Beruflich Dokumente
Kultur Dokumente
Issued by:
Disclaimer
This e-Bid document for “Selection of a Consultant for preparation of Techno-Economic Feasibility Report
(TEFR) for the development of a greenfield airport near Jewar” contains brief information about the scope of
work and selection process for the Successful Bidder (or “Consultant”). The purpose of the e- Bid document
is to provide the Bidder/ Consultant with information to assist the formulation of their application. The
services related to the preparation of TEFR- (technical and commercial) and bid process management and
contract finalisation as envisaged by the Authority will further be known as “the Project”
While all efforts have been made to ensure the accuracy of information contained in this Document, this
Document does not purport to contain all the information required by the Bidder. The Bidder should conduct
their own independent assessment, investigations and analysis and should check the reliability, accuracy
and completeness of the information at their end and obtain independent advice from relevant sources as
required before submission of their bid for the competition. Yamuna Expressway Industrial development
Authority (YEIDA) or any of its employees or advisors shall incur no liability under any law, statute, rules or
regulations as to the accuracy or completeness of the EOI cum RFP Document.
YEIDA, its employees and advisers make no representation or warranty and shall have no liability to any
person including any Bidder under any law, statute, rules or regulations or tort, principles of restriction or
unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from, to be incurred
or suffered on account of anything contained in this document or otherwise, including the accuracy,
adequacy, correctness, reliability or completeness of the TOR and any assessment, assumption, statement
or information contained therein or deemed to form part of this e-Bid or arising in any way in this selection
process.
YEIDA reserves the right to accept or reject any or all applications without giving any reasons thereof. YEIDA
will not entertain or be liable for any claim for costs and expenses in relation to the preparation of the entries
to be submitted in accordance with the conditions listed in this e-Bid.
2|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
Data Sheet
3 Method of selection Combined Quality Cum Cost Based Selection (CQCCBS): 70:30
4 Bid Processing Fee Non-refundable fee of INR 50,000 + GST (through RTGS only)
5 Earnest Money Deposit (EMD) Refundable amount of Rs 5,00,000/- (through R TGS only)
3|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
4|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
Table of Content
Disclaimer ........................................................................................................................................................... 2
Data Sheet .......................................................................................................................................................... 3
1. Introduction.................................................................................................................................................. 6
2. Terms of Reference..................................................................................................................................... 7
2.1. Scope of services ................................................................................................................................... 8
2.2. Timeline and payment milestone.......................................................................................................... 14
2.3. Data ...................................................................................................................................................... 15
2.4. Team ..................................................................................................................................................... 15
3. Instructions to Bidders ............................................................................................................................... 17
3.1. General instructions.............................................................................................................................. 17
3.2. Preparation and submission of Bids ..................................................................................................... 19
3.3. Earnest Money Deposit ........................................................................................................................ 22
3.4. Opening and evaluation of Bids ........................................................................................................... 23
3.5. Award of Contract ................................................................................................................................. 26
4. Criteria for Bid evaluation .......................................................................................................................... 27
4.1. Eligibility criteria .................................................................................................................................... 27
4.2. Technical evaluation criteria ................................................................................................................. 27
5. General Condition (GC) of Contract .......................................................................................................... 29
5.1. General Provisions ............................................................................................................................... 29
5.2. Commencement, Completion, Modification and Termination of Contract ........................................... 30
5.3. Obligations of the Consultant ............................................................................................................... 32
5.4. Obligations of the Client ....................................................................................................................... 33
5.5. Payments to the Consultant ................................................................................................................. 33
5.6. Good Faith and Indemnity .................................................................................................................... 34
5.7. Settlement of Disputes ......................................................................................................................... 34
5.8. Fraud and Corrupt Practices ................................................................................................................ 34
5.9. Indemnity and Liability .......................................................................................................................... 35
6. Appendix ................................................................................................................................................... 37
6.1. Form-1: Letter of the Proposal .............................................................................................................. 37
6.2. Form-2: Financial capacity of the Bidder .............................................................................................. 39
6.3. Form 3: Details of Bidders .................................................................................................................... 40
6.4. Form 4: Credential format ..................................................................................................................... 41
6.5. Form-5: CV format ................................................................................................................................ 42
6.6. Form 6: Financial proposal submission form ........................................................................................ 42
6.7. Form 7: Checklist of documents ........................................................................................................... 44
5|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
1. Introduction
YEIDA, on behalf of Government of Uttar Pradesh intends to develop a Greenfield airport (henceforth
referred to as “Airport”) north of Jewar village, Dist. Gautam Budh Nagar, Uttar Pradesh (henceforth referred
to as “Site”).
