-*+- Expression of Interest For Selection of Advisory Firm For determination of Various Land Rates. _______________ Disclaimer 1. Though adequate care has been taken in preparation of this Expression of Interest (EOI) document, bidders submitting the proposal in response should satisfy themselves that the information provided in this document is complete in all respects. 2. Delhi Development Authority (DDA), Government of India does not make any representation or warranty as to the accuracy, reliability or completeness of the information in this document. 3. Neither DDA nor its employees will have any liability to any prospective Advisory Company/ Firm or any other person under the law of contract, tort, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this document, any matter deemed to form part of this document, the award of the assignment, information or any other information supplied by or on behalf of DDA or their employees, to any advisor or otherwise arising in any way from the selection process for the assignment. 4. DDA reserves the right to withhold or withdraw the process at any stage with an intimation to all applicants. 5. DDA reserves the right, without any obligation or liability, to accept or reject any or all the bids at any stage of the process, to cancel or modify the process or change/ modify/amend any or all provisions of this document, at any time, without assigning any reason whatsoever. Abbreviations Advisory Firm A company or firm selected by DDA to perform this Assignment. Assignment Services rendered by Advisory Firm to DDA for determination of various land Rates as elaborated in this document elsewhere hereinafter. Authority Authority means the body constituted under the provisions of DD Act, 1957 with Hon’ble L.G. of Delhi as the Ex-Officio Chairman. Section 1: Context 1.1 Background 1.1.1 Consequent upon the notification of MPD 2021 on 07.02.2007, Additional Floor Area Ratio (FAR) was permitted for various categories of properties i.e. Commercial, Industrial, Institutional, Residential etc. besides use conversion from Industrial to other permissible uses. Thereafter, additional FAR for other categories and plots in Low Density Residential Areas (LDRA) and use conversion from Industrial to Residential has been permitted as per the revised provisions of MPD – 2021. In addition, enhancement of FAR in respect of Motels, Hotels, Hospitals etc. has also been permitted as per MPD-2021. 2 1.1.2 To implement these provisions, the DDA notified the charges for Additional FAR and use conversion at different points of time. These may be seen at the website of DDA or in the office of Director (LC) at INA Vikas Sadan New Delhi-23. Since a considerable period has elapsed after these rates were notified by DDA with the approval of MOUD, it has now been felt necessary that the rates should be revised considering the current market scenario and other relevant parameters. Besides, some other land rates required by DDA for different purposes have been included in the scope of work. 1.1.3 DDA now intends to hire services of an Advisory firm for determination of various land rates including rates of Additional FAR charges as elaborated in this document elsewhere hereinafter. 1.2 Schedule for submission of Expression of Interest Date for obtaining hard copy if required, may be obtained from Up to 17.00 Hours on the Office of Dy. CAO (LC)-I, B-220, IInd Floor, DDA Office Vikas 7th January, 2016. Sadan, New Delhi-110023 on any working day during 11.00 AM to 5.00 PM. 17.00 Hours on January 2016 11th Application meeting minimum qualification criteria shall be invited 15.00 Hours on for Pre-bid meeting in the Conference Hall B-Block, Ground January 2016 Floor Vikas Sadan, INA, New Delhi-110023. 15th Last date for submission of EOI in the office of Dy. CAO (LC) - I, B-220, IInd Floor, DDA Office Vikas Sadan, New Delhi-110023. Section 2: ELIGIBILITY CRITERIA To be eligible for evaluation of its proposal, the applicant should fulfill all of the following conditions; 2.1 Length of experience of Advisory Firm. The applicant firm should be engaged in carrying out the consultancy work in India for at least 10 years. 3 2.2 TECHNICAL CRITERIA The applicant should have experience of providing services in respect of Real Estate Sector to a Government Authority/Public Sector Organization/Private Public Partnership Project where Govt. is also a party. The applicant should provide documentary proof of each completed project in the form of a certificate from client. The applicant should demonstrate a resource pool of full time/equivalent sector for considering its experience related to the assignment under reference. 