a fee through the e- payment of a fee through the e-
Clause 1.2.4 Procurement Portal as mentioned in the Procurement Portal as mentioned in the
Page 3 of 103 KIT (Item no. 13). A Bidder is required to
KIT (Item no. 13). A Bidder is required to
submit, along with its Bid, a Bid Security
of the amount as mentioned in the KIT at submit, along with its Bid, a Bid Security of
Item no. 14 (the "Bid Security"). The the amount as mentioned in the KIT at Item
Bidder will have to provide Bid Security no. 14 (the "Bid Security"). The Bidder will
through e- payment Gateway of e- have to provide Bid Security through e-
Procurement Portal. The Bid shall be
payment Gateway of e- Procurement Portal
summarily rejected if it is not
accompanied by the prescribed amount of of the Authority OR in form of Bank
Bid Security. Guarantee. The Bid shall be summarily
rejected if it is not accompanied by the
prescribed amount of Bid Security.

5 Corrigendum "Queries / Request for Additional "Queries / Request for Additional


2(v) PMS RFP Information: RFP for Appointment of Information: RFP for Appointment of
Clause 1.2.6 Agency for providing Project Agency for providing Project Management
Page 4 of 103 Management Consultancy Services for Consultancy Services for Redevelopment
Redevelopment Project of Ahmedabad Project of Ahmedabad Railway Station and
Railway Station” construction of associated infrastructure
through an EPC Contract”
6 Corrigendum The Authority Engineer in the EPC The Authority Engineer in the EPC Contract
2(vi) PMS RFP Contract is Project Management Group is PMS agency. The entire scope of services
Clause 2.1.2 (PMG), wherein the Authority may assigned to PMS Agency under this
Page 5 of 103 engage more Agencies for some specific agreement are in the scope of Authority
services required to be provided as a part Engineer in the EPC Contract and to that
of the PMG to achieve the successful extent the PMS Agency will act as the
delivery of the entire Project. The present Authority Engineer (“Authority Engineer”
contract is to procure Project Management or AE) in the EPC Contract.
Consultancy Services as one specific and
critical part of PMG. The entire scope of
services assigned to PMS Agency under
this agreement are in the scope of
Authority Engineer in the EPC Contract
and to that extent the PMS Agency will act
as the Authority Engineer (“Authority
Engineer” or AE) in the EPC Contract.
Also, as provided at Clause 16.1.5 of the
Draft EPC Agreement, the Project
Director of the PMS Agency will act as
Head of the PMG.
2
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
2
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

7 Corrigendum In case a Bidder possesses the requisite In case a Bidder possesses the requisite
2(vii) PMS RFP experience and capabilities required for experience and capabilities required for
Clause 2.1.3 undertaking the consultancy services, it undertaking the consultancy services, it
Page 5 of 103 may participate in the Selection Process may participate in the Selection Process
either individually (the “Sole Bidder”) or either individually (the “Sole Bidder”) or as
as JV/Consortium of firms (the JV/Consortium of firms (the “Consortium”)
“Consortium”) in response to this in response to this invitation. The term bidder
invitation. The term bidder (the “Bidder”) (the “Bidder”) will apply to both a Sole
will apply to both a Sole Bidder or a Bidder or a JV/ Consortium and its
Consortium and its Members. However, Members. However, no Bidder applying
no Bidder applying individually or as a individually or as a Member of a
Member of a Consortium as the case may JV/Consortium as the case may be, can be
be, can be a member of another bidder. a member of another bidder. The manner in
The manner in which the Bid is required to which the Bid is required to be submitted,
be submitted, evaluated and accepted is evaluated and accepted is explained in this
explained in this RFP. In case the Bidder RFP. In case the Bidder is a Consortium, it
is a Consortium, it shall comply with the shall comply with the following additional
following additional requirements to be requirements to be eligible:
eligible:
8 Corrigendum The Bid Security shall be deposited either A Bidder is required to submit, along with
2(viii) PMS in cash through e-payment gateway or its Bid, a Bid Security equivalent to the
RFP submitted as Bank Guarantee bond from a
Clause 2.3.1.2 amount as mentioned in the KIT (the "Bid
scheduled commercial bank of India or as
Page 7 of 103 mentioned in tender documents. The Bank Security"), which will be refundable after
Guarantee bond shall be as per the Bid issuance of LOA to the Selected Bidder.
Security format at Appendix-A and shall The Selected Bidder’s Bid Security shall
be valid for a period of 90 days beyond the be retained till it has provided a
bid validity period.
Performance Security as per the provision
of this RFP and LOA. The Bidder will
have to provide Bid Security through [e-
payment Gateway of e- Procurement
Portal/Authority OR in form of Bank
Guarantee. The Bid shall be summarily
rejected if it is not accompanied by the
prescribed amount of Bid Security. The
Bank Guarantee shall be as per the Bid
Security format at Appendix-A and shall
be valid for a period of 90 days beyond the
bid validity period.

9 Corrigendum The bid is responsive in terms of Clause The bid is responsive in terms of Clause
2(ix) PMS RFP 2.20; 2.19.
Clause 2.6.1 c
(v)
Page 9 of 103
10 Corrigendum The Authority will provide limited Office Limited Office Accommodation duly
2(x) PMS RFP Accommodation to the PMS Agency duly furnished with basic office furniture, air-
Clause 2.7.2 furnished with basic office furniture, air- conditioning, power supply, LAN
(vii) conditioning, power supply, LAN
Page 11 of 103 connectivity, as per the details provided at connectivity will be provided to the PMS
Annexure-1 either within or near its Office Agency at a location in close proximity
premises or at a location in close to the Project Site for the entire duration
proximity to the Project Site on ‘free of of the PMS Assignment.
cost’ basis for the entire duration of the 3
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
3
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

PMS Assignment.

11 Corrigendum Global tender enquiry shall not be invited


Global tender enquiry shall not be invited for
2(xi) PMS RFP for Tenders valuing up to Rs. 200 Crore Tenders valuing up to Rs. 200 Crore (two
Clause 2.19 (two hundred crores) as per Letter No. hundred crores) as per Letter No.
Page 16 of 103 F.12/17/2019-PPD dated 28.05.2020 F.12/17/2019-PPD dated 28.05.2020 issued
issued by the Ministry of Finance, Govt. of
by the Ministry of Finance, Govt. of India
India including Letter No. F. 04.1.2021- including Letter No. F. 04.1.2021-PPD dated
PPD dated the 03rd August 2021 issued by the 03rd August 2021 issued by the
the Department of Expenditure, Ministry Department of Expenditure, Ministry of
of Finance, Government of India. Finance, Government of India. Foreign
companies registered in India under
Companies Act and having offices in India
shall be allowed to bid.
12 Corrigendum it is received by the Bid Due Date and time it is received by the Bid Due Date and time
2(xii) PMS RFP including any extension thereof pursuant to including any extension thereof pursuant to
Clause 2.20.2 Clause 2.13; Clause 2.2 & 2.13.
(ii)
Page 17 of 103
13 Corrigendum The Bidder shall have achieved an average The Bidder shall have achieved an average
2(xiii) PMS annual financial turnover (gross) of not annual financial turnover (gross) of not less
RFP less than INR 150 Crs. (One hundred and than INR 150 Crs. (One hundred and Fifty
Clause 3.2 (a) Fifty crores) as technical consultancy fees crores) as technical consultancy fees during
Page 18 of 103 during last 5(five) consecutive completed last 5 (five) consecutive completed financial
financial years ending on or earlier to years ending on or earlier to 30.12.2022.
30.06.2023.

14 Corrigendum In case of Consortium, the Financial In case of Consortium, the Financial


2(xiv) PMS Capacity of only the Lead Member will be Capacity of only the Lead Member will be
RFP considered. considered however Each member of the
Clause 3.2 (b) JV/Consortium must have at least a
Page 18 of 103 Gross Average Annual Consulting
Revenue of Rs. 50 Cr during last five
completed financial years on or before
30.12.2022 (in INR).