The project was conceptualised in 2004. A draft Techno-Economic Feasibility Report (TEFR) was prepared
by L&T Rambol Consulting Engineers in 2004 and revised in 2008. YEIDA now intends to appoint a
consultant to revise the TEFR.
• To delineate the Airport land at proposed Site for which the Site clearance is awarded
• To identify the technical and economic factors influencing development and operation of proposed
Airport and carry out the Site specific surveys/ studies
• To prepare the concept Master Plan for the proposed Project as per the latest applicable guidelines
• To prepare a financial model and structure the Project
Pertaining to this, the Scope of Work as given in Section 2 of this document includes the details of the
activities to be conducted by the selected consultant. Hence YEIDA is inviting Technical and Financial Bids
for the same.
6|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
2. Terms of Reference
The international Airport is proposed to be developed at Jewar village, Gautam Budh Nagar District and
currently the development of the area falls under the jurisdiction of Yamuna Expressway Industrial
Development Authority (YEIDA).
Jewar is located in the suburbs of Greater Noida about 60 km. from Noida, 40 km from Greater Noida, 33 km
from Gautam Buddha University and 35 km from Khair. It is on the northeast bank of the Yamuna River,
between 28.13° North latitude and 77.55° East longitude at a height of 195 metres (639 feet) above mean
sea level.
SITE FOR
AIRPORT
7|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
8|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
9|P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
o Financial model: The Consultant shall prepare a financial model to assess the key financial
parameters such as Project IRR, Equity IRR, DSCR, cash flows etc.
o Sensitivity analysis: The Consultant shall carry out sensitivity analysis using the financial model to
understand impacts of specific variables such as traffic, costs, tariffs, means of financing etc. on
Project financials
o Examine the options and feasibility of financing the Project on various modes with least cash /
non-cash contribution
o Break-even analysis shall be conducted for the Project which clearly specifies the break-even
point (number of passengers), break-even capacity (%), break-even income, contribution per
passenger and other factors
o Financial models with options for different debt/equity mix and interest rates shall be prepared for
various scenarios
o The Consultant shall carry out economic impact analysis and work out the Economic Rate of
Return (ERR) for the Project. Principal financial viability indicators of the Project including the
Internal Rate of Return shall be worked out by the Consultants based on projected profitability
o The Consultant shall adopt suitable methodologies to assess the key economic benefits likely to
be generated from the Project in the form of direct, indirect and induced impacts
o The assessment of benefits during both construction and operational phases of the Project shall
be accessed
• Preferred institutional framework
The Consultant shall examine the institutional framework as proposed in existing TEFR with respect
to the present context and update the proposed legal and institutional framework, for
implementation, operation and maintenance of the Project. This would also include policy decisions
by the Government, amendments to the existing Acts, etc., as may be required.
10 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
• Performance standards: The Consultant would examine the available and emerging state-of-the-art
technology for efficient and cost effective operations and management for the whole Project.
Consultant would specify minimum performance standards and other output specifications expected
from the Developer of the Project
11 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
12 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
• Before preparing the tender document the consultant will undertake a quick assessment of the
market to have an understanding of the developers that would be interested in bidding for the project
and reach out to them to inform about the opportunity. The finding from this rapid market
assessment shall be useful while preparing the tender document.
• The project shall be tendered, in most likely case, following the requirements of the two stage
bidding process and hence the first task would be to prepare an Expression of Interest (EoI)
document for shortlisting the interested developers. The EoI document shall list the following:
o Brief description of the project including general information about the project structure
o The qualifying criteria for the project
o The key timelines and expected outcomes
• Preparation of Notice Inviting Tender (NIT) and assistance in advertising in National and Global
media so as to ensure that adequate coverage and publicity is given to the tender
13 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
• The EOI and subsequent RFP document will be prepared in accordance with the UP Government
guidelines for PPP project and the Consultant would assist the Authority in seeking all approvals
from the Government of Uttar Pradesh which would include presence at all meeting and
presentations to be made at Lucknow
14 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
2.3. Data
The Consultant shall be required to conduct appropriate primary research and judge the suitability of the
data accessed from external sources or field studies. Further, the consultant may also be requested to
provide detailed explanations on methodology employed for data used during meetings / discussions with
Department of Civil Aviation, Uttar Pradesh.
