0% found this document useful (0 votes)
68 views34 pages

E TenderNotificationAndRFPForDPRPreparation

The document outlines 3 proposed infrastructure projects in Kerala, India: 1) Development of cultural complexes in each district to promote art and culture. 2) Expansion of Chithranjali Studio into a film city through new production facilities to boost the Malayalam film industry. 3) Construction of a film festival complex at Chithranjali Studio to host events and support the film academy through archives and research centers.

Uploaded by

lal 18
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
68 views34 pages

E TenderNotificationAndRFPForDPRPreparation

The document outlines 3 proposed infrastructure projects in Kerala, India: 1) Development of cultural complexes in each district to promote art and culture. 2) Expansion of Chithranjali Studio into a film city through new production facilities to boost the Malayalam film industry. 3) Construction of a film festival complex at Chithranjali Studio to host events and support the film academy through archives and research centers.

Uploaded by

lal 18
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 34

Defining the Future

the Future

KERALA INFRASTRUCTURE INVESTMENT FUND BOARD


(A Statutory Body under Finance Department, Government of Kerala)

TENDER NOTIFICATION
REQUEST FOR PROPOSAL

FOR

Selection of Consultant for preparation off


Detailed Project Reports for:

a) Development
evelopment and construction of Cultural Complexes in all Districts of
Kerala under the Cultural Affairs Department.
b) Development
evelopment and expansion of Chithranjali Studio,, Thiruvananthapuram
into a film city under Kerala State Film Development Corporation
Corp Ltd.
c) Development and construction
onstruction of a Multipurpose Film Festival Complex
at Chitranjali Studio, Thiruvananthapuram
Thiruvananthapuram,, for the Kerala
K State
Chalachithra Academy
cademy.

Place: Thiruvananthapuram

Date:10th March, 2017


2

PART I
GENERAL INFORMATION

1. Background

1.1 The Cultural Affairs Department, Government of Kerala is engaged in


and primarily responsible for, various activities and projects
preserving and promoting Kerala’s unique culture. Cultural Kerala,
worldwide popular as God’s Own Country has a rich heritage with a
lot of unique festivals, ethnic values and art forms. Geographically,
though Kerala occupies a small part of South India, it is noted for its
cultural heritage which includes art, literature and dance forms.
Among other art forms, films also play a significant role in weaving the
cultural fabric of the state. Kerala is the most film literate state in the
country. The Malayalam film industry has registered robust growth in
recent years, when the country as a whole is witnessing more than
14% annual growth in entertainment industry. This calls for massive
investment in infrastructure for the culture and the film industry. Two
major institutions functioning under Cultural Affairs Department and
aimed at promotion of film industry and film culture in the state are
Kerala State Film Development Corporation Limited (KSFDC)
(www.ksfdc.in) and Kerala State Chalachithra Academy (KSCA)
(www.keralafilm.com). It is in this context that Cultural Affairs
Department along with the above two major institutions functioning
under it are proposing the following projects:
a) Project 1: Development and construction of Cultural
Complexes in all Districts of Kerala under the Cultural Affairs
Department.

Even though Kerala is rich in its art and culture heritage,


opportunities with respect to its promotion, performance,
dissipation and discussion are limited. A careful analysis has
resulted in the formulation of a proposal to establish cultural
complexes in every district. These complexes will provide an over
view of cultural characteristics and disseminate information about
specific cultural practices which will help to increase cultural
knowledge. Therefore, it is proposed to establish Kerala
renaissance cultural complexes in all the District Headquarters in
3.5 to 5 acres’ of land. These cultural complexes will consist of
Opera House, Cinema Theatre, Music Hall, Theatre stages, Art
Gallery, Book Shops, Seminar Halls, Crafts and Craftsmen shops,
Related facilities for cultural activities, Work Shops for Sculptures
and artisans, Drama rehearsal facility and short term residential
facilities for artists and writers etc. These centres have to be
designed in accordance with the availability of space. The
estimated cost of each cultural complex will be Rs. 50 crore. The
total expenditure is expected as Rs 700 crore.
3

b) Project 2: Development and Expansion of Chithranjali Studio,


Thiruvananthapuram into a film city under Kerala State Film
Development Corporation Ltd

For the overall development of film industry, Chitranjali Studio, the


first public sector film studio in the country, under the Kerala
State Film Development Corporation Ltd (KSFDC) was
commissioned in 1980. The studio was instrumental in bringing
the Malayalam film productions into the soil of Kerala, partially
achieving the biggest objective behind setting up this studio. But
over the years it could not modernize its studio facilities in tune
with the rapid changes in the technology for film production due to
lack of funds for infrastructure development. A careful analysis of
the state of the studio has helped to formulate a Film City Proposal
to be implemented with Government funding.

The film city proposal envisages the setting up/ procuring of many
new facilities essential for productions like high end digital
cameras, state of the art outdoor units, ATMOS 3D mixing studio,
multipurpose sets, entertainment cum theme parks, film museum,
theaters, hotels etc. with an investment of nearly Rs.150 CRORES
or more. Most importantly it envisages setting up of various sets for
shooting which takes into account the locational advantage of the
studio and the extent of land at its command. Setting up of these
facilities and sets in the frame work of a film city will make
Chitranjali Studio the most sought after film city for Malayalam
films. This will place KSFDC on a trajectory of continuous profit
and capacitate it to make its own investment for timely
modernization for the benefit of film industry.

c) Project 3: development and construction of a Multipurpose


Film Festival Complex at Chitranjali Studio,
Thiruvananthapuram, for the Kerala State Chalachithra
Academy.