15 Corrigendum For demonstrating organizational For demonstrating organizational


2(xv) PMS RFP technical capacity, the Bidder shall have technical capacity, the Bidder shall have
Clause 3.3.1.1 completed or completed or substantially completed
Page 18 of 103 substantially completed Eligible
Eligible Assignment(s) as mentioned
Assignment(s) as mentioned below during
the past 7 (seven) years ending on below during the past 7 (seven) years
30.06.23: ending on 30.12.2022:

16 Corrigendum Minimum one ongoing Technical


2(xvi) PMS Consultancy assignment (not necessarily Minimum one ongoing Technical
RFP for similar work) of contract value not less Consultancy assignment (not necessarily for
Clause 3.3.1.3 than INR 50 crores secured during the last similar work)of contract value not less than
Page 19 of 103 five years ending on 30.06.23. INR 50 crores secured during the last five
Notes: years ending on 30.12.2022.
 The value of the Consultancy fees
for the eligible projects shall be Notes:
brought to the current pricing level  The value of the Consultancy fees for
by enhancing the actual value of the eligible projects shall be brought to
work at a simple rate of 7% per 4
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
4
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

annum, calculated from the actual the current pricing level by enhancing
date of completion to 30.06.2023. the actual value of work at a simple rate
 For evaluation, substantially of 7% per annum, calculated from the
completed Project / Assignment actual date of completion to 30.12.2022.
means that the Bidder has received
 For evaluation, substantially
at least 80% of the professional
fees /agreement value towards completed Project / Assignment
undertaking such Eligible means that the Bidder has received at
Assignment. least 80% of the professional fees
 In case, the Bidder has executed /agreement value towards
any eligible project as member of a undertaking such Eligible
Consortium, then he will consider
the Consultancy fees received by Assignment.
him only for his portion of  In case of an integrated Metro
services. construction project involving stations
 Provided further, that in case of a
and alignment viaduct/tunnel under
Consortium, experience of the
Consortium shall be considered in one contract, a multiplication factor of
regard to Clause 3.3.1.3 above, in 25% will be considered towards
case the Bidder is carrying out the weightage of Station component in
technical consultancy assignment that contract for eligibility purpose.
with the identical Consortium.
 Provided further, that the Lead  In case, the Bidder has executed any
Member must meet the Technical eligible project as member of a
Eligibility requirement as set forth Consortium, then he will consider the
at Clause 3.3.1.1 above for at least Consultancy fees received by him only
two projects under condition (i) for his portion of services.
and one project under condition (ii)
 Provided further, that in case of a
unless he meets the Technical
Eligibility requirement under Consortium, experience of the
condition (iii) above. Consortium shall be considered in
regard to Clause 3.3.1.3 above, in
case the Bidder is carrying out the
technical consultancy assignment
with the identical Consortium.
 Provided further, that the Lead
Member must meet the Technical
Eligibility requirement as set forth at
Clause 3.3.1.1 above for at least two
projects under condition (i) and one
project under condition (ii) unless he
meets the Technical Eligibility
requirement under condition (iii)
above.
 In case of JV/consortium each
member of the JV/consortium
must have completed at least one
Similar work ( as defined in
clause 3.3.1.2 ) having technical
consulting fees of not less than
INR 15.0 (Fifteen) crores.
 In case of JV/consortium each
5 member of the JV/consortium
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
5
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

must have secured Minimum one


ongoing Technical Consultancy
assignment (not necessarily for
similar work) of contract value
not less than INR 15.0 (Fifteen)
crores during the last five years
ending on 30.12.2022.

17 Corrigendum This PMS Assignment is for managing the This PMS Assignment is for managing the
2(xvii) PMS execution of a multi stakeholder multi- execution of a multi stakeholder multi-
RFP disciplinary EPC project comprising disciplinary EPC project comprising
Clause 3.3.2.1 structural construction works for buildings structural construction works for buildings
Page 19 -20 of & viaducts/ROBs, Roads, Architectural & & viaducts/ROBs, Roads, Architectural &
103 Urban planning, Systems & MEPF works, Urban planning, Systems & MEPF works,
Railway Track & OHE works, Railway Track & OHE works,
IBMS/SCADA works, etc. Hence, the IBMS/SCADA works, etc. Hence, the PMS
PMS Team needs to have expertise in all Team needs to have expertise in all the
the relevant fields. Project involves relevant fields. Project involves
construction of iconic buildings and construction of iconic buildings and project
project facilities integrated by systems, facilities integrated by systems, integrating
integrating heritage and possessing heritage and possessing archaeological art
archaeological art sculpture and aesthetic sculpture and aesthetic elements, which call
elements, which call for special abilities. It for special abilities.
also comprises deployment of two distinct
teams of
Experts/Staff, one at HO of the Authority
and one at the Project Site.
18 Corrigendum
2(xviii) PMS
RFP
Clause 3.3.2.1
Page 20-21 of
103

19 Corrigendum Note: Note:


2(xix) PMS 9. While compiling the Financial Bid 9. While compiling the Financial Bid
RFP Form-F1 for remunerations payable to the Form-F1 for remunerations payable to the
Clause 3.3.2.1 Experts/Other Staff, Bidders shall ensure Experts/Other Staff, Bidders shall ensure that
Page 22 of 103 that Remuneration rates to be quoted shall Remuneration rates to be quoted shall be
be specific against each Expert Position specific against each Expert Position under
under Key Experts Category A (KA). For Key Experts Category A (KA), Key Experts
Key Experts Category B (KB), Non Key Category B (KB), Non Key Experts Category
Experts Category C (NKC) and Other C (NKC) and Other Professional Staff
Professional Staff Category D (OPS), the Category D (OPS). For Support Staff
Bidders can classify individual staff Category E (SSE), one uniform remuneration
positions in a maximum of three Bands rate will be quoted for all the Staff positions.
and will quote uniform remuneration rates 6
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
6
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

for all the staff positions included under 10. Bidder will also show the deployment
one Band. For Support Staff Category E planning of various Experts and other staff at
(SSE), one uniform remuneration rate will filed ( Ahmedabad).
be quoted for
all the Staff positions.
10. Bidder will also show the deployment
planning of various Experts and other staff
distinctly between the HO Team & the
Field Team.

20 Corrigendum The Bidder shall enclose with its Bid, The Bidder shall enclose with its Bid,
2(xx) PMS RFP certificate(s) from its Statutory Auditors$ certificate(s) from its Statutory Auditors
Clause 3.6 stating its total revenues from stating its total revenues from professional
Page 24 of 103 fees during each of the past five completed
professional fees during each of the past financial years ending on or earlier to
five completed financial years ending on 30.12.22 and the fee received in respect of
or earlier to 30.06.23 and the fee received each of the Eligible Assignments specified
in respect of each of the Eligible In the Bid. In the event that the Bidder
Assignments specified in the Bid. In the does not have a statutory auditor, it shall
event that the Bidder does not have a provide the requisite certificate(s) from
statutory auditor, it shall provide the the firm of Chartered Accountants that
requisite certificate(s) from the firm of ordinarily audits the annual accounts of
Chartered Accountants that ordinarily the Bidder. All forms verified/certified by
audits the annual accounts of the Bidder. Statutory Auditor or CA should have
All forms verified/certified by Statutory clear mention of UDIN number.
Auditor or CA should have clear mention
of UDIN number.

21 Corrigendum The scores to be assigned to each of the Key The scores to be assigned to each of the Key
2(xx) PMS RFP Expert position under Category A (KA) and Expert position under Category A (KA) above
Clause 3.7.2 B (KB) above shall be determined shall be determined considering the following
Page 25 of 103 four sub-criteria and relevant percentage
considering the following four sub-criteria weights:
and relevant percentage weights:
22 Addendum 2 (i) Added 4.6 Defects Liability Period the Authority
PMS RFP Engineer shall assist the Authority
Clause 4 through inspection of the works at
(Miscellaneous)
Page 30 of 103 appropriate intervals during the Defects
Liability Period under the EPC
Agreement as per the approved
Deployment Schedule and/or as per the
directions of the Authority. The
services shall include: (i) Inspection
during Defects Liability Period. (ii)
Coordination, review, monitor and
ensure that the Contractor shall
replace/remedy the defects occurring
under normal usages of works by the
Authority, except for normal wear and
tear under such usage during the
7 defects liability period. (iii) Monitoring
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
7
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

of defects rectification by the


Contractor during Defects Liability
Period. The additional payment during
Defect liability period shall be made as
per actual deployment as per direction
of Authority, The payment rates shall
be as per the accepted Rates (Appendix
II) of contract agreement subjected to
price Adjustment as per clause 6.7of
the Draft PMS Agreement..
4.7 A copy of all communications;
comments; instructions; Drawings or
Documents sent by the Authority
Engineer to the Contractor; and a copy
of all the test results with comments of
the Authority Engineer thereon; shall
be furnished by the Authority Engineer
to the Authority forthwith.

23 Corrigendum Limited Office Accommodation duly


2(xxi) PMS furnished with basic office furniture, air-
RFP conditioning, power supply, LAN
ANNEXURE-1
Page 32 of 103 connectivity will be provided to the PMS
Agency at a location in close proximity
to the Project Site on free of cost basis for
the entire duration of the PMS
Assignment.