The CDs/DVDs containing all basic as well as the processed data from all field studies and investigations,
report, appendices, annexure, documents and drawings shall be submitted to Authority in editable formats at
the time of the submission of the Final Report. The data can be classified as follows:
• Feasibility/Market Data
• Economic and Financial Analysis
• DVDs/ CDs containing all data including the financial model (in editable format) which has been
specifically developed for the project.
The DVDs/CDs should be properly indexed and a catalogue giving contents of all floppies/CD's and print-
outs of the contents (data from field studies topographic data and drawings) should be handed over to
Authority at the time of submission of the Final Report.
2.4. Team
The Bidder will provide relevant workforce in sufficient numbers. The core team shall constitute of the
members as defined below:
# Position Qualifications and experiences
1 Project Director • Should be a postgraduate/MBA/Transport Planner/equivalent from a
reputed institute with at least 20 years of experience in managing
projects in the infrastructure/Transport/ Aviation sector.
15 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
16 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
3. Instructions to Bidders
3.1. General instructions
i. A Bidder is eligible to submit only one proposal for the Project. A Bidder applying individually or as a
member of a consortium shall not be entitled to submit another application either individually or as a
member of any consortium, as the case may be.
ii. The Bidder shall initiate, and actively pursue and involve itself in all investigations and enquiries,
Authority feedbacks, information, convening of and attendance at meetings, and in any other
activities as are or may be necessary for producing high quality work as per the requirements.
iii. The Bidder shall carry out the services in compliance with the provisions of this Agreement. Any and
all changes necessary to ensure that the Bidder's documents conform to the intent and purpose set
out in the Agreement, shall be made at the Bidder's own expense. The Bidder represents that it is a
professional and experienced company providing services related to “Selection of a Consultant for
Preparation of Techno-Economic Feasibility Report (TEFR) for the development of a greenfield
airport near Jewar”, and hereby agrees to bear full responsibility for the correctness and technical
merit of the services performed.
iv. Bidders shall be evaluated on the basis of the Evaluation Criteria specified in this document. Bidders
shall be deemed to have understood and agreed that no explanation or justification for any aspect of
the Selection Process will be given and that YEIDA’s decisions are without any right of appeal
whatsoever.
v. Any entity which has been barred by the Central/State Government in India or by any entity
controlled by them, from participating in any project, and the bar subsists as on the date of Bid,
would not be eligible to submit an e-Bid.
vi. An Bidder should have, during the last three years, neither failed to perform on any agreement, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Bidder, nor been expelled from any project or agreement nor have had
any agreement terminated for breach by such Bidder.
vii. Bidders are encouraged to inform themselves fully about the assignment and the local conditions
before submitting the e-Bid by paying a visit to the Authority and/or by sending written queries to
YEIDA before the last date for receiving queries/clarifications.
viii. YEIDA shall not be liable for any omission, mistake or error on the part of the Bidder in respect of
any of the above or on account of any matter or thing arising out of or concerning or relating to e-Bid
or the Selection Process, including any error or mistake therein or in any information or data given by
YEIDA.
ix. The quoted rate shall be fixed and not subject to any escalation whatsoever during the period of
execution of the Contract including the extended period, if any.
x. Any new taxes or any statutory variation [which comes into effect after the last date of submission of
Bid) on any item during the contractual completion shall be to the Employer’s account for which the
Bidder shall furnish the documentary evidence in support of their claims. However, any increase in
cost due to new taxes or change in existing taxes introduced during extended contractual period due
to Bidder’s fault shall be to his account.
xi. The quoted lump sum price should be inclusive of all taxes and expenses like boarding, lodging,
travel expenses of all kinds in domestic/ overseas country(ies), site visits etc.