In 1994 in a path breaking move the Kerala State Government


organized the First International Film Festival at Calicut, Kerala.
Today 20 years later, the International Film Festival of Kerala is a
social phenomenon in the cultural landscape of Kerala. In
December, delegates from all over Kerala, India and the world
congregate in the capital city Trivandrum. This festival has
transformed the film viewing public in Kerala. The Kerala State
Chalachitra Academy conducts other festivals throughout the year
including the International Short & Documentary Film Festival of
Kerala, National Film Festival etc. So it was thought envisaged to
have a world class multi-purpose film festival complex in 10 to 15
acres at Chitranjali Studio, Thiruvallam, Trivandrum with modern
screening, convention centre, cultural performance facilities, and
open air theatre auditoriums to accommodate about 12000
persons, a full-fledged office for the Kerala State Chalachitra
Academy, film archive for the storage of films, library and research
4

centre, preview rooms, media and seminar rooms, cafes,


residential block etc. The total project cost is expected to be Rs 100
crore.

In this background, Cultural Affairs Department, Government of Kerala,


KSFDC and KSCA has the following objectives in respect of the 3 projects:-
Project-1
(i) To construct Kerala renaissance Cultural Complexes in 14 districts
of Kerala.
(ii) These cultural complexes will consist of Opera House, cinema
Theatre, Music Hall, Theatre stages, Art Gallery, Book Shops,
Seminar Halls, Crafts and Craftsmen shops, Related facilities for
cultural activities, Workshops for sculptures and artisans, Drama
rehearsal facility and short term residential facilities for artists and
writers etc.
(iii) To add infrastructure in the forms of stages, galleries, seminar halls,
theatre museum, open air auditorium, stay facilities etc.
(iv) To attract cultural and art forms to develop cultural Kerala into an
entertainment hub with amenities’ for public entertainment and
opportunities for artists.
(v) For Co-ordinating and fostering cultural fields such as music,
drama, literature, fine arts etc.

Project 2
(i) To make Chitranjali studio the most sought after film city by
improvement of infrastructure not only for Malayalam films but for
the whole world.
(ii) To add infrastructure in the form of stay facilities, cottages,
removable and re-adjustable sets, sound recording/mixing studios,
digital intermediate suites, theatres, preview theatres, film museum
and archives, shooting floors, computer graphic suites, animation
studios, digital archives and online releasing facility, modern
cameras, lights, cafeteria, children’s park, open air auditoriums,
light and sound show facilities, theme parks etc
(iii) To attract other language film as well.
(iv) To turn around KSFDC by overcoming accumulated loss and to
place the company on a trajectory of continuous profit.
(v) To develop Chitranjali into an entertainment hub with amenities for
public entertainment.

Project-3
1. To construct World Class Multi-Purpose Film Festival Complex to
attract Film Makers and Audiences from all over the World by
conducting various National and International Film Festivals,
Documentary and Short Film Festivals, etc.
2. Film Research Centre, Film Archive and Library.
3. Academic Infrastructure for the study of Malayalam Cinema by
providing all amenities under International standard.
5

1.2 With a view to meet the above objectives, the Cultural Affairs
Department, Kerala State Chalachithra Academy and Kerala State
Film Development Corporation (herein after referred to singularly as
“the Client” and collectively as “the Clients”) have entrusted Kerala
Infrastructure Investment Fund Board (herein after referred to as
“KIIFB”) as the agency for selection of Consultants for the Clients. The
Clients have decided to appoint a Consultant or Consultancy
Firm/Agency (hereinafter referred to as “Consultant”) with experience
in the field of providing consultancy service for the preparation of
Detailed Project Reports for the above-mentioned projects through a
competitive and transparent bidding process. The schedule of selection
process is given in Table-1 of Annexure-I.

1.3, Kerala Infrastructure Investment Fund Board requests Proposals


(hereinafter referred to as Request for Proposal or ‘RFP’) from qualified firms
interested in providing professional consultancy and advisory services to the
Kerala State Film Development Corporation Limited (KSFDC) (determined as
the nodal agency/Special Purpose Vehicle for the Clients) for the preparation
of separate Detailed Project Reports for the three projects mentioned above.
The details of procuring entity & venue of bid opening are given in Table-2 of
Annexure-I.

1.4 Accordingly, bids from Consultants satisfying the following criteria are
invited to submit their bids through the e -procurement portal of Government
of Kerala:
i. Should have a minimum of 10 years' experience in the field of
providing consultancy service for Culture Complexes, Film Cities,
Film Festival Complexes, Convention Centres Commercial
Complexes and Entertainment Parks for or on behalf of the State or
Central Government / other State Governments/ Government PSEs
or PSUs / LSGIs/ non-government organizations or private
organization of repute. Should have completed 3 such Eligible
Assignments having an estimated capital cost (excluding land) of at
least Rs.100 crore in the last 5 years.
ii. Should have an annual turnover of not less than Rs.1crore from
consultancy fee for similar projects in each of the last 3 financial
years 2013-14, 2014-15, 2015-16 or at least Rs.3crores in total for
these years.

2. Access to RFP documents

RFP documents can be downloaded from the E-procurement portal of


Government of Kerala, the official websites of the Clients and KIIFB from 10-
03-2017 onwards.
6

3. Brief description of the selection process

KIIFB will adopt a two stage selection process (collectively the “selection
process”) in evaluating the proposal comprising technical and financial bids.
The selection of the Consultant will be made on the basis of Quality-cum-
Cost Based Selection (QCBS) method.
In the first stage, a preliminary technical evaluation will be carried out.
Based on this evaluation, a list of short listed bidders shall be prepared.
Accordingly the technically qualified bidders shall be called for a presentation
and selection interview wherein all the members of the proposed team shall
also be present. Performance in the presentation and selection interview will
be reckoned in determining the final technical scores. A minimum of 60%
(Sixty Percentage) of the total technical score of 1000 is required for getting
shortlisted for opening the financial bid. The highest technical bid will be
assigned a score of 100 (One Hundred) points and the scores of other bids
will be proportionately assigned.
Each of the Project Key Personnel must score a minimum of 60%
marks. A proposal shall be rejected if the Team Leader scores less than 60%
or any 2 of the Project Key Personnel scores less than 60%. In case the
selected applicant has one key person, other than the team leader, who
scores less than 60% marks he should have to be replaced during
negotiations, with a better candidate who in the opinion of the authority
would score 60% or above
In the second stage, a financial evaluation will be carried out. The
lowest financial bid will be assigned a score of 100 (One Hundred) points and
the scores of other bids will be proportionally assigned. A weightage in the
ratio 70:30 will be assigned for the technical and financial bids, respectively.
Proposals will finally be ranked according to their combined technical and
financial scores. The bidder with the highest combined score will be the first
ranked bidder (hereinafter referred to as “the selected bidder”) who shall be
called for negotiation, if necessary, while the second ranked bidder will be
kept in reserve.