2.3 FINANCIAL CRITERIA The applicant shall have received an average of Rs.20 Crore (Rs. Twenty Crore) per annum as professional fees from Real Estate Advisory & Business as Transaction Advisors during the last three financial years. For avoidance of doubt, the professional fees hereinafter refer to fees received by the applicant for providing advisory or consultancy services full time to its clients. In the case of a Consortium, the Lead member for the Consortium is required to meet the above condition. The Consortium will be allowed to form a Special Purpose Vehicle (SPV) where the minimum holding of the lead partner should be 51%. 2.4 KEY PROFESSIONALS Sl. No. Key Expert Team Leader 1 2 3 Financial Expert Urban Planner Qualification An Engineering Graduate with / MBA (Finance) Minimum Experience Minimum 15 years of experience in Planning, managing team resources, structuring of project transactions, management consultancy of mega Real Estate projects. Should have minimum 5 years of hands on experience in advisory of Real Estate projects with public sector clientele. Added knowledge on municipal finance and other Urban Local Bodies (ULBs) will be an added advantage. Chartered Minimum 10 years of experience in Accountant or / financial modeling with at least 5 MBA (Finance) years as financial expert on urban infrastructure projects and should have worked as financial expert in atleast one similar assignment in India. Masters in Urban Minimum 10 years of experience in Planning preparation of master / development/ city development plans for urban areas in India. 4 2.5 EVALUATION OF BIDS The evaluation of the bid would be carried out in two stages; Stage-1 Technical Evaluation Technical evaluation of the bid would be carried out applying the evaluation criteria specified below. Combined Quality and Cost Based Selection method (CQCBS) will be followed during the evaluation stage. Each technical bid will be attributed a technical score as per following breakup: Sl. No. 1 2 3 4 5 Description Length of experience of Advisory Firm. Financial capability of the applicant Specific experience of the firm in equivalent/ relevant sectors – experience in carrying out similar assignments of eligible projects in the last ten years Key professional experience of the personnel engaged in the firm Project understanding, approach &methodology (to be evaluated by Committee based on presentation of the Firm. Weightage 05 marks 20 marks 15 marks 15 marks 15 marks proposal) Based on the evaluation of technical bids, the bidders shall be ranked highest to lowest technical score (St) in accordance with the total marks obtained. The bidders with technical bid score of minimum 60% will only qualify for opening of Financial Bids. The number of applicants ranked on the basis of technical scores, not more than six shall be prequalified and shortlisted for financial evaluation in the second stage. Stage-2 Financial Evaluation The financial proposals of the firms which are not pre-qualified and/or shortlisted shall not be opened. The financial evaluation shall be carried out by assigning a financial score (Sf) to each financial proposal. The lowest financial proposal (FM) will be given a financial score (Sf) of 3 0 Points. The financial scores (Sf) of the other financial proposals will be determined using the following formula; (Sf = 30 x FM/F, in which Sf is the financial score, Fm is the lowest price, and F is the price of the proposal (in INR) under consideration) Proposals will be finally ranked in accordance with their combined technical (St) and financial (Sf) scores; S = St + Sf Where S is the combined score, the weights assigned to technical proposal and financial proposal is 0.70 and 0.30 respectively. 5 2.4.1 EVALUATION AND SCORING S.N. A B Parameter SCORE (MARKS) Length of experience of Advisory Firm. (MAX. 5 MARKS) 10 TO 15 YEARS 03 Marks More than 15 years 05 Marks FINANCIAL CAPABILITY (MAX. 20 MARKS) Annual Average Professional fees of the Advisory Firm/lead member in Real Estate Advisory & Business as Transaction Advisors / Consultancy Assignments in last 3 financial years i) INR 20 crore & up to INR 30 crore. ii) Above INR 30 crore – for every additional one crore iii) Above INR 50 crore C TECHNICAL CAPABILITY (MAX. 15 MARKS) 10 0.5 marks would be awarded 20 Specific experience of the firm in equivalent/ relevant sectors – experience in carrying out similar assignments of eligible projects in the last ten years. i) Successful completion of One Project related to the assignment. 