17 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
18 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
19 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
The Bidders have to follow the following instructions for submission of their e-Bid:
i) For participating in e-Bid through the e-Biding system it is necessary for the Bidders to be the
registered users of the e-procurement website http://etender.up.nic.in. The Bidders must obtain a
user login Id and password by registering themselves with U.P. Electronics Corporation Ltd.,
Lucknow if they have not done so previously for registration.
ii) In addition to the normal registration, the Bidder has to register with his/her digital signature
certificate (DSC) in the e-Biding system and subsequently he/she will be allowed to carry out his/her
e-Bid submission activities. Registering the digital signature certificate (DSC) is a one-time activity.
Before proceeding to register his/her DSC, the Bidder should first log on to the e-Biding system
using the user login option on the home page with the login Id and password with which he/she has
registered.
For successful registration of DSC on e-procurement website http://etender.up.nic.in the Bidder must
ensure that he/she should possess class-2/class-3 DSC issued by any certifying authorities
approved by controller of certifying authorities, Government of India, as the e-procurement website
http://etender.up.nic.in is presently accepting DSC issued by these authorities only. The Bidder can
obtain user login Id and perform DSC registration exercise given above even before the e-Bid
submission date starts. The Authority shall not be held responsible if the Bidder tries to submit
his/her e-Bid at the moment before end date of submission but could not submit due to DSC
registration problem.
iii) The Bidder can search for active Bids through "search active tenders" link, select a Bid in which
he/she is interested in and then move it to 'My Tenders' folder using the options available in the e-
Bid submission menu. After selecting the Bid, for which the Bidder intends to e-Bid, from "My
tenders" folder, the Bidder can place his/her e-Bid by clicking "pay offline" option available at the end
of the view Bid details form. The Bidder should keep all the documents ready as per the
requirements of e-Bid document in the PDF format.
iv) After clicking the 'pay offline' option, the Bidder will be redirected to terms and conditions page. The
Bidder should read the terms & conditions before proceeding to fill in the Bid fee and EMD offline
payment details. After entering and saving the Bid fee and EMD details form so that "bid document
preparation and submission " window appears to upload the documents as per technical (fee details,
qualification details, e-Bid form and technical specification details) and financial (e-Bid form)
schedules/packets given in the Bid details. The details of the RTGS should tally with the details
available in the scanned copy and the date entered during e-Bid submission time otherwise the e-Bid
submitted will not be accepted.
v) Next the Bidder should upload the Bid including fee details (Bid Processing Fee). Before uploading,
the Bidder has to select the relevant DSC. He may be prompted to enter the DSC password, if
necessary. For uploading, the Bidder should click "browse" button against each document label in
20 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
technical and financial schedules/packets and then upload the relevant PDF files already prepared
and stored in the Bidder’s computer. The required documents for each document label of Technical
(fee details, qualification details, Bid form and technical specification details) and Financial (Bid form
duly signed by authorised signatory and scanned) schedules/packets can be clubbed together to
make single different files for each label.
vi) The Bidder should click "Encrypt" next for successfully encrypting and uploading of required
documents. during the above process, the e-Bid document are digitally signed using the DSC of the
Bidder and then the documents are encrypted/locked electronically with the DSC's of the bid
openers to ensure that the e-Bid documents are protected, stored and opened by concerned bid
openers only.
vii) After successful submission of e-Bid document, a page giving the summary of e-Bid submission will
be displayed confirming end of e-Bid submission process. The Bidder can take a printout of the bid
summary using the "print" option available in the window as an acknowledgement for future
reference.
viii) Authority reserves the right to cancel any or all e-Bids without assigning any reason.
3.2.9. Late e-Bid
i) Bids received by the Authority after the specified time on the Bid Due Date shall not be eligible for
consideration and shall be summarily rejected.
ii) The server time indicated in the bid management window on the e- procurement website
http://etender.up.nic.in will be the time by which the e-Bid submission activity will be allowed till the
permissible date and time scheduled in the e-Bid.
iii) Once the e-Bid submission date and time is over, the Bidder cannot submit his/her e-Bid. Bidder has
to start the bid submission well in advance so that the submission process passes off smoothly. The
Bidder will only be held responsible if his/her e-Bid is not submitted in time due to any of his/her
problems/faults, for whatsoever reason, during e-Bid submission process.