24 Corrigendum SN Parameter SN Parameter


2(xxii) PMS
RFP
ANNEXURE-2 Gross Average AnnualConsulting Gross Average AnnualConsulting
Page 33 of 103 Revenue during last five Revenue during last five
A completed financial years on or A completed financial years on or
(i) before 30.06.2023 (in INR). (i) before 30.12.2022 (in INR).

Consulting Revenue ofthe Bidder Consulting Revenue ofthe Bidder


from the Eligible Assignments from the Eligible Assignments
cumulatively over last five cumulatively over last five
A completed financial years on or A completed financial years on or
(ii) before 30.06.2023 (in INR). (ii) before 30.12.2022
(in INR).

25 Corrigendum
2(xxiii) PMS
RFP
Annexure-3
Page 43 of 103

8
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
8
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

26 Corrigendum
2(xxiii) PMS
RFP
Annexure-3
Page 44 of 103

27 Corrigendum
2(xxiii) PMS
RFP
Annexure-3
Page 43-48 of
103

28 Corrigendum
2(xxiii) PMS
RFP
Annexure-3
Page 46 of 103

29 Corrigendum Form – C1: Financial Capacity of the Annexure 1


2(xxiv) PMS Bidder
RFP
APPENDIX-C
Technical Bid
Form – C1:
Financial
Capacity of the
Bidder
Page 75 of 103
30 Corrigendum Form – C2: Abstract of Eligible Annexure 2
2(xxv) PMS Assignments of the Bidder
RFP
APPENDIX-C 9
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
9
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

Technical Bid
Form – C2:
Abstract of
Eligible
Assignments of
the Bidder
Page 76 of 103
31 Corrigendum Form – C3: Details of each Eligible Annexure 3
2(xxvi) PMS Assignment of the Bidder
RFP
APPENDIX-C
Technical Bid
Form – C3:
Details of each
Eligible
Assignment of
the Bidder
Page 77 of 103
32 Corrigendum Form – D2: Deployment Planning of Annexure 4
2(xxvii) PMS Professional Staff
RFP for the PMS Assignment
APPENDIX-D
Technical Bid
Form – D2:
Deployment
Planning of
Professional
Staff
for the PMS
Assignment
Page 81-84 of
103
33 Corrigendum APPENDIX-E Annexure 5
2(xxviii) PMS Technical Bid Form – E2: Abstract of
RFP Eligible Assignments of Key Experts
APPENDIX-E
Technical Bid
Form – E2:
Abstract of
Eligible
Assignments of
Key Experts
(Category ‘A’
& ‘B’) Page 88
of 103
34 Corrigendum APPENDIX-F Annexure 6
2(xxviii) PMS Financial Bid Form – F1: Breakdown of
RFP Man Month Costs
APPENDIX-F – Staff Remuneration
Financial Bid
Form – F1:
Breakdown of
Man Month
Costs
– Staff
Remuneration
Page 93-96 of
10
103
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
10
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

35 Corrigendum The President of India, represented by the The President of India, represented by the
2(xxix) PMS Deputy General Manager/ Project/ Chief Project Manager/Ahmedabad, Rail Land
Agreement Ahmedabad, Rail Land Development Development Authority and having its
Clause 1 Authority and having its principal office at principal office at Unit No. 702-B, Konnectus
Page 1 of 92 Unit No. 702-B, Konnectus Tower-2, Tower-2, DMRC Building, Ajmeri Gate, New
DMRC Building, Ajmeri Gate, New Delhi-110002, (hereinafter referred to as the
Delhi-110002, (hereinafter referred to as “Authority” which expression shall, unless
the “Authority” which expression shall, repugnant to the context or meaning thereof,
unless repugnant to the context or meaning include its administrators, successors and
thereof, include its administrators, assigns) of One Part;
successors and assigns) of One Part;
36 Corrigendum Consultant means a legally-established Consultant means a legally-established
2(xxx) PMS professional consulting firm or an entity professional consulting firm or an entity
Agreement that (JV/Consortium) that may provide or provides
Clause 2.2.1 may provide or provides the Services to the Services to the Authority under the
Page 6 of 92 the Authority under the Contract; Contract;

37 Corrigendum The Draft EPC Agreement provides that The Authority Engineer in the EPC Contract is
2(xxxi) PMS there shall be a Project Management PMS agency. The entire scope of services
Agreement Group assigned to PMS Agency under this agreement
Clause 3.2.4 (the “Project Management Group” or are in the scope of Authority Engineer in the
Page 13 of 92 “PMG”), to be functioning as the EPC Contract and to that extent the PMS
Authority Agency will act as the Authority Engineer
Engineer under the definition of the EPC (“Authority Engineer” or AE) to ensure
Agreement (the “Authority Engineer”). seamless monitoring and delivery of works
This under the EPC Agreement for the Project in
PMG shall have two distinctly different accordance with the duties and functions as set
teams, one at the field level to oversee and forth at Article 16 and elsewhere in the Draft
supervise the day to day onsite works, EPC Agreement and Section 4: Scope of
execution related issues like quality Services of this Draft PMS Agreement.
control, Accordingly, the PMS Agency to that extent
safety & environment management, will function in all roles as defined for the
progress monitoring, measurements and Authority Engineer in the EPC Agreement,
payment verification, etc. The other team wherever a reference has been made to the term
shall be at the head office level of the “Authority Engineer”, through its relevant
Authority, who will be responsible for team.
assisting the Authority in design &
drawing approvals, scope variation,
administration of specific items under the
head of “provisional sums”, overall
contract management, etc. The PMG at
field level shall generally comprise of
officials from PMS Agency. PMG at head
office level will comprise
Experts/Specialists for few identified
functions/roles and other Experts with
varying qualifications and experience,
provided by either the PMS Agency or any
other Specialist Agency to be engaged
directly by the Authority, to ensure
seamless monitoring and delivery of
works under the EPC Agreement for the
Project in accordance with the duties and
functions as set forth at Article 16 and
elsewhere in the Draft EPC Agreement
and Section 4: Scope of Services of this
Draft PMS Agreement. 11
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
11
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

While, the field team of the PMG will be


headed by the Chief Resident Engineer of
the PMS Agency, the Head Office team of
the PMG will be headed by the Project
Director of the PMS Agency, who will
also be Head of the PMG.
Accordingly, the PMS Agency to that
extent will function in all roles as defined
for the Authority Engineer in the EPC
Agreement, wherever a reference has been
made to the term “Authority Engineer”,
through its relevant team.
38 Corrigendum e) Supervision of work site safety Supervision of work site safety including
2(xxxii) PMS including safety of running trains, safety of running trains, passengers, people,
Agreement passengers, people, structures & structures & properties adjacent to the work
Clause 3.3.3 properties adjacent to the work site and site and implementation of safety and
Page 14 of 92 implementation of safety and environment environment management processes in line
management processes in line with the with the Environmental Management Plan
Environmental Management Plan (EMP) (EMP) of the Project, Safety, Health,
of the Project, Safety, Health, Environment (SHE) guidelines of the
Environment (SHE) guidelines of the Authority and the Contractor’s Organisational
Authority and the Contractor’s Safety Management Policies, other special
Organisational Safety Management plans at work site. The work site is near two
Policies, other special plans at work site. important ASI protected monuments viz Brick
Minar and Jhoolta Minar. The whole project
has been planned to integrate these two
monuments and at all stages of the work the
guidelines and related observations from all the
related stake holders (ASI, NMA) must be
followed strictly.
39 Corrigendum The PMS Agency will designate and The PMS Agency will designate and notify
2(xxxiii) PMS notify names of two persons each of its names of the Project Director who will head
Agreement Project Team and HO Team as per the the Project Team as per the provisions of
Clause 4.1.7 provisions of Clause 16.3 of the EPC Clause 16.3 of the EPC Agreement after
Page 17 of 92 Agreement after obtaining the Authority’s obtaining the Authority’s prior approval. The
prior approval. entire PMS agency will be at the project site
headed by the Project Director and will be in
constantly interacting with the Authority and
the EPC contractor for successful execution of
the Project.
40 Corrigendum The Authority will provide limited Office The Authority will provide limited Office
2(xxxiv) PMS Accommodation to the PMS Agency duly Accommodation to the PMS Agency duly
Agreement furnished with basic office furniture, air- furnished with basic office furniture, air-
Clause 5.10 conditioning, power supply, LAN conditioning, power supply, LAN
Page 43 of 92 connectivity, as per the details provided at connectivity, as mentioned at Appendix-2 at a
Appendix-2 either within/Nearby its location in close proximity to the Project Site
Office premises at Nirman Bhavan, Near for the entire duration of the PMS Assignment.
Western Railway DRM Office,
Ahmedabad or at a location in close
proximity to the Project Site on ‘free of
cost’ basis for the entire duration of the
PMS Assignment.
41 Corrigendum The PMS Agency shall, for the The PMS Agency shall, for the performance
2(xxxv) PMS performance of its obligations hereunder of its obligations hereunder this PMS
Agreement this PMS Agreement, provide to the Agreement, provide to the Authority, within 15
Clause 6.2.1 Authority, within 15 (fifteen) days of issue (fifteen) days of issue of LOA, an irrevocable
12
Page 48 of 92
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
12
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