4. Amendment of RFP

If it becomes necessary to revise any part of this RFP or if additional


data are deemed necessary for an exact interpretation of provisions of this
RFP prior to the due date for receipt of proposals, notification will not be
published through newspapers and further changes will be updated only on
the designated websites only. If such issuance is necessary, KIIFB reserves
the right to extend the due date for accepting Bids to accommodate such
interpretations or additional data requirements.

5 Cost of Proposal

The bidder shall be responsible for all the costs associated with the
preparation and submission of their proposals and their participation in the
selection process including subsequent negotiations, visits to the office of the
Clients, KIIFB, project site, etc. KIIFB or the Clients will not be responsible or
in any way be liable for such costs, regardless of the conduct or outcome of
the selection process.
7

6. Discussion Format

KIIFB reserves the right to conduct discussions, either oral or written,


with those bidders determined by the KIIFB to have submitted reasonably
viable proposals for being selected for award. KIIFB also reserves the right to
issue clarifications to resolve minor issues in the RFP and to call for
additional information, if required at any stage, for evaluation purposes.

7. Length of Contract

The initial term of the contract of engagement/appointment as


Consultant is for a period of 4 months (Four)), extendable for a further period
of 2 months on mutually agreed terms and shall commence from the date of
signing of the agreement. The contract can be terminated by either party (i.e.
the Client or the Consultant) with a notice period of 15 days (fifteen days).
However, if the Clients are of the view that any act of fraudulence or
malfeasance has been committed by the bidder selected as the Consultant
and it is in public interest to abrogate the contract, then the Client has the
right to reduce the above notice period to 10 (ten) days within which the
Consultant has to wind up its operations and hand over all relevant
documents, data, etc. to the Client.

( All the 3 DPRs need to be submitted within this specified time frame.)
8

PART II
RESPONSIBILITY
8. General Responsibility

8.1 The Consultant shall

8.1.1 act in a fiduciary capacity for the Clients within the scope of the
work undertaken by it and shall disclose all conflicts of interest as and
when they arise;

8.1.2 not receive any consideration by way of remuneration or


compensation or in any other form from any person or entity other
than as designated under the Agreement, in respect of any activity
done in relation to the projects and products for which service is
provided;

8.1.3 maintain an arms-length relationship between its activities as a


consultant and its other activities;

8.1.4 ensure that there is no conflict of interest in all its activities. If


the Consultant, its holdings or subsidiary company secure any
contract from the Clients/Government/Public Agencies for providing
similar services as contracted for and in such instance shall ensure
that in case of any conflict of interest of such activities with other
activities of the Consultant, such conflict of interest shall be disclosed
to the Client and a written “no objection” secured from the Client
before engaging in the such other activity;

8.1.5 not divulge any confidential information which has come to its
knowledge about the Client, Government or public or private agencies
with which it has to interact pursuant to the Agreement, without
taking prior permission except where such disclosures are required to
be made in compliance with any law for the time being in force. The
data or information generated as part of this assignment shall be the
sole property of the Client and the Consultant shall not share, divulge
or use it for any other purpose without obtaining the prior permission
of the Client in writing;

8.1.6 not enter, on its own accord, into transactions which are
advantageous to itself or which are offensive to the interests of the
Client or any associates, agencies or subsidiaries of the Client in
consequence to its advice given to the Client

8.1.7 follow Know Your Client (KYC) procedure as may be specified by


Government from time to time;

8.1.8 abide by the code of conduct as may be specified;

8.1.9 provide independent advice and work under the scope of the
Agreement, safeguarding the interests of the Government and the
Client to the best of its ability;
9

8.1.10 disclose all material information about itself including its


business, relevant disciplinary/regulatory history, the terms and
conditions on which it offers advisory/consultancy services, affiliations
with other intermediaries and such other information as is necessary to
take an informed decision on whether or not to avail its services;

8.1.11 disclose any consideration by way of remuneration or


compensation or in any other form whatsoever, received or receivable
by it or any of its associates or subsidiaries for any distribution or
execution of services or products in respect of which the advice is
provided;

8.1.12 before recommending the services of any intermediary disclose


any consideration by way of remuneration or compensation or in any
other form whatsoever, received or receivable by the Consultant from
such intermediary for any purpose pursuant to the implementation
under the Agreement, if the Client desires to avail the services of such
intermediary;

8.1.13 disclose to the Client its holdings or position, if any, in any


intermediary for providing similar services or products which are
subject matter of its advice;

8.1.14 disclose to the Client any actual or potential conflicts of interest


arising from any connection to or association with any provider of
similar services, including any material information or facts that might
compromise its objectivity or independence in the carrying on of the
advisory and consultancy services to the Client; and

8.1.15 maintain a Core Team of project key personnel comprising of a


Team Leader, Principal Architect, Structural Engineer, Costing Expert,
Financial Consultant, Film City/Film Studio Specialist, Cultural
Complex or Theater Specialist. The core team shall be supported by
technical team of Surveyor, Quantity Surveyor, Acoustic Consultant,
Electrical Consultant, Air Conditioning Consultant, Fire-Fighting
consultant, Electronics Consultant, IT consultant, Sound Engineering
Consultant, Landscape Architect, Green Consultant and others
required for successful completion of the assignment.
10