3.2.10. Withdrawal and resubmission of e-Bid
i) At any point of time, a Bidder can withdraw his/her e-Bid submitted online before the bid submission
end date and time. For withdrawing the Bidder should first log in using his/her login id and password
and subsequently by his/her digital signature certificate on the e-procurement website
http://etender.up.nic.in. The Bidder should then select "My bids" option in the bid submission menu.
The page listing all the bids submitted by the Bidder will be displayed. Click "View" to see the details
of the bid to be withdrawn. After selecting the "bid withdrawal" option the Bidder has to click "Yes" to
the message "Do you want to withdraw this bid?" displayed in the bid information window for the
selected bid. The Bidder also has to enter the bid withdrawing reasons and upload the letter giving
the reasons for withdrawing before clicking the "Submit" button. The Bidder has to confirm again by
pressing "OK" button before finally withdrawing his/her selected e-Bid.
ii) No e-Bid may be withdrawn in the interval between the deadline for submission of e-Bids and the
expiration of period of e- bid validity. Withdrawal of an e-Bid during this interval may result in the
forfeiting of Bidder's e-Bid security.
iii) The Bidder can re-submit his/her e-Bid as when required till the e-Bid submission end date and time.
The e-Bid submitted earlier will be replaced by the new one. The payment made by the Bidder earlier
will be used for revised e-Bid and the new e-Bid submission summary generated after the successful
submission of the revised e-Bid will considered for evaluation purposes. For resubmission, the
Bidder should first log in using his/her login Id and password and subsequently by his/her digital
signature certificate on the e-procurement website http://etender.up.nic.in. The Bidder should then
select "My bids" option in the bid submission menu. The page listing all the bids submitted by the
Bidder will be displayed. Click "View" to see the detail of the e-Bid to be resubmitted. After selecting
the "bid resubmission" option, click "Encrypt & upload" to upload the revised e-Bids documents.
21 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
iv) The Bidder can submit their revised e-Bids as many times as possible by uploading their e-Bid
documents within the scheduled date & time for submission of e-Bids.
v) No e-Bid can be resubmitted subsequently after the deadline for submission of e-Bids.
3.2.11. Authority's right to accept any e-Bid and to reject any or all e-Bids.
i) Notwithstanding anything contained in this e-Bid, YEIDA reserves the right to accept or reject any
Bid and to annul the Selection Process and reject all Bids, at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof.
ii) The Authority reserves the right to reject any Bid if:
22 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
a) If Bidder (i) withdraws its e-Bid during the period of e-Bid validity specified by the Bidder on
the e- bid form: or (ii) does not accept the correction of errors or (iii) modifies its e-Bid price
during the period of e-Bid validity specified by the Bidder on the form.
b) In case of a successful Bidder, if the Bidder fails to sign the contract with the Authority.
23 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
24 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
Using the formula LECx100/EC, where LEC stands for lowest evaluated cost and EC stands for
evaluated cost, the committee gave them the following points for financial proposals:
In the combined evaluation, thereafter, the evaluation committee calculated the combined technical
and financial score as under:
The three proposals in the combined technical and financial evaluation were ranked as under:
Proposal C at the evaluated cost of Rs. 110 was, therefore, declared as winner and recommended
for negotiations/approval, to the competent authority.
v) In the event that two or more Bidders have the same score (S), the Authority shall consider the
Bidder with higher percentage share as the Preferred Bidder.
vi) In the event that the Selected Bidder withdraws or is not selected for any reason in the first instance
or fails to comply with the provision of clause 3.5 (the “first round of bidding”), the Authority may
consider the second highest scoring Bidder as the Preferred Bidder or invite fresh bids at its
discretion.
vii) To assist in the examination, evaluation and comparison of Bids, YEIDA may, at its discretion, seek
clarifications in writing from any Bidder regarding its Bid, ask any Bidder for authenticating the
correctness of the information/details furnished by him in his Bid. Provided, that no change in the
price or substance of the Bid shall be sought, offered or permitted except as required to confirm the
correction of arithmetical errors discovered by YEIDA in the evaluation of the Bids in accordance
with Clause 3.4.5.