of LOA, an irrevocable and unconditional and unconditional Bank Guarantee (the


Bank Guarantee (the “Performance “Performance Security”) for an amount equal
Security”) for an amount equal to 3% to 5% (Five per cent) of the Agreement Value
(three per cent) of the Agreement Value set forth at Clause 6.1.1 above, from any
set forth at Clause 6.1.1 above, from any Nationalized or Scheduled Commercial Bank
Nationalized or Scheduled Commercial in the form set forth at Appendix-1 of this PMS
Bank in the form set forth at Appendix-1 Agreement.
of this PMS Agreement.
42 Corrigendum Limited Office Accommodation duly
2(xxxvi) PMS furnished with basic office furniture, air-
Agreement conditioning, power supply, LAN connectivity
Appendix-2 will be provided to the PMS Agency at a
Page 72 of 92 location in close proximity to the Project Site
on free of cost basis for the entire duration of
the PMS Assignment.

43 Corrigendum Technical Bid Form-D2 Deployment Annexure 7


2(xxxvi) PMS Planning Of Professional Staff for the
Agreement PMS assignement
Appendix- 3
Page 73-76 of
92
44 Corrigendum Financial Bid Form – F1: Breakdown of Annexure 8
2(xxxvii) PMS Man Month Costs– Staff Remuneration
Agreement
Appendix-5
Page 79-82 of
92
45 Corrigendum
2(xxxvii) PMS
Agreement
Appendix-8
Eligibility
Criteria and
Requirement of
various Expert
Positions as
assessed by the
Authority
Page 87-91 of
92

46 Corrigendum
2(xxxvii) PMS
Agreement
Appendix-8
Eligibility
Criteria and
Requirement of 13
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
13
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

various Expert
Positions as
assessed by the
Authority
Page 90 of 92
47 Corrigendum
2(xxxvii) PMS
Agreement
Appendix-8
Eligibility
Criteria and
Requirement of
various Expert
Positions as
assessed by the
Authority
Page 88 of 92
48 Corrigendum 2 The scores to be assigned to each of the Key The scores to be assigned to each of the Key Expert
(xxxviii) RFP , Expert position under Category A (KA) and B position under Category A (KA) above shall be
Clause 3.7.2 (KB) above shall be determined considering the determined considering the following four sub-
,Page 25 following four sub-criteria and relevant criteria and relevant percentage weights-
percentage weights-

49 Corrigendum 2 Failure of the Project Director cum Team Leader Failure of the Project Director cum Team Leader to
(xxxix) RFP , to meet the eligibility criteria as per Clause meet the eligibility criteria as per Clause
Clause 3.3.2.4 3.7.2 and Scoring Matrix for various 3.7.2 and Scoring Matrix for various Technical
,Page 23 of Technical Evaluation parameters at Evaluation parameters at Annexure-2 of this
RFP Annexure-2 of this RFP shall result in summary RFP shall result in summarily rejection of the Bid.
rejection of the Bid. Further, no replacement of Further, no replacement of person against this
person against this position will be permitted position will be permitted until completion of a
until completion of a period of minimum 12 period of minimum 12 (twelve) months from the
(twelve) months from the date of issue of LOA, date of issue of LOA, in case the Bidder finally
in case the Bidder finally emerges as the emerges as the Selected Bidder for issue of LOA
Selected Bidder for issue of LOA
50 Corrigendum 2
(xx) RFP,
Annexure 2(SN Annexure 9
A) , Page 33 ,
Scoring Matrix
for various
Technical
Evaluation
Parameters

14
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
14
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

51 Corrigendum Persons having academic qualification of Persons having academic qualification of Diploma
2(xxii) Diploma Engineering in the relevant field with Engineering in the relevant field with additional
additional overall experience of 5 years will be overall experience of 5 years will be permitted only
Notes (ii) of permitted only for non-key experts but with no for non-key experts/ Other Professional Staff Category–
Annexure 3 of relaxation in permissible maximum age. D (OPS) but with no relaxation in permissible
maximum age.
RFP (page 49)

Notes (ii) of
Appendix 5 and
Appendix 8 of
PMS agreement
52 Corrigendum 3.5 Other requirements for the Bidders In case the work experience is for the work executed
2(xxiii) ,RFP, (iii) outside India, the Bidder(s) have to submit the
Clause 3.5 In case the work experience is for the work completion / experience certificate issued by the
Notes (iii) executed outside India, the Bidder(s) have to owner/ director of the company/ government
submit the completion / experience certificate authority of availing services duly signed &
issued by the owner/ director of the company/ stamped, and affidavit to the correctness of the
government authority of availing services duly completion / experience certificates. The Bidder
signed & stamped, and affidavit to the shall also get the completion/experience certificate
correctness of the completion / experience attested by the Indian Embassy / Consulate / High
certificates. The Bidder shall also get the Commission in the respective country. In the event
completion/experience certificate attested by the of submission of completion / experience certificate
Indian Embassy / Consulate / High Commission by the Bidder in a language other than English, the
in the respective country. In the event of English translation of the same shall be duly
submission of completion / experience certificate authenticated by Chamber of Commerce of the
by the Bidder in a language other than English, respective country and attested by the Indian
the English translation of the same shall be duly Embassy / Consulate / High Commission in the
authenticated by Chamber of Commerce of the respective country*.
respective country and attested by the Indian *Apostille Certificate will be accepted if it is done
Embassy / Consulate / High Commission in by government of that country or its authorized
the respective country. Agency. However, after LOA is issued,
certification as per Note (iii) above shall be
produced by the Bidder within 3 months of date of
issue of LOA, failing which the contract will be
terminated.
53 Corrigendum (i) Last date of Downloading of e-bid
2(xxiv) in NIT Document for participation/
& clause 1.1.2 submission online: 20.12.2023 up to 14:00
(KIT) of RFP hrs.

(ii)E-Bid Due Date/last date of


submission of e-bid ( the “ Bid
Submission Date )- 20.12.23 up to 15:00
hrs.

(ii) Physical
submission of all
documents uploaded by the Bidder -
20.12.23 up to 15:00 Hrs.

(iv) Opening of e- bid Technical -


20.12.23 up to 15:30 Hrs.

15
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
15
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

54 Corrigendum Key Experts Category ‘A’ (KA) Annexure 10


2(xxv) in RFP Qualification, Experience and Competence
Annexure 2(SN for the assignment.
B), Page 38

55 Corrigendum Eligibility Criteria and requirement of Annexure 11


2(xxvi) in RFP various Expert position as assessed by the
Annexure 3 Authority
(SN 1), Page 38

And

Appendix 8
(SN 1) of Draft
PMS agreement
,page 87

1. There may be minor variation in referring to clause numbers and insignificant alterations
in the clauses in addition to the mentioned clauses in the list. It is advised to study the
document in detail to ascertain various aspects and provisions of the tender document.
2. Bidders have to download the Bid documents from the e-procurement portal i.e.
www.tenderwizard.in/RLDA after registering themselves on portal and after payment of
Tender Processing Fee & Bid Document Fee before last date & time of downloading the
e-bids online.
3. All Bidders are advised to see Amendments to RFP, if any, before submission of the e-
bids. In case the bidder does not submit the amended bids/amendments, it will be presumed
that bidder has seen the amendments/ Amended bids and e-bid will be evaluated
accordingly. The decision of RLDA shall be final and binding.
4. Corrigendum/Addendum to this RFP Notice, if any, would appear only on above mentioned
websites and will not be published in newspapers.

JGM/Tender

16
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
16
aa File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 1
APPENDIX-C
Technical Bid Form – C1: Financial Capacity of the Bidder

(Refer Clause 3.2, 3.3.1 & 3.5 (iv))

SN Completed Financial Gross Professional Gross Professional


Year (On or Prior to Consultancy fees Consultancy fees from the
30.12.2022) (INR in Crores) Eligible Projects
(INR in Crores)
1.
2.
3.
4.
5.
Total

Certificate from the Statutory Auditor$


This is to certify that _ (name of the Bidder) had a Revenue from Professional Fees in
terms of the Clause 3.2, 3.3.1 and 3.5 (iv) of the RFP as shown above against the respective years.
Name of the audit firm:
Seal of the audit firm
Date:

(Signature, name and designation )

$In
case the Bidder does not have a statutory auditor, it shall provide the certificate from the
independent chartered accountant/its chartered accountant that ordinarily audits the annual
accounts of the Bidder. The details of the Auditor/ Chartered Accountant along with contact details
shall be mentioned.