PART III
SCOPE OF SERVICES & DELIVERABLES

9. Responsibility as Consultant
The Consultant will prepare and submit a Detailed Project Report for each of
the three projects detailed above. The activities shall include, but not limited
to the following:
i. Demand Assessment for the project
ii. Stakeholder Consultation (Cultural Affairs Department, KSFDC, KSCA
and others)
iii. Topographical Survey, Soil Investigation and other surveys,
investigation and tests required. In respect of Cultural Centres at
district headquarters, the Consultant shall also assist the Client in
identifying suitable land parcels for development.
iv. Preparation of Master-plan and finalisation of various components
v. Layout planning and Architectural Design
vi. Structural Design
vii. Choice of technology in respect of equipment and other installation in
studio, theatre and other components.
viii. Preparation of drawings and Schedules
ix. Preparation of Bill of Quantities.
x. Cost Estimates based on standard Schedule of Rates. For items for
which such standard Schedule of Rates are not available, estimates
shall be prepared based on market rates.
xi. Construction Methodology.
xii. Development Plan and Implementation model detailing different
options of development and chosen model of development.
xiii. Capital Investment Plan, Financial Analysis, Revenue Generation
Model and return on Investment
xiv. Social Cost Benefit Analysis/EIRR study. In addition, the Consultant
shall prepare a cost benefit analysis for submission to Kerala
Infrastructure Investment Fund Board as per the format available in
the website www.kiifb.kerala.gov.in
xv. Social Impact Assessment and prepare entitlement matrix if
necessary.
xvi. Environment Impact Assessment, Environment Management Plan and
also assist during EIA process in getting environmental clearance from
competent authority if necessary.
xvii. Followed by preparation of DPR, the consultant shall prepare the
tender documents suiting the requirement of the chosen development
model.

10. Project Key Personnel

10.1 The specification of project key personnel to be deployed by the


Consultant for the assignment/services to the Client is provided in Table-3 of
Annexure-I.
( All the 3 DPRs are to be submitted in the time period prescribed in 7 above)
11

10.2 The specification of required minimum qualification & experience of the


project key personnel is provided in Table-4 of Annexure-I.

10.3 Assignment specific qualifications and experience

10.3.1 Qualification and Experience of Project Key Personnel:

Curriculum Vitae (CV) of the Project Key Personnel shall be submitted in


Form No. 3 given in Annexure-II. For the evaluation of the Curriculum Vita
(CV) of each individual, it is the responsibility of the bidder to produce
sufficient documentary evidence of qualification, relevance of experience,
pass attempts, specialization etc. as may be required for proper evaluation
thereof and assignment of relevant scores. In case of any missing
documents, corresponding marks will be awarded based on the best
judgement of the Evaluation Committee. Therefore, it is recommended that
the bidders shall make themselves fully aware of the evaluation criteria and
ensure availability of proper and sufficient supporting documents for
evaluation.

10.3.2 Consultant’s Technical Competence:


Project References to demonstrate Consultant’s technical qualification and
experience in similar eligible assignments shall be furnished in Form No.4
given in Annexure-II.

10.3.3 Management Competence (Please answer each of the following


questions in one paragraph of 3-5 sentences)

i. Describe standard policies, procedures, and practices adopted by


your firm to ensure the quality of interaction with clients and
outputs.

ii. How will your firm handle complaints concerning the performance of
experts or quality of the reports submitted for this assignment? What
internal controls are in place to address and resolve complaints?

iii. How will you ensure the quality of your firm’s performance over the
life of this assignment?

iv.Describe standard policies, procedures and practices that your firm


has put in place to avoid changes/replacements of personnel during
the assignment and to ensure the continuity of professional services
once contracted.

v. Describe the disclosure policy of your firm.

vi. Describe the social protection practices you have in place to


safeguard the well-being of your proposed experts. Specifically
describe arrangements you have in place for medical, accident, and
life insurance coverage during the assignment.
12

10.3.4 Descriptive assessment of the Consultant’s competence in rendering


the proposed service (Narrative Statement of not more than 3000 words)

10.3.5 Other Information (maximum of 500 words)

10.3.6 Financial Competence:


Average Turnover of the Consultant from Consultancy for similar/related
assignments as proposed for in this RFP on the basis of the last 3 (three)
years shall be furnished in Form No. 5

11. Payment Schedule

11.1 The payment to the Consultant shall be assessed in the form of fixed
retainer fee. The Consultant shall be required to quote a fixed lumpsum
retainer fee, which shall be payable on the following milestone basis:

Milestone Description of We Payme


No Deliverables ek nt in %
No
1 Inception Report 2 0
2 Completion of 6 15
Stakeholder
Consultation,
surveys and field
investigation
3 Submission of Draft 12 45
DPR
4 Final DPR 14 20
5 Tender Documents 16 20

11.2 The Client’s financial responsibility shall be limited to paying the


Retainer Fee as finally agreed upon. Any other expenditure including
travelling, staying, communication, boarding and lodging etc. for the
consulting team stationed at the place of assignment shall be borne by the
Consultant itself.
11.3 The payment of Retainer Fees will be preceded by a performance
evaluation by a Sub Committee consisting of designated officers of the Client.
The Consultant shall prepare weekly work plan indicating milestones,
deliverables and outcomes in consultation with the Client. The performance
evaluation will be based on a set of criteria mutually agreed upon at the time
of executing the agreement. In case of noncompliance of contract clauses
and poor performance of the team as determined by the Sub Committee, a
penalty of upto 50% (fifty percent) of the Retainer Fee shall be levied on the
Consultant. Generally, timelines would be fixed for different assignment and
non completion within time limit will be considered as poor performance.

* Periodicity to be given in accordance with that specified in the Bill of Quantities (BoQ)
(Form No.6, Annexure-II)
13

PART IV
SELECTION CRITERIA
GENERAL TERMS & CONDITIONS OF SUBMITTING PROPOSALS
12. EMD and Tender processing fee / Transaction fee
12.1 A non refundable tender processing fee / transaction fee as
determined by E-Procurement Portal shall be payable online by the
Bidders at the time of submission of Bid.