3.4.6 Process to be Confidential
Information relating to the examination, clarification, evaluation and recommendation for the Bidders shall not
be disclosed to any person who is not officially concerned with the process or is not a retained professional
advisor advising the Authority in relation to, or matters arising out of, or concerning the Bidding Process. The
Authority will treat all information, submitted as part of the Bid, in confidence and will require all those who
have access to such material to treat the same in confidence. The Authority may not divulge any such
information unless it is directed to do so by any statutory entity that has the power under law to require its
25 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or the Authority or as
may be required by law or in connection with any legal process.
3.4.7 Contacting the Authority
i) No Bidder shall contact the Authority on any matter relating to his/her e-Bid, from the time of the e-
Bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information
to the notice of the Authority, he/she can do so in writing.
ii) Any effort by a Bidder to influence the Authority in its decisions on e-Bid evaluation, e- bid
comparison or contract award may result in rejection of the Bidder's e-Bid.
iii) In the event of any information furnished by the Bidder is found false or fabricated, the minimum
punishment shall be debarring /blacklisting from YEIDA works and legal proceeding can also be
initiated.
26 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
To be eligible for the qualification and short-listing, the Bidder (Lead Bidder in case of a Consortium) shall
fulfill the following conditions of eligibility:
• The Bidder shall be a Company registered under the Companies Act or Partnership firm registered
under the Partnership Act of 1932 or registered (converted to) under the Indian Limited Liability
Partnership Act, 2008 or a company registered in the jurisdiction of its incorporation under the
relevant laws or a or any foreign company in consortium with an Indian company, as per applicable
FDI norms or a proprietorship Firm. The legal status shall be demonstrated through a copy of
registration certificate issued by registrar of companies/firms.
• The Bidder/Lead Member should have a minimum annual turnover of preferably INR 500 crores
during each of the last three years ending on 31st March, 2017. The same shall be demonstrated by
submitting audited financial statements for the last 3 years.
• The Bidder should have at least 5 (five) years of experience in providing aviation consultancy
services in India, especially to government entities/departments. This must be demonstrated by
providing project details and Work Orders of minimum 2 similar aviation sector projects undertaken
in last 5 years.
• The Bidder should have a the complete core team (as per clause 2.4) available
Notes: The bidder shall submit their details, financial details, work completed/in progress by them in the
Performa of Appendix-Form 1-6 of E-Bid and in compliance to checklist given in appendix 6.7 shall be
considered for qualification in Eligibility. Documentary proof such as work order/completion certificates from
client clearly indicating the nature/scope of work and actual date of completion for such work should be
submitted. The offers submitted without this documentary proof shall not be evaluated.
The Technical Bids of the Bidders fulfilling the eligibility requirements (Eligible Bidders) will be checked for
their completeness and responsiveness.
Based on the submitted Technical Bid, the Authority shall award marks as per the criteria specified in Clause
4.2 and select the Shortlisted Bidders.
• Proposals of those Bidders who satisfy the Eligibility criteria as given above will be termed as
“Eligible Bidders”. The credentials of all the members in case of a consortium shall be considered for
technical evaluation.
• An Evaluation Committee would be formed at YEIDA for evaluation of Bids and allocate marks
based on criteria given in the table below.
• Bidder’s experience in respect of this criterion should be supported by documentary evidence in the
form of certificate from the client, clearly stipulating the services rendered by the Consultant. In case
original certificate cannot be furnished along with the Bid, the bidder should undertake to make it
available for verification as and when required by YEIDA and in any case before signing the
agreement
27 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
1 Bidder’s experience in providing consulting services for development for Airport Project in 5
the past ten years.
Herein consulting services would include any of the following: Techno-Economic
Feasibility studies, DPR preparation and Transaction Advisory Services.
OR
• Providing consulting services to 2 (two) airports with min Project value of INR750
Crore each (5 marks per project)
3 Bidder’s experience in providing Technical Services for development for Airport Project in 5
the past ten years
Technical Consultancy here means consultancy on all or substantially all technical aspects
of an airport including DPR, master plan, detailed designs, surveys etc
Providing technical services to 2 (two) airports with min Project value of INR500 Crore
each (5 marks per project)
6 Team 55
Project Director/Team Leader – 10 marks
7 Presentation 5
TOTAL 100
• The maximum achievable total technical Score for any bidder would be 100. A minimum of 60 marks is
necessary for qualifying in the Technical Proposal/Bid. The financial Proposal/Bid of only those bidders
who achieve 60 or more technical score will be opened. The financial Proposals/Bids of bidders scoring
less than 60 marks out of 100 marks for their Technical Proposal/Bid would be returned, unopened.