Note:

1. Please do not attach any printed Annual Financial Statement.


2. In case where books of accounts of the Bidder is maintained and audited on the basis of Calendar
Year or any other period of the Year, the Bidder shall submit the relevant financial details for the
last five completed financial years on or prior to 30.12.2022.
3. Professional Consultancy fees for each completed Financial Year shall be brought to the current
level by enhancing the same at a simple rate of 7% (seven percent) per annum calculated from
the last date of each Financial Year to 30.12.2022.

(Signature, name and designation of the Authorized signatory)

17
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 2

APPENDIX-C
Technical Bid Form – C2: Abstract of Eligible Assignments of the Bidder#

(Refer Clause 3.3.1 & 3.5 (iv))

SN Name of Name of Capital Cost Payment received Month and Yr. Type of Project
Project* Client of Project by the Bidder for of completion/ (Refer Clause
(INR in the project ongoing 3.3.1)
crores) (INR in crores) ## (% completion)
(1) (2) (3) (4) (5) (6) (7)
1
2
3
4
5
6
7

# The Bidder should provide details of only those projects that have been undertaken by it under its own

## Exchange rate should be taken as per Clause 3.4 of the RFP


* The names and chronology of Eligible Assignments included here should conform to the project-wise

$ In case the Bidder does not have a statutory auditor, it shall provide the certificate from
independent chartered accountant/its chartered accountant that ordinarily audits the annual
accounts of the Bidder. The details of the Auditor/ Chartered Accountant along with contact
details shall be mentioned.
Note: The Bidder may attach
separate sheets to provide brief
particulars of other relevant
experience of the Bidder.

(Signature, name and designation of


the Authorized signatory)

18
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 3

APPENDIX-C
Technical Bid Form – C3: Details of each Eligible Assignment of the Bidder

(Refer Clause 3.3.1 & 3.5 (iv))

Name of the Bidder:


Name of the Project:
Type of Project (Refer Clause 3.3.1.2)
Description of services performed by the
Bidder firm:
Name of client and Address:
(Indicate whether public or private
entity)
Estimated capital cost of the Project
(INR in Cr.):
Final Payment received by the Bidder
(INR in Cr.):
Start date and finish date of the services
(month/ year):
Brief description of the project:

Use separate sheet for each Eligible Assignment and indicate C3/1, C3/2, C3/3, ...........
should be
same as sequence of the concerned assignment in Technical Bid Form C2.

Exchange rate should be taken as per clause 3.4 of the RFP.

19
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 4

APPENDIX – D
Technical Bid Form – D2: Deployment Planning of Professional Staff
for the PMS Assignment

SN Position Name Number Man- Assessed Deployment


Description of month Man Months Planning proposed
requireme Proposed by by the bidder wrt the
positions
ntassessed
required the Bidder “Effective
by the
Date”
Authority
for
each
positio
n
(1) (2) (3) (4) (5) (6)
I. Key Experts: Category–A (KA): CVs to be evaluated individually
KA-1 Project Director
1 36
cum Team Leader
KA-2 Principal Interface 1 36
Manager
KA-3 Principal Design 1 30
Coordinator -
Architectural , Civil,
Structural, PHE and
Landscape
KA-4 Principal Design 30
Coordinator 1
(Systems & MEPF)
KA-5 Principal Architect 1 36
for all disciplines
KA-6 Principal SHE
Manager 1 36

KA-7 Chief (Principal) 1 36


Resident Engineer
(All Works)
Total Man-Month assessed by the 240
Authority for Key Experts Category A
(KA):

(Signature, name and designation of the Authorized signatory)

20
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 4

SN Position Name Number Man-month Assessed Deployment


Description of requirement Man Planning proposed
positions assessed by Months by the bidder wrt the
required the Proposed “Effective Date”
Authority by the
for each Bidder
position
(1) (2) (3) (4) (5) (6)
II. Key Experts: Category–B (KB): CVs to be evaluated individually
KB-1 Project Planning 1 36
Engineer
KB-2 Principal Quality 1 36
Manager
KB-3 Resident Engineer
(Civil Construction-I) 1 36

KB-4 Resident Engineer


1 36
(Civil Construction-
II)
KB-5 Resident Architect 36
1

KB-6 Resident Engineer 1 32


(MEPF)
KB-7 Design/Approval 1 30
Coordinator (Civil and
Structures
KB-8 Design/Approval 1 30
Coordinator (Systems &
MEPF)
KB-9 Resident Surveyor
1 24

KB- Techno Commercial


10 Legal Manager 1 36
KB- Financial Controller
1 36
11
Total Man-Month assessed by the
Authority for Key Experts Category B 368
(KB):

(Signature, name and designation of the Authorized signatory)

21
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 4

SN Position Name Number Man-month Assessed Deployment


Description of requirement Man Months Planning proposed
positions assessed by Proposed by by the bidder wrt
required the the Bidder the “Effective
Authority Date”
for each
position
(1) (2) (3) (4) (5) (6)
III. Non-Key Experts: Category–C (NKC)
NKC- Sr. Engineer
6 36
1 (Civil Construction)
NKC- Sr. Engineer
2 36
2 (Systems & MEPF)
NKC- Sr. Engineer (Track)
1 20
3
NKC- Sr. Engineer (OHE)
1 20
4
NKC- Quality Manager
1 36
5 (Civil Construction)
NKC- Quality Manager
1 36
6 (Systems & MEPF)
NKC- SHE Officer
2 36
7
NKC- Billing Engineers
(Civil and MEPF 2 36
8
Work)
NKC- Quantity Surveyors
(Civil and MEPF 2 36
9
Work)
NKC- Control Room
1 36
10 Operator
Total Man-Month assessed by the
Authority for Non Key Experts (NKC): 652

(Signature, name and designation of the Authorized signatory)

22
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 4
SN Position Name Number Man-month Assessed Deployment
Description of requirement Man Planning proposed
positions assessed by the Months by the bidder wrtthe
required Authorityfor Proposedby “Effective
each the Date”
position Bidder
(1) (2) (3) (4) (5) (6)
IV. Other Professional Staff Category–D (OPS)
OPS-1 Field Engineer
9 36
(Civil Construction)
OPS-2 Field Engineer
(Systems & MEPF) 4 36

OPS-3 Field Engineer


1 20
(Track)
OPS-4 Field Engineer
1 20
(OHE)
OPS-5 Document
2 36
Controller for Civil
and MEPF
Total Man-Month assessed by the 580
Authority for Other Professional Staff
(OPS):
V Support Staff Category–E
(SSE)
Bidder to propose various 576
support staffviz. CAD Operator,
Photocopy Operator, Office
cum HR Manager, Project
Accountant, Office Boy, etc. as
per theirown assessment
including identifying specific
positions and deployment man
month duration subject to total
proposed man months duration
SSE not being less than the man
month durationindicated by the
Authority.

Total Man-Month assessed by the 576


Authority for Support Staff (SSE):
Total Cumulative Man-month assessed 2416
by the Authority:

(Signature, name and designation of the Authorized signatory)

23
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

Annexure 5

APPENDIX-E
Technical Bid Form – E2: Abstract of Eligible Assignments of Key Experts (Category ‘A’ & ‘B’)
(Refer Clause 3.3.2 & 3.7)

Name of Key Personnel: .................................


Designation proposed in the present assignment: ................................

SN Name of Name of Name of firm Designation and brief Date of Total Man Capital cost of the
Project Client for which the description of specific completion days spent completed project
Key Expert role/responsibility of Key ofproject on the
worked Expert on the project Project (8)
(1) (2) (3) (4) (5) (6) (7)
1
2
3
4
5

Note: The Bidder may attach separate sheets to provide brief particulars of other relevant experience of the Key Expert.