12.2 The Bidder shall furnish non-interest bearing EMD (Earnest


Money Deposit) of 40,000/- (Rupees Forty Thousand Only) which
shall be paid in a single transaction using the on-line modes specified
in the E-Procurement Portal. The EMD prescribed shall be submitted
by each of the bidders. Bids not accompanied by the prescribed EMD
shall be disqualified and rejected.

13. Technical Proposal

In order to be eligible for Technical qualification, the Proposals should


include the following items with sufficient documentary support for the
claims made therein:-
1. a write-up detailing the profile of the Consultant with details of
ongoing and completed projects of similar nature with cost,
contact details of the clients for the assignments undertaken;
2. the curriculum vitae of the Project Key Personnel proposed to be
assigned for the project; and
3. a write up on the manner in which the Consultant proposes to
carry out the assignment.

14. Instructions for submitting Proposals:


14.1 For Technical Proposals upload scanned copies of all the
documents as specified in pre-para.

14.2 The financial bid should be directly entered in E-procurement


portal.

14.3 The bidder shall submit the financial proposal in the format given
in Form No. 6. or in any modified form as appearing in the E-
tender portal. The fees quoted in Financial Bid /Bill of Quantities
should be in Indian National Rupee. Tax will be deducted at
source as per the provisions of Income-Tax Act prevailing at the
time of payment.

15. Evaluation of Bids:


15.1 The Technical Evaluation will be done on the basis of the Criteria
given in Annexure III.

15.2 The decision of the Evaluation Committee shall be final with


respect to any subjective factor in the assessment of quality of the
Bid.
14

16. Other terms and conditions:

16.1 Conditional Tenders are not acceptable.

16.2 The Client reserves the right to negotiate the bid price with the
first ranked bidder.

16.3 Mere issue of RFP Document does not qualify the bidder for
appointment. The tenders from the bidders who do not comply
with the Eligibility Criteria specified in the RFP document will be
rejected.

16.4 The submission of tender implies that Bidder has read the
contents of RFP Document and the Letter of Proposal.
Submission of a tender shall imply that the Bidder has accepted
all the terms and conditions mentioned in this RFP document and
the terms and conditions of the appointment.

16.5 Proposals of any Bidder who does not accept the conditions
contained in the RFP Documents is liable to be rejected.

16.6 KIIFB reserves the right to accept / reject any or all of the tenders
and cancel the selection process at any stage without assigning
any reason.

16.7 KIIFB at its sole discretion can reject Partial Tenders, Conditional
Tenders and other procedurally defective Tenders.

16.8 If required and at its sole discretion, the Client reserves the right
to appoint more than one Consultant.

17. E-Tendering:

17.1 All proposals are accepted only through online E-Procurement


mode via the E-Procurement portal of Government of Kerala, for
which the Bidders should obtain Digital Signature Certificate from
any of the Empanelled Certifying Authorities as mentioned in the
E-Procurement portal.

17.2 After registering with E-Procurement Portal, in case of any


difficulties in downloading RFP document, bidders may contact
the persons whose contact details are given in the e-Procurement
Portal or the RFP document. For technical assistance regarding
E-Tender visit the website https://etenders.kerala.gov.in for
further guidance.

17.3 Bidders may consider the time involved in payment of Earnest


Money Deposit (EMD) and submission of proposals through E-
Procurement Portal. The E-Procurement portal screen is
unavailable immediately after the last date and time mentioned in
15

the RFP document for submission of proposals. Government /


KIIFB/Clients shall not be responsible for any delay or technical
problems in submission of proposals.

17.4 Bidders may consider the banking transaction time for online
transfer of Earnest Money Deposit. Government/Clients/KIIFB
shall not be held responsible for non-payment/non transfer of
Transaction Fee / Earnest Money Deposit on time or for any
technical difficulties, bank holiday etc., that may occur during the
entire transaction.

18. Performance Security:

The successful / selected bidder shall furnish Performance Security


equivalent to 5% (Five percentage) of the total value of the contract
rounded to the nearest rupee in the form of Bank Guarantee from any
nationalized/scheduled banks in India within 7 (Seven) days of signing
the contract. The Performance Security should remain valid for a
period of 60 (Sixty) days beyond the date of completion of all
contractual obligations.

19. Liquidated Damages:

The Client reserves the right to sue and recover from the Consultant
for liquidated damages to the extent of losses and expenses, if any,
incurred by the Clients/Government, apart from forfeiture of
Performance Security, on account of any wrong / illegal / malafide
advice given by the Consultant.

20. Dispute Settlement:

Agreement on this assignment shall be governed by, construed and


interpreted in accordance with the Laws of India. Any disputes,
difference or claim arising out of or in connection with or in relation
with this Agreement which is not resolved amicably shall be decided
finally by the Government. The venue of such settlement shall be at
Thiruvananthapuram. The decision of the Government shall be final
and binding on the parties. Civil Courts will have no jurisdiction over
the subject matter of this agreement.
16

ANNEXURE-I

Table-1. Schedule of Selection Process

Sl.No. Important Dates Date

1 Issue Date 10.03.2017


18.03.2017, 11 a.m at
2 Pre-Bid conference KIIFB

22.03.2017
3 Enquiry Due Date
28.03.2017
4 Written Response to questions
10.04.2017, 5 p.m
5 Proposal Due Date
17.04.2017, 11 a.m at
6 Opening of Technical Bids KIIFB

25.04.2017 (Time schedule


Presentation & Selection will be intimated through e-
7
Interview mail)

02.06.2017,4 p.m at KIIFB


8 Opening of Financial Bids
Within 15 days of selection
9 Letter of Award
Within 15 days of LoA
10 Signing of Agreement

Table-2. Details of procuring entity & Venue of bid opening

Sl.No. Item Particulars


Managing Director,
Kerala State Film Development
Corporation Ltd,
Name and Address of Chalachitra Kalabhavan, Vazhuthacaud,
1
the Procuring Entity Thiruvananthapuram – 695014
Phone: (0471)-2351586, 2325325
E-mail: [email protected]