• The Bids of Technically qualified Bidders will be further evaluated based on CQCCBS methodology with
70:30 criteria as per methodology explained in clause 3.4 above.
28 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
29 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
d) “coercive practices” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in a procurement process, or affect the execution of a
contract.
5.1.8.2 Measures to be taken
The Client will cancel the contract if representatives of the Consultant are engaged in corrupt,
fraudulent, collusive or coercive practices during the selection process or the execution of the
contract;
The Client will sanction the Consultant, including declaring the Consultant ineligible, either
indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the
Consultant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive
practices in competing for, or in executing, the said contract.
5.1.9. Limitation of Liability
The Contract will require that the aggregate liability of the Consultant under this Contract, or otherwise in
connection with the services to be performed hereunder, shall in no event exceed the total fees payable to
the Consultant hereunder. The preceding limitation shall not apply to liability arising as a result of the
Consultant's fraud in performance of the services hereunder.
30 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
31 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
32 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
pre-existing material as it exists in the deliverable/ reports prepared by the Consultant as a part of this
Agreement.
5.3.4. Accounting, Inspection and Auditing
The Consultant (i)shall keep accurate and systematic accounts and records in respect of the Services
hereunder, in accordance with internationally accepted accounting principles and in such form and detail as
will clearly identify all relevant time changes and costs, and the bases thereof, and (ii)shall periodically permit
the Client or its designated representative, up to two years from the expiration or termination of this Contract,
to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the
Client, if so required by the Client as the case may be.
5.3.5. Consultant’s Personnel
Description of personnel: The Consultant shall employ and provide such qualified and experienced
Personnel as are required to carry out the Services.
Removal and/or replacement of Personnel
a) Except as the Authority may otherwise agree, no changes shall be made in the ey Personnel. If,
for any reason beyond the reasonable control of the Consultant, such as retirement, death,
medical incapacity, among others, it becomes necessary to replace any of the Key Personnel, the
Consultant shall provide as a replacement a person of equivalent or better qualifications.
b) If the Authority finds that any of the Personnel have (a) committed serious misconduct or have
been charged with having committed a criminal action, or (b) have reasonable cause to be
dissatisfied with the performance of any of the Personnel, then the Consultant shall, at the
Authority’s written request specifying the grounds thereof, provide as a replacement a person with
qualifications and experience acceptable to the Authority.
c) The Consultant shall have no claim for additional costs arising out of or incidental to any removal
and/or replacement of Personnel.
33 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
34 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
to the Consultant, if it determines that the Consultant has, directly or indirectly or through an agent,
engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice (collectively the “Prohibited Practices”) in the Selection Process. In such an event, the
Authority shall, without prejudice to its any other rights or remedies, forfeit and appropriate the
Processing Fee, as the case may be, as mutually agreed genuine pre-estimated compensation and
damages payable to the Authority for, inter-alia, time, cost and effort of the Authority, in regard to the
E-BID, including consideration and evaluation of such Consultant’s Proposal.
5.8.2. For the purposes of this Clause 5.8, the following terms shall have the meaning hereinafter
respectively assigned to them:
a. “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the actions of any person connected with the Bidding Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any
manner, directly or indirectly, with the Bidding Process or the LoA or arising therefrom, before or
after the execution thereof, at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed
to constitute influencing the actions of a person connected with the Bidding Process); or (ii) save
and except as permitted under the Clause 3.2.13 of this e-Bid, engaging in any manner
whatsoever, whether during the Bidding Process or after the issue of the LOA or after the
execution of the Concession Agreement, as the case may be, any person in respect of any matter
relating to the Project or the LOA, who at any time has been or is a legal, financial or technical
adviser of the Authority in relation to any matter concerning the Project;
b. “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process;
c. “coercive practice” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action in the Bidding
Process;
d. “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of
Interest; and
e. “restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Consultants with the objective of restricting or manipulating a full and fair competition in
the Bidding Process.