(Signature, name and designation of the Authorized signatory)

24
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 6

APPENDIX-F

Financial Bid Form – F1: Breakdown of Man Month Costs


– Staff Remuneration
SN Position Name Number Man-month Assessed Rates Amount
Description of requirement Man (INR/ (INR) H
positions assessed by Months Man- =
the
required Proposed month/ CxFxG
Authority
for each by the Person)
position Bidder
(A) (B) (C) (D) (E) (F) (G)
I Key Experts: Category–A (KA):
KA-1 Project Director cum 1 36
Team Leader
KA-2 Principal Interface 1 36
Manager
KA-3 Principal Design 1 30
Coordinator -
Architectural , Civil,
Structural, PHE and
Landscape
KA-4 Principal Design 30
Coordinator (Systems 1
& MEPF)
KA-5 Principal Architect for all 1 36
disciplines
KA- Principal SHE Manager 1 36
6
KA-7 Chief (Principal) 1 36
Resident Engineer ( All
Works)
Total Man-Month assessed by the Authority 240
for Key Experts Category A (KA):

(Signature, name and designation of the Authorized signatory)

25
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 6

SN Position Name Number Man-month Assessed Rates Amount


Description of requirement Man (INR/ (INR)
positions assessed by Months Man- H=
required the Proposed month/ CxFxG
Authority for by the Person)
each Bidder
position
(A) (B) (C) (D) (E) (F) (G)
II Key Experts: Category–B (KB):
KB-1 Project Planning 1 36
Engineer
KB-2 Principal Quality 1 36
Manager
KB-3 Resident Engineer (Civil 1 36
Construction-I)
KB-4 Resident Engineer (Civil 1 36
Construction-II)
KB-5 Resident Architect 1 36

KB-6 Resident Engineer 1 32


(MEPF)
KB-7 Design/Approval 1 30
Coordinator (Systems &
MEPF)
KB-8 Design/Approval 1 30
Coordinator (Civil
and Structures)
KB-9 Resident 1 24
Surveyor
KB- Techno Commercial Legal 1 36
10 Manager

KB- Financial Controller 1 36


11

Total Man-Month assessed by the 368


Authority for
Key Experts Category B (KB):

(Signature, name and designation of the Authorized signatory)

26
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 6

SN Position Name Number Man-month Assessed Rates Amount


Description of requirement Man (INR/ (INR)
positions assessed by Months Man- H=
required the Proposed month/ CxFxG
Authority by the Person)
for each Bidder
position
(A) (B) (C) (D) (E) (F) (G)

III Non-Key Experts: Category–C


(NKC)
NKC-1 Sr. Engineer 6 36
(Civil Construction)
NKC-2 Sr. Engineer 2 36
(Systems & MEPF)
NKC- Sr. Engineer (Track) 1 20
3
NKC- Sr. Engineer (OHE) 1 20
4
NKC-5 Quality Manager 1 36
(Civil Construction)
NKC-6 Quality Manager 1 36
(Systems &
MEPF)
NKC-7 SHE Officer 2 36

NKC-8 Billing Engineers (Civil 2 36


and MEPF Work)
NKC-9 Quantity Surveyors (Civil 2 36
and MEPF Work)
NKC- Control Room Operator 1 36
10
Total Man-Month assessed by the Authority 652
for Non Key Experts (NKC):

(Signature, name and designation of the Authorized signatory)

27
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 6
SN Position Name Num Man-month Assessed Rates Amoun
Description berof requirement Man (INR/ t(INR)
positi assessed by Months Man- H=
ons the Proposed month/ CxFxG
requi Authority by the Person)
red for each Bidder
position
(A) (B) (C) (D) (E) (F) (G)
IV Other Professional Staff Category–D
(OPS)
OPS-1 Field Engineer 9 36
(Civil Construction)
OPS-2 Field Engineer (Systems & 4 36
MEPF)
OPS-3 Field Engineer 1 20
(Track)
OPS-4 Field Engineer 1 20
(OHE)
OPS-5 Document 2 36
Controller for Civil & MEPF
Total Man-Month assessed by the Authority for 580
Other Professional Staff (OPS):
V Support Staff Category–E (SSE)
SSE Bidder to propose various 576
support staff viz. CAD
Operator, Photocopy
Operator, Office cum HR
Manager, Project Accountant,
Office Boy,etc. as per their
own assessment including
identifying specific positions
and deployment man month
duration subject to total
proposed man months
duration not being less than
the man month duration
indicated by the Authority.

Total Man-Month assessed by the Authority for 576


Support Staff (SSE):
Total Cumulative Man-month assessed by the 2416
Authority:

(Signature, name and designation of the Authorized signatory)

28
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 7

Appendix 3

Technical Bid Form – D2: Deployment Planning of Professional Staff


for the PMS Assignment

SN Position Name Number Man- Assessed Deployment


Description of month Man Months Planning proposed
requireme Proposed by by the bidder wrtthe
positions
ntassessed
required the Bidder “Effective
by the
Date”
Authority
for
each
positio
n
(1) (2) (3) (4) (5) (6)
I. Key Experts: Category–A (KA): CVs to be evaluated individually
KA-1 Project Director
1 36
cum Team Leader
KA-2 Principal Interface 1 36
Manager
KA-3 Principal Design 1 30
Coordinator -
Architectural , Civil,
Structural, PHE and
Landscape
KA-4 Principal Design 30
Coordinator 1
(Systems & MEPF)
KA-5 Principal Architect 1 36
for all disciplines
KA-6 Principal SHE
Manager 1 36

KA-7 Chief (Principal) 1 36


Resident Engineer
(All Works)
Total Man-Month assessed by the 240
Authority for Key Experts Category A
(KA):

(Signature, name and designation of the Authorized signatory)

29
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 7

SN Position Name Number Man-month Assessed Deployment


Description of requirement Man Planning proposed
positions assessed by Months by the bidder wrt the
required the Proposed “Effective Date”
Authority by the
for each Bidder
position
(1) (2) (3) (4) (5) (6)
II. Key Experts: Category–B (KB): CVs to be evaluated individually
KB-1 Project Planning 1 36
Engineer
KB-2 Principal Quality 1 36
Manager
KB-3 Resident Engineer
(Civil Construction-I) 1 36

KB-4 Resident Engineer


1 36
(Civil Construction-
II)
KB-5 Resident Architect 36
1

KB-6 Resident Engineer 1 32


(MEPF)
KB-7 Design/Approval 1 30
Coordinator (Civil and
Structures
KB-8 Design/Approval 1 30
Coordinator (Systems &
MEPF)
KB-9 Resident Surveyor
1 24

KB- Techno Commercial


10 Legal Manager 1 36
KB- Financial Controller
1 36
11
Total Man-Month assessed by the
Authority for Key Experts Category B 368
(KB):

(Signature, name and designation of the Authorized signatory)

30
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 7

SN Position Name Number Man-month Assessed Deployment


Description of requirement Man Months Planning proposed
positions assessed by Proposed by by the bidder wrt
required the the Bidder the “Effective
Authority Date”
for each
position
(1) (2) (3) (4) (5) (6)
III. Non-Key Experts: Category–C (NKC)
NKC- Sr. Engineer
6 36
1 (Civil Construction)
NKC- Sr. Engineer
2 36
2 (Systems & MEPF)
NKC- Sr. Engineer (Track)
1 20
3
NKC- Sr. Engineer (OHE)
1 20
4
NKC- Quality Manager
1 36
5 (Civil Construction)
NKC- Quality Manager
1 36
6 (Systems & MEPF)
NKC- SHE Officer
2 36
7
NKC- Billing Engineers
(Civil and MEPF 2 36
8
Work)
NKC- Quantity Surveyors
(Civil and MEPF 2 36
9
Work)
NKC- Control Room
1 36
10 Operator
Total Man-Month assessed by the
Authority for Non Key Experts (NKC): 652

(Signature, name and designation of the Authorized signatory)

31
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 7
SN Position Name Number Man-month Assessed Deployment
Description of requirement Man Planning proposed
positions assessed by the Months by the bidder wrtthe
required Authorityfor Proposedby “Effective
each the Date”
position Bidder
(1) (2) (3) (4) (5) (6)
IV. Other Professional Staff Category–D (OPS)
OPS-1 Field Engineer
9 36
(Civil Construction)
OPS-2 Field Engineer
(Systems & MEPF) 4 36

OPS-3 Field Engineer


1 20
(Track)
OPS-4 Field Engineer
1 20
(OHE)
OPS-5 Document
2 36
Controller for Civil
and MEPF
Total Man-Month assessed by the 580
Authority for Other Professional Staff
(OPS):
V Support Staff Category–E
(SSE)
Bidder to propose various 576
support staffviz. CAD Operator,
Photocopy Operator, Office
cum HR Manager, Project
Accountant, Office Boy, etc. as
per theirown assessment
including identifying specific
positions and deployment man
month duration subject to total
proposed man months duration
SSE not being less than the man
month durationindicated by the
Authority.

Total Man-Month assessed by the 576


Authority for Support Staff (SSE):
Total Cumulative Man-month assessed 2416
by the Authority:

Note:
The Deployment planning of all the Experts/ Other staff as proposed in Column-7 has to be indicated by the Bidder
with respect to the Effective Date of the PMS Agreement against each Expert/Staff Position proposed in a graphical
form separately.