Chief Executive Officer,


Kerala Infrastructure Investment Fund
Board (KIIFB)
Designation and IV Floor, India Heights,
2 Address of the Tender Women’s College Road,
Inviting Authority Vazhuthcaud, Thycaud P.O.
Thiruvananthapuram-695014.
Ph: 0471-2780902, 2780903, 9446898137
E-mail: [email protected]
17

Office of Kerala Infrastructure


3 Place of opening Bids Investment Fund Board (KIIFB)

Table-3Requirement of Project Key Personnel (See Clause 10.1)

Sl. No. Position / List of Project Key Personnel No. of positions

1. Team Leader 1

2. Principal Architect 1

3. Structural Engineer 1

4. Costing Expert 1

5. Financial Consultant 1

6. Film Technology/Film Studio Specialist 1

7 Cultural Complex/Theater Specialist 1


18

Table-4. Requirement of Qualification & Experience of Project Key Personnel


(See Clause 10.2)

Sl. Position of Minimum Minimum Experience on Assignment


No. Project Educational Length of
Personnel Qualification Professional
Experience
1 Team Degree in Civil 15 Should have led multidisciplinary
Leader Engineering / team as team leader or similar
Architecture capacity in at least 3 Eligible
Assignments
2 Principal Post Graduate Degree 12 Should have worked in similar
Architect in Architecture capacity in at least 2 Eligible
Assignments
3 Structural Post Graduate Degree 12 Should have worked in similar
Engineer in Structural capacity in at least 2 Eligible
Engineering and Assignments
Graduate Degree in
Civil Engineering
4 Costing Graduate Degree in 10 Should have worked in similar
Expert Civil Engineering capacity in at least 2 Eligible
Assignments
5 Financial Post Graduate Degree 8 Should have worked in similar
Consultant or Equivalent in capacity in at least 2 Eligible
Finance or Assignments
Management
6 Film Graduate in any 12 Demonstrable Experience in
City/Film discipline. Additional Development and Management of
Studio weightage will be Film City or Film Studio of repute.
Specialist given to candidates
with
graduation/diploma
in film technology
from an institution of
repute
7 Cultural Graduate in any 12 Demonstrable experience
Complex/ discipline. in Development and Management
Theaterspec Additional weightage of Cultural Complex/Theater of
ialist will be given to repute.
candidates with
graduation/diploma
in performing arts/
theater/folk arts/fine
arts/visual arts from
an institution of
repute
Eligible Assignment: Preparation of DPRs for Culture Complexes, Film Cities, Film
Festival Complexes, Convention Centres and Commercial Complexes having an
estimated capital cost (excluding cost of land) of at least Rs.100 crore
19

ANNEXURE-II (Bidding Forms)

Form No.1 : Letter of Proposal


(To be submitted in the letter head of the bidder)

To
The Chief Executive Officer,
Kerala Infrastructure Investment Fund Board (KIIFB)
IV Floor, India Heights,
Women’s College Road,
Vazhuthcaud, Thycaud P.O.
Thiruvananthapuram-695014.

1. We hereby submit our response to your RFP notification dated


10/03/2017 for selection of Consultant for the Kerala State Film
Development Corporation Ltd. (hereinafter referred to as the ‘Client’), in
conformity with the guidelines provided in the said RFP document.
2. We have read the provisions of the RFP document and confirm
that these are acceptable to us.
3. We fully understand that additional conditions, variations,
deviations, if any, found in our response to RFP shall not be given
effect to.
4. We agree to abide by this proposal, consisting of this letter, the
detailed response to the RFP and all other attachments, for a Period of
six months from the closing date fixed for submission of proposal
stipulated in the RFP document.
5. We hereby declare that we are not involved in any litigation with
any Government in India and we are not under a declaration of
ineligibility for corrupt or fraudulent Practices.
6. We hereby declare that all the information and statements made
in this proposal are true and accept that any misinterpretation
contained in it may lead to our disqualification.
7. We fully understand that KIIFB reserves the right to reject any or
all of the proposals received in response to the RFP / Tenders and to
cancel the selection process at any stage without assigning any reason
thereof.
8. We understand that mere submission of bid does not guarantee
that any of the applicants shall be awarded the project/assignment.
9. We hereby declare that our proposal submitted in response to
this RFP is made in good faith and the information contained is true
and correct to the best of our knowledge and belief.

Yours faithfully,

Signature:
Name: (Applicant’s name)
Title/Designation: (Office seal)
Date:
20

Form No.2 : Technical Proposal – Details of Bidder’s Operations

Sl.No Information sought by KIIFB Details to be given by


bidder
1 Contact details of the bidder
1.1 Name of the bidder
1.2 Address
1.3 Telephone No.
1.4 Mobile No.
1.5 Email
1.6 Fax No.
1.7 Website details.
2 Business information
2.1 Registration Information
2.2 Registration Status of the
Organisation
(Public/Private Ltd Company/Society
/ Trust/JV)
2.3 Year of establishment
2.4 Details of Registration (attach the
photocopy of the registration) along
with memorandum of association, by
law etc.
2.5 Whether your company is ISO
certified. Please furnish details
thereof.
2.6 Details of Board of Directors /
Governing Body of firm etc.
2.7 Details of staff and consultants
working with firm
2.8 Annual Turnover: As revealed in
annual financial statement.
3 Financial Year:
3.1 <Indicate financial year>
3.2 <Indicate financial year>
3.3 <Indicate financial year>
3.4 <Indicate financial year>
21

Form No. 3 : Technical Proposal - Curriculum Vitae of Project Key


Personnel (Use separate form for each person)

Name:
Proposed position:
Date of birth:
Nationality:
Educational qualification:
(Indicate details of specialization and institutions studied.)
Total experience:
Number of eligible and similar assignments:
Total years of experience in eligible and similar assignments:
Employment record:
(Starting with present position, list in reverse order every employment held)

List of eligible and similar assignments in which the Project Key Personnel worked:

Sl. Name of Client Designation Role and Period ( Firm Brief


No. Eligible/Similar in the Respons Start date Description
Assignments Assignment ibility & end of the
date) Project

Declaration

I, ……………………………………………….,the undersigned, hereby declare that


the above data truly describes myself, my qualifications and experience to the
best of my knowledge and belief. I also solemnly affirm that I shall be
available in person for the assignment as required of me.