35 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
of goods or construction of works or purchase of any asset or provision of any other service related to
the assignment other than a continuation of the “Services” under the ongoing contract. It should be the
requirement of the consultancy contract that the consultants should provide professional, objective
and impartial advice and at all times hold the client’s interests paramount, without any consideration
for future work, and that in providing advice they avoid conflicts with other assignments and their own
corporate interests. Consultants shall not be hired for any assignment that would be in conflict with
their prior or current obligations to other clients, or that may place them in a position of being unable to
carry out the assignment in the best interest of the Employer. Without limitation on the generality of the
foregoing, consultants shall not be hired, under the circumstances set forth below:
a. Conflict between consulting activities and procurement of goods, works or services: A firm
that has been engaged to provide goods, works or services for a project, and each of its affiliates,
shall be disqualified from providing consulting services related to those goods, works or services.
Conversely, a firm hired to provide consulting services for the preparation or implementation of a
project, and each of its affiliates, shall be disqualified from subsequently providing goods, works or
services for such preparation or implementation.
b. Conflict among consulting assignments: Neither consultants (including their personnel and
sub-consultants) nor any of their affiliates shall be hired for any assignment that, by its nature,
may be in conflict with another assignment of the consultants. As an example, consultants hired to
prepare engineering design for an infrastructure project shall not be engaged to prepare an
independent environmental assessment for the same project, and consultants assisting a client in
the privatization on public assets shall neither purchase nor advise purchasers of, such assets.
c. Relationship with Government Department’s staff: Consultants (including their personnel and
sub-consultants) that have a business or family relationship with such member(s) of the
Department’s staff or with the staff of the project implementing agency, who are directly or
indirectly involved in any part of ;(i) the preparation of the TOR of the contract, (ii) the selection
process for such contract, or (iii) supervision of such contract; may not be awarded a contract
unless it is established to the complete satisfaction of the employing authority, for the reason to be
recorded in writing, that such relationship would not affect the aspects of fairness and
transparency in the selection process and monitoring of consultant’s work.
36 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
6. Appendix
6.1. Form-1: Letter of the Proposal
• I/We have examined and have no reservations to the EOI CUM RFP Documents, including any
Addendum issued by the Authority;
• I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in Clause 5.8 of the E-Bid document, in respect of any Bid or request for proposal issued
by or any agreement entered into with the Authority or any other public sector enterprise or any
government, Central or State; and
• I/We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Bid that you may receive nor to select the Vendor, without incurring any
liability to the Bidders in accordance with Clause 3.2.11of the E-Bid document;
37 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
• I/We certify that in regard to matters other than security and integrity of the country, we have not
been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority
which would cast a doubt on our ability to undertake the Project or which relates to a grave
offence that outrages the moral sense of the community;
• I/We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates;
• I/We further certify that no investigation by a regulatory authority is pending either against us or
against our Associates or against our CEO or any of our Directors/Managers/employees;
• I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by YEIDA in
connection with the shortlisting of Vendor or in connection with the Selection Process itself in
respect of the above mentioned Project;
• I/We agree and understand that the proposal is subject to the provisions of the E-BID document.
In no case, shall I/we have any claim or right of whatsoever nature if the Project is not awarded
to me/us or our Bid is not opened or rejected;
• I/We have studied e-Bid and all other documents carefully and also surveyed the Project site.
We understand that, we shall have no claim, right or title arising out of any documents or
information provided to us by the Authority or in respect of any matter arising out of or
concerning or relating to the Selection Process including the award of the Project;
• I/We agree and undertake to abide by all the terms and conditions of the e-Bid Document.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the e-Bid Document.
Date:
Place
Yours faithfully,
38 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
(2)
(1) (3)
Note: In case of Consortium, financial details shall be given in respect of each member of the Consortium
agreement
39 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
Note: The Bidder may provide additional Company profile if required but that must follow the form given
above.
40 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
Assignment Name:
Country:
Name of Client :
Address :
No. of Staff :
Start Date
(Month / Year)
Completion Date
(Month / Year)
Note: In case of Consortium, each member shall furnish the requisite details.
41 | P a g e
Selection of a consultant for preparation of TEFR for the development of a greenfield airport near Jewar
Designation Proposed :
NAME OF FIRM :
NAME OF STAFF :
DATE OF BIRTH : NATIONALITY :
EDUCATION
:
EMPLOYMENT RECORD
From: To:
Employer:
Position Held
DETAILED
TASK
ASSIGNED
42 | P a g e