(Signature, name and designation of the Authorized signatory)

32
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 8

APPENDIX-F

Financial Bid Form – F1: Breakdown of Man Month Costs


– Staff Remuneration
SN Position Name Number Man-month Assessed Rates Amount
Description of requirement Man (INR/ (INR) H
positions assessed by Months Man- =
the
required Proposed month/ CxFxG
Authority
for each by the Person)
position Bidder
(A) (B) (C) (D) (E) (F) (G)
I Key Experts: Category–A (KA):
KA-1 Project Director cum 1 36
Team Leader
KA-2 Principal Interface 1 36
Manager
KA-3 Principal Design 1 30
Coordinator -
Architectural , Civil,
Structural, PHE and
Landscape
KA-4 Principal Design 30
Coordinator (Systems 1
& MEPF)
KA-5 Principal Architect for all 1 36
disciplines
KA- Principal SHE Manager 1 36
6
KA-7 Chief (Principal) 1 36
Resident Engineer ( All
Works)
Total Man-Month assessed by the Authority 240
for Key Experts Category A (KA):

(Signature, name and designation of the Authorized signatory)

33
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 8

SN Position Name Number Man-month Assessed Rates Amount


Description of requirement Man (INR/ (INR)
positions assessed by Months Man- H=
required the Proposed month/ CxFxG
Authority for by the Person)
each Bidder
position
(A) (B) (C) (D) (E) (F) (G)
II Key Experts: Category–B (KB):
KB-1 Project Planning 1 36
Engineer
KB-2 Principal Quality 1 36
Manager
KB-3 Resident Engineer (Civil 1 36
Construction-I)
KB-4 Resident Engineer (Civil 1 36
Construction-II)
KB-5 Resident Architect 1 36

KB-6 Resident Engineer 1 32


(MEPF)
KB-7 Design/Approval 1 30
Coordinator (Systems &
MEPF)
KB-8 Design/Approval 1 30
Coordinator (Civil
and Structures)
KB-9 Resident 1 24
Surveyor
KB- Techno Commercial Legal 1 36
10 Manager

KB- Financial Controller 1 36


11

Total Man-Month assessed by the 368


Authority for
Key Experts Category B (KB):

(Signature, name and designation of the Authorized signatory)

34
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 8

SN Position Name Number Man-month Assessed Rates Amount


Description of requirement Man (INR/ (INR)
positions assessed by Months Man- H=
required the Proposed month/ CxFxG
Authority by the Person)
for each Bidder
position
(A) (B) (C) (D) (E) (F) (G)

III Non-Key Experts: Category–C


(NKC)
NKC-1 Sr. Engineer 6 36
(Civil Construction)
NKC-2 Sr. Engineer 2 36
(Systems & MEPF)
NKC- Sr. Engineer (Track) 1 20
3
NKC- Sr. Engineer (OHE) 1 20
4
NKC-5 Quality Manager 1 36
(Civil Construction)
NKC-6 Quality Manager 1 36
(Systems &
MEPF)
NKC-7 SHE Officer 2 36

NKC-8 Billing Engineers (Civil 2 36


and MEPF Work)
NKC-9 Quantity Surveyors (Civil 2 36
and MEPF Work)
NKC- Control Room Operator 1 36
10
Total Man-Month assessed by the Authority 652
for Non Key Experts (NKC):

(Signature, name and designation of the Authorized signatory)

35
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI
Annexure 8
SN Position Name Num Man-month Assessed Rates Amoun
Description berof requirement Man (INR/ t(INR)
positi assessed by Months Man- H=
ons the Proposed month/ CxFxG
requi Authority by the Person)
red for each Bidder
position
(A) (B) (C) (D) (E) (F) (G)
IV Other Professional Staff Category–D
(OPS)
OPS-1 Field Engineer 9 36
(Civil Construction)
OPS-2 Field Engineer (Systems & 4 36
MEPF)
OPS-3 Field Engineer 1 20
(Track)
OPS-4 Field Engineer 1 20
(OHE)
OPS-5 Document 2 36
Controller for Civil & MEPF
Total Man-Month assessed by the Authority for 580
Other Professional Staff (OPS):
V Support Staff Category–E (SSE)
SSE Bidder to propose various 576
support staff viz. CAD
Operator, Photocopy
Operator, Office cum HR
Manager, Project Accountant,
Office Boy,etc. as per their
own assessment including
identifying specific positions
and deployment man month
duration subject to total
proposed man months
duration not being less than
the man month duration
indicated by the Authority.

Total Man-Month assessed by the Authority for 576


Support Staff (SSE):
Total Cumulative Man-month assessed by the 2416
Authority:

(Signature, name and designation of the Authorized signatory)

36
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 9

Scoring Matrix for various Technical Evaluation parameters

SN Parameter Total Scoring Methodology Remarks


Marks Excellent Good Average Poor Combined for the
allocated Consortium
100% 75% 50% 25%
A. Overall Experience & Capability of the Consultant's Organization (Single Entity/Consortium/JV) - 20 Marks
Gross Average Annual More than INR More than INR More than INR More than INR 150
Consulting Revenue 750 Crores 400 Crores to750 250 Crores to Crores to 250
A during last five Crores 400 Crores Crores
10
(i) completed financial
years on or before
30.06.23 (in INR).
Certificate from the
Consulting Revenue of
Statutory Auditor
the Bidder from the
/Chartered Accountant
Eligible Assignments Bidder having highest Revenue from Eligible Projects (R1) will get full 10 marks. The
A cumulatively over last Bidder with next highest Revenue from Eligible Projects (R2) will get 10xR2/R1 marks.
10
(ii) five completed Bidder with third highest Revenue from Eligible Projects (R3) will get 10xR3/R1 marks and
financial years on or so on.....
before 30.06.23
(in INR).

37
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 10

SN Parameter TotalMarks Scoring Methodology


allocated Excellent Good Average
100% 75% 50%
C. Key Experts Category ‘A’ (KA) Qualification, Experience and Competence for the assignment as proposed by the Bidder(Single
Entity/Consortium/JV) - 55 Marks
C (i) Project Director cum Team Leader(KA-1)
12
1. Overall Qualification 10% Graduate Civil Engineer + MBA Graduate Civil Engineer + PGin Graduate Civil Engineer
or PG in Project Construction some Engineering Field
Planning or Project Management
& shouldhave completed courses
(online/offline) in Project
Management and
Collaboration methods

2 a. Overall experience 10% Experience > 30 years Experience > 28 years Experience > 25 years
2 b. Age & Sound Health 10% Age < 58 years Age < 60 years Age < 62 years
3 a. Experience in Similar Position 20% >10 years > 8 years >5 years
3 b. Experience on Eligible Projects 20% > 15 years >11 years >8 years
4. Capability in dealing with Multi- 30% Rated as highly capable & Rated as generally capable & Rated as capable &
disciplinary projects including coordination competent with very good competent with sufficient competent to a satisfactory
& interfacing with multiple Stake holders, experience of working in experience of working in local extent but lacking in either
communication capabilities and fluency in local environment and environment and knowledge of good experience of working
local language(s), knowledge of local culture, knowledge of language. language. in local environment or
having IT Systems capability as per knowledge of language.
requirement of project.

C (ii)
Principal Interface Manager (KA-2) 7
1. Overall Qualification 10% Graduate Engineer – Graduate Engineer – Graduate Engineer –
(Civil/Electrical/Instrument (Civil/Electrical/Instrume (Civil/Electrical/Instrumentatio
ation) + PG in Project ntation) + PG in some n)
Construction Planning Engineering Field
2 a. Overall experience 10% Experience > 25 years Experience > 23 years Experience > 20 years
2 b. Age & Sound Health 10% Age < 58 years Age < 60 years Age < 62 years

38
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 10
3 a. Experience in Similar Position 20% >10 years > 7 years > 5 years
3 b. Experience on Eligible Projects 20% > 15 years >11 years >8 years

SN Parameter Total Scoring Methodology


Marks Excellent Good Average
allocated 100% 75% 50%
4. Capability in dealing with Multi- 30% Rated as highly capable & Rated as generally capable Rated as capable &
disciplinary projects including design of competent with very good & competent with sufficient competent to a satisfactory
interface, co- ordination & interfacing with experience of working in local experience of working in extent but lacking in either
multiple Stake holders, fluency in local environment and knowledge of local environment and good experience of working in
language(s), knowledge of local culture, language. Shall have good knowledge of language. local environment or
having IT Systems capability as per knowledge of codes and knowledge of language.
requirement of project. specifications across
Stakeholders.
C Principal Design Coordinator - 8
(iii) Architectural, Civil, Structural, PHE and
Landscape (KA-3)
1. Overall Qualification 10% Masters in Structures from IIT Masters in Structures + Masters in Structures + some
/ NIT/ foreign universities + some specialized specialized completed course in
PhD in relevant field (foreign completed Course in relevant field
universities shall be relevant field
considered)
2 a. Overall experience 10% Experience > 20 years Experience > 18 years Experience > 15 years
2 b. Age & Sound Health 10% Age < 58 years Age < 60 years Age < 62 years
3 a. Experience in Similar Position 20% >10 years >7 years >5 years
3 b. Experience on Eligible Projects 20% > 15 years >11 years >8 years
4. Capability in dealing with multi- 30% Rated as highly capable & Rated as generally capable Rated as capable &
disciplinary projects including co- competent with very good & competent with sufficient competent to a satisfactory
ordination & interfacing with multiple experience of working in local experience of working in extent but lacking in either
Stake holders, fluency in local language(s), environment and knowledge of local environment and good experience of working in
knowledge of local culture. Having language. knowledge of language. local environment or
experience in working on Structural knowledge of language.
software like staadpro, abacus including
BIM software etc.