Place: Signature of the Project Key Personnel Date:

Name, Designation & Signature of the Authorized Signatory of the Firm

(Office Seal)
22

Form No.4 : Technical Proposal - Project references of Consultant

Name of the Consultant:………………………………….

State Role of
Input Period
Name whether the
Sl. in (Start Funding
of Location Client Continuous Project Description
No. person &End Source
Projects or Key
months Dates)
Intermittent Personnel
1
2
3
4
5
6
7
8
9
10
1. Consultant’s Total Years of Experience in Providing Eligible and Similar
Assignments :…………………
2. No. of similar projects undertaken in Central/State Governments or
Agencies there under:…………………….
Note: For project references, attach mandate copies of the assignment/award of
contract/ completion certificate from client for verification / evaluation.
23

Form No. 5 : Technical Proposal - Financial Competence

**Turnover of the Year


organisation from Average
consultancy assignments. 2013-14 2014-15 2015-16 Turnover
(component-wise) (Rs.)

<<Indicate Component 1>>

<< Indicate Component 2>>

<< Indicate Component 3>>

<< Indicate Component 4>>

Note: For the purpose of reckoning Turnover, if the bidder is a parent firm
with subsidiary firms, then it may include the Turnover for similar/related
assignments as proposed for in this RFP, rendered by the subsidiaries of the
Parent firm.
**Attach Financial Statement, Annual Reports and signed affidavit for
verification.
24

Form No. 6 : Financial Proposal


Tender Inviting Authority:
Name of Work:
Contract No:
Bidder Name:
Price Schedule /Bill of Quantities (BoQ)
Quantity Rate per
( number Month without taxes
of (To be entered by Total Cost
Sl. Total amount in
Position persons Units Bidder ) per Month
No words
required Rs P without taxes
in each
category)
i
a b c d h
(c x h)
1 persons
2 ,,
3 ,,
4 ,,
5 ,,
A Total Remuneration

Note: The BOQ shall be submitted in the template appearing in the E-Tender portal and shall not be modified/ replaced by
the bidder. The same should be submitted after filling the relevant columns, failing which, the bid is liable to be rejected.
Bidders are allowed to enter the Bidder Name and Values only.
25
ANNEXURE III
TECHNICAL EVALUATION

APPLICATION IDENTIFICATION No.


RFP Ref.
NAME OF THE APPLICANT
ADDRESS OF THE APPLICANT

TECHNICAL SCORE

CRITERIA 1: PERSONNEL COMPETENCE

I Team Leader

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARKS


No. MARK MARK OBTAINED
1 Number of Eligible 50% marks for 3 40 80
Assignments Eligible Assignments.
10% marks each for
every additional
Eligible Assignments
subject to a maximum
of 50%
2 Number of Similar 50% marks for 3 20 40
Assignments * similar Assignments.
undertaken 10% marks each for
every additional similar
assignments subject to
a maximum of 50%
3 Total Service 70% marks for 15 years 14 20
Experience of experience5% marks
each for every
additional years of
experience
4 Quality of Eligible Maximum marks for 3 6.66 20
Assignments Eligible Assignments
( Quality falling in category of
assessment- Cultural Complex, Film
relevance shall be City and Film Festival
based on Complex. Proportionate
assignments falling marks for less than 3
in category of Eligible Assignment in
Cultural Complex, such category
Film City and Film
Festival Complex
and appropriate
completion
certificate)

SUB-TOTAL 160
26
II Principal Architect

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARK


No. MARK MARK OBTAINED S
1 Number of Eligible 50% marks for 2 25 50
Assignments Eligible
Assignments.
10% marks each for
every additional
Eligible
Assignments subject
to a maximum of
50%
2 Number of Similar 50% marks for 2 12.5 25
Assignments similar
*undertaken Assignments.
10% marks each for
every additional
similar assignments
subject to a
maximum of 50%
3 Total Service 70% marks for 12 8.75 12.5
Experience years of experience
5% marks each for
every additional
years of experience
4 Quality of Eligible Maximum marks for 6.25 12.5
Assignments 2 Eligible
( Quality assessment- Assignments falling
relevance shall be in category of
based on assignments Cultural Complex,
falling in category of Film City and Film
Cultural Complex, Festival Complex.
Film City and Film Proportionate marks
Festival Complex and for less than 2
appropriate Eligible Assignment
completion certificate) in such category

SUB-TOTAL 100
III Structural Engineer

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARK


No. MARK MARK OBTAINED S
1 Number of Eligible 50% marks for 2 25 50
Assignments Eligible
Assignments.
10% marks each for
every additional
Eligible
Assignments subject
27
to a maximum of
50%

2 Number Similar 50% marks for 2 12.5 25


Assignments * similar
undertaken Assignments.
10% marks each for
every additional
similar assignments
subject to a
maximum of 50%
3 Total Service 70% marks for 12 8.75 12.5
Experience years of experience
5% marks each for
every additional
years of experience
4 Quality of Eligible Maximum marks for 6.25 12.5
Assignments 2 Eligible
( Quality assessment- Assignments falling
relevance shall be in category of
based on assignments Cultural Complex,
falling in category of Film City and Film
Cultural Complex, Festival Complex.
Film City and Film Proportionate marks
Festival Complex and for less than 2
appropriate Eligible Assignment
completion certificate) in such category

