E TenderNotificationAndRFPForDPRPreparation
E TenderNotificationAndRFPForDPRPreparation
the Future
TENDER NOTIFICATION
REQUEST FOR PROPOSAL
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
PART I
GENERAL INFORMATION
1. Background
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.
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.
1.4 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.
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
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
7. Length of Contract
( All the 3 DPRs need to be submitted within this specified time frame.)
8
PART II
RESPONSIBILITY
8. General Responsibility
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;
8.1.5 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
8.1.9 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
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.
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?
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:
* 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.
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.
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:
17.4 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.
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.
ANNEXURE-I
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
1. Team Leader 1
2. Principal Architect 1
3. Structural Engineer 1
4. Costing Expert 1
5. Financial Consultant 1
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.
Yours faithfully,
Signature:
Name: (Applicant’s name)
Title/Designation: (Office seal)
Date:
20
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:
Declaration
(Office Seal)
22
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
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
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
TECHNICAL SCORE
I Team Leader
SUB-TOTAL 160
26
II Principal Architect
SUB-TOTAL 100
III Structural Engineer
SUB-TOTAL 100
IV Costing Expert
SUB-TOTAL 80
V Financial Consultant
SUB-TOTAL 50
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
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
Excellent
(50marks)
TECHNICAL SCORE
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