39
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 10

SN Parameter Total Scoring Methodology


Marks Excellent Good Average
allocated 100% 75% 50%
C (iv) Principal Design Coordinator (Systems 8
& MEPF) (KA-4)
1. Overall Qualification (For KA-4) 10% Masters in Systems Designs/ Masters in Systems Designs/ Masters in Systems Designs/
Electrical/ Mechanical/IT/EC Electrical/ Mechanical/IT/EC Electrical/ Mechanical/IT/EC
+ PhD in relevant field + some Specialized + some Specialized
completedCourse in relevant completed course in relevant
field field.
2 a. Overall experience 10% Experience > 15 years Experience > 12 years Experience > 10 years
2 b. Age & Sound Health 10% Age < 58 years Age < 60 years Age < 62 years
3 a. Experience in Similar Position 20% > 10 years >7 years >5 years

3 b. Experience on Eligible Projects 20% > 15 years >11 years >8 years

4. Capability in dealing with Multi- 30% Rated as highly capable & Rated as generally capable & Rated as capable &
disciplinary projects including co- competent with very good competent with sufficient competent to a satisfactory
ordination & interfacing with multiple experience of working in local experience of working in extent but lacking in either
Stake holders, fluency in local environment and knowledge of local environment and good experience of working
Language, knowledge of local culture. language. knowledge of language. in local environment or
Having IT Systems capability as per knowledge of language.
Requirement of project.

40
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 10

SN Parameter Total Scoring Methodology


Marks Excellent Good Average
allocated 100% 75% 50%
C (v) Principal Architect for all disciplines 8
(KA-5)
1. Overall Qualification (For KA-5) 10% Masters in Architecture + PhD Masters in Architecture + Masters in Architecture +
in relevant field+ Specialized specialized completed Specialized completed course
completed Course in relevant course in relevant field in relevant field
field
2 a. Overall experience 10% Experience > 15 years Experience > 12 years Experience > 10 years
2 b. Age & Sound Health 10% Age < 58 years Age < 60 years Age < 62 years
3 a. Experience in Similar Position 20% >10 years >7 years >5 years
3 b. Experience on Eligible Projects 20% > 15 years >11 years >8 years
4. Capability in dealing with Multi- 30% Rated as highly capable & Rated as generally capable & Rated as capable &
disciplinary projects including co- competent with very good competent with sufficient competent to a satisfactory
ordination & interfacing with multiple experience of working in local experience of working in extent but lacking in either
Stake holders, fluency in local environment and knowledge of local environment and good experience of working
language(s), knowledge of local culture. language. knowledge of language. in local environment or
Having IT Systems capability as per knowledge of language.
requirement of project.

Parameter Total Scoring Methodology


Marks Excellent Good Average
allocated 100% 75% 50%
C(vi)
Principal SHE Manager (KA-6) 6
1. Overall Qualification 10% Graduate Engineer with Valid Graduate Engineer with some Graduate Engineer with some
NEBOSH Certification relevant specialized PG Qualification in specialized Qualification in
to the project Construction / Industrial Safety Construction / Industrial
Safety
2 a. Overall experience 10% Experience > 15 years Experience > 12 years Experience > 10 years
2 b. Age & Sound Health 10% Age < 45 years Age < 48 years Age < 50 years
3 a. Experience in Similar Position 20% >8 years >6 years >5 years
3 b. Experience on Eligible Projects 20% > 10 years >8 years >6 years

41
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

4. Capability in dealing with Multi- 30% Rated as highly capable & Rated as generally capable & Rated as capable &
disciplinary projects including co- competent with very good competent with sufficient competent to a satisfactory
ordination & interfacing with multiple experience of working in local experience of working in extent but lacking in either
Stake holders, fluency in local language(s), environment and knowledge of local environment and good experience of working
knowledge of local culture. Having IT language. knowledge of language. in local environment or
Systems capability as per requirement of knowledge of language.
project.

SN Parameter Total Scoring Methodology


Marks Excellent Good Average
allocated 100% 75% 50%
C(vii) Chief (Principal ) Resident Engineer (All 6
works) (KA-7)
1. Overall Qualification 10% Graduate Civil Engineer + Graduate Civil Engineer + PG Graduate Civil Engineer
MBA or PG in Project in some Engineering Field
Construction Planning or
Project Management
2 a. Overall experience 10% Experience > 20 years Experience > 18 years Experience > 15Years
2 b. Age & Sound Health 10% Age < 45 years Age < 48 years Age < 50 years

3 a. Experience in Similar Position 20% >8 years >6 years >5 years
3 b. Experience on Eligible Projects 20% > 15 years >11 years >8 years
4. Capability in dealing with Multi- 30% Rated as highly capable & Rated as generally capable & Rated as capable &
disciplinary projects including co- competent with very good competent with sufficient competent to a satisfactory
ordination & interfacing with multiple experience of working in experience of working in local extent but lacking in either
Stake holders, fluency in local local environment and environment and knowledge of good experience of working
language(s), knowledge of local culture. knowledge of language. language. in
Having IT Systems capability as per local environment or
requirement of project. knowledge of language.

Notes:
1. While awarding scores against Item B(ii) above, the CVs of Key Experts Category B (KB) will be given due weightage.
2. The Proposal presentation will have to be made by the designated Project Director cum Team Leader. In person participation of otherKey
Experts Category, A (KA) is optional during the Presentation.

42
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
File No. RLDA/RFP/CT-23 (Computer No. 3446326)
1634292/2023/O/o CPM/ADI

ANNEXURE 11
Eligibility Criteria and Requirement of various Expert Positions as assessed by the Authority
SN Position Academic Numberof Minimum Minimum Minimum Maximum Man-month Minimum period
Qualification positions Overall Experience in Experience in Age as on requirement of deployment ona
required Experience(in Similar Eligible 30.06.23 assessed by the project for being
Years ) Position (in Projects (in (in Years) Authority for considered as
Years) Years) each position Eligible Project
experience in
days
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

I. Key Experts: Category–A (KA): CVs to be evaluated individually

KA-1 Project Director cumTeam Leader Graduate Civil Eng.


(preferably MBA or PG) 1 25 5 8 62 36 365

KA-2 Principal Interface Manager Graduate Engineer 1 20 5 8 62 36 365


(Civil/Electrical/Instrumenta
tion/Mechanical)
KA-3 Principal Design Coordinator - Masters in Structures
Architectural, Civil, Structural, (preferably PhD) 1 15 5 8 62 30 365
PHE and Landscape
KA-4 Principal Design Masters in SystemsDesigns
Coordinator (Systems & (Electrical/mechanical/IT/E 1 10 5 8 62 30 365
MEPF C)
KA-5 Principal Architect for all Master’s in architecture
disciplines 1 10 5 8 62 36 365

KA-6 Principal SHE Manager Graduate Engineer with


1 10 5 6 50 36 365
Specialization in
Construction/Industrial
Safety
KA-7 Chief(Principal ) Resident Graduate Civil Engg.
1 15 5 8 50 36 365
Engineer ( All Works)
Total Man-Month assessed by the Authority for Key Experts Category A (KA): 240

Digitally signed
by HEMANT
KUMAR
Date:
43 2023.12.03
Generated from eOffice by HEMANT KUMAR, AM_TNDR(HK), AM_TNDR, RLDA on 03/12/2023 08:35 pm
20:57:43 IST
Reason: PDF
Authenticated

You might also like