SUB-TOTAL 100
IV Costing Expert

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARK


No. MARK MARK OBTAINED S
1 Number of Eligible 50% marks for 2 20 40
Assignments Eligible
Assignments.
10% marks each for
every additional
Eligible
Assignments subject
to a maximum of
50%
2 Number of Similar 50% marks for 2 10 20
Assignments similar
*undertaken Assignments.
10% marks each for
every additional
similar assignments
subject to a
28
maximum of 50%

3 Total Service 70% marks for 10 7 10


Experience years of experience
5% marks each for
every additional
years of experience
4 Quality of Eligible Maximum marks for 5 10
Assignments 2 Eligible
( Quality assessment- Assignments falling
relevance shall be in category of
based on assignments Cultural Complex,
falling in category of Film City and Film
Cultural Complex, Festival Complex.
Film City and Film Proportionate marks
Festival Complex and for less than 2
appropriate Eligible Assignment
completion certificate) in such category

SUB-TOTAL 80
V Financial Consultant

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARK


No. MARK MARK OBTAINED S
1 Number of Eligible 50% marks for 2 12.5 25
Assignments Eligible
Assignments.
10% marks each for
every additional
Eligible
Assignments subject
to a maximum of
50%
2 Number of similar 50% marks for 2 6.25 12.5
assignments* similar
undertaken Assignments.
10% marks each for
every additional
similar assignments
subject to a
maximum of 50%
3 Total Service 70% marks for 8 4.375 6.25
Experience years of experience
5% marks each for
every additional
years of experience
4 Quality of Eligible Maximum marks for 3.125 6.25
Assignments 2 Eligible
( Quality assessment- Assignments falling
29
relevance shall be in category of
based on assignments Cultural Complex,
falling in category of Film City and Film
Cultural Complex, Festival Complex.
Film City and Film Proportionate marks
Festival Complex and for less than 2
appropriate Eligible Assignment
completion certificate) in such category

SUB-TOTAL 50

VI Film City/Film Studio Specialist

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARK


No. MARK MARK OBTAINED S
1 Educational/Academic Graduation in Film 15 30
Qualification Technology – 30
Marks

Diploma in film
technology – 22.5
Marks

Other degrees-15
marks
2 Experience in 80% marks each for 40 50
Development and every12 completed
Management of Film year in development
City or Film Studio of and management of
repute Film Studio of
repute
/film city and
5% additional marks
each for every
additional year
subject to a
maximum of 20%

SUB-TOTAL 80

VII Cultural Complex/Theater specialist

Sl. COMPONENT CRITERIA MIN MAX MARKS REMARK


No. MARK MARK OBTAINED S
1 Educational/Academic Graduation/diploma 15 30
Qualification in performing arts/
theater/folk
arts/fine arts/
visual arts from an
30
institution of
repute– 30 Marks

Other degrees-15
marks
2 Experience in 80% marks each for 40 50
Development and every12 completed
Management of year in development
Cultural and management of
Complex/Theater of cultural complexes
Repute and
5% additional marks
each for every
additional year
subject to a
maximum of 20%

SUB-TOTAL 55 80
GROUP TOTAL PERSONNEL COMPETENCE 650

TECHNICAL SCORE

CRITERIA 2: MANAGEMENT COMPETENCE

Sl. MIN MAX MARKS


COMPONENT CRITERIA REMARKS
No. MARK MARK OBTAINED

Firm's years of Minimum


experience in 10years
providing 50% marks
similar Above 10 years
1 assignments* (10%marks will
(documented be added for
proof and each additional
references will be year of
relied on) experience) 35 70
31

50% marks for 3


Eligible
Assignments.
10% marks each
Number of for every
2 Eligible additional
Assignment Eligible
Assignments
subject to a
maximum of
50% 20 40
Quality of Eligible Maximum marks
Assignment for 3 or more
( Quality Eligible
assessment- Assignments
relevance shall be falling in
based on category of
assignments Cultural
falling in category Complex, Film
3
of Cultural City and Film
Complex, Film Festival
City and Film Complex.
Festival Complex Proportionate
and appropriate marks for less
completion than 2 Eligible
certificate) Assignment in
such category 20 40

Descriptive Average (20


assessment of the marks)
Firm’s
competence in Good ( 30
rendering the marks)
4 proposed service
(Approach and Very Good
Methodology (40marks)
Statement not
more than 5000 Excellent
words) (50marks) 20 50
5 A power point Average (20
presentation on marks)
the Firm’s
competence in Good ( 30
rendering the marks)
proposed service
(Approach and Very Good
Methodology) (40marks)
20 50
32

Excellent
(50marks)

TOTAL MANAGEMENT COMPETENCE


250

TECHNICAL SCORE

CRITTERIA 3: FINANCIAL COMPETENCE

Sl. MIN MAX MARKS


COMPONENT CRITERION REMARKS
No. MARK MARK OBTAINED

Minimum: Rs.
one crore as
Average
annual
Turnover of turnover from
the Consulting
organisation Assignments
from <Enter on the basis of
components last 3 years
given in Form reported
No.5> (Proof figure.
from financial (44 marks)
statements,
annual Above Rs. 3
reports and toRs.10 cr. -
signed (8 marks
affidavits) will be
added for
each
additional
Rs.1 cr ) 44 100

TOTAL FINANCIAL COMPETENCE 100


33

SUMMARY OF TECHNICAL SCORES

CRITERIA Total Marks


Marks Obtained
CRITERIA – 1: PERSONNEL COMPETENCE 650

CRITERIA – 2: MANAGEMENT COMPETENCE 250

CRITERIA – 3: FINANCIAL COMPETENCE 100

GRAND TOTAL 1000

*Similar Assignments--"Assignments involving preparation of Detailed Project


Report or Detailed Engineering in other sectors of infrastructure shall only be
reckoned for the purpose of ‘Similar Assignments’. Assignments such as
preparation of prefeasibility report, concept notes etc shall not be evaluated
as Similar Assignments"

You might also like