05 ii) Successful completion of Two Projects related to the assignment. 10 iii) Successful completion of Three Projects related to the assignment. 15 D KEY PROFESSIONALS (MAX. 15 MARKS) Breakup of marks a) Team Leader 7 b) Financial Expert 5 c) Urban Planner 3 E. APPROACH METHODOLGY AND WORK PROGRAMME AND MANPOWER RESOURCES TO BE ENGAGED 15 6 Section 3: lnstructions to Bidders 3.1 Scope of Work Scope of work will include:- i) Fixation of rates for change of land use from agriculture to the land uses like Residential, Commercial, Institutional, Motels, LDRP etc. as per the provisions of MPD-2021. ii) Fixation of rates for use conversion as permissible under the terms and conditions of allotment/lease deed to other uses permissible as per the provisions of MPD-2021. iii) Fixation of use conversion charges on upper floors of existing buildings from Residential to Commercial as per the provisions of MPD-2021, where the ground floor is already being used for commercial purpose. iv) Fixation of land rates and charges for various categories of properties for availing Additional FAR as permitted as per the provisions of MPD-2021 as amended from time to time. For the purpose, the number of Zones in which the entire Delhi may be divided along with the rate to be charged for each zone may be delineated. v) To decide the parameters and the rates for disposal of Institutional Properties like Schools, Hospitals, Higher Educational Institutions, Nursing homes etc. where the existing system for disposal is by auction. 7 Section 4: Other bidding terms 4.1 General terms & conditions 4.1.1 The offers should be made strictly as per the formats enclosed. 4.1.2 The advisory firm should bear all the costs associated with the preparation and submission of its proposal and DDA will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 4.1.3 The advisory firm is expected to examine all the instructions, forms and terms & conditions contained in this bidding document. 4.1.4 Submissions with insufficient information and which do not strictly comply with the stipulations given above, are liable for rejection. 4.1.5 At any time, prior to the deadline for submission of proposals, DDA may modify the document/ issue addenda. These addenda shall be posted at the website of DDA and shall be treated as part of the documents. 4.1.6 DDA may, at its discretion, extend the deadline for the submission of proposals. 4.1.7 DDA may, at its discretion, abandon the process of the selection associated with this document at any time. 4.1.8 If the agency fails to complete the assignment or abandons the assignment in between or any loss is caused to DDA due to any act or omission of the advisory agency, penalty as deemed reasonable by the Vice Chairman DDA may be imposed upon it. The decision of the Vice Chairman DDA in this regard will be final and binding on both the parties. 4.2 Preparation and submission of proposal 4.2.1 The Technical Proposal and Financial proposal should be sealed in separate envelopes and these two proposals should then be sealed in a separate big envelope. 4.2.2 O n t h i s outer big sealed envelope, it should clearly be mentioned: "Proposal for selection of advisory firm". 8 4.2.3 O n two inner sealed envelopes, it should be clearly mentioned. “Technical proposal” & “Financial proposal” 4.3 Corrupt or Fraudulent Practices DDA requires that bidders under this contract observe the highest standards of ethics. In pursuance of this policy, DDA defines, for the purpose of these provisions, the terms set forth hereunder: "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of a public servant; and "Fraudulent practice" means a misrepresentation of facts in order to influence the decision to award the consultancy contract to the detriment of DDA and targeted stake holders and includes collusive practice among bidders (prior to or after the proposal submission) designed to establish bid prices at artificial non-competitive levels and to deprive DDA and targeted stake holders of the benefits of free and open competition. DDA will reject a proposal for award of consultancy work if it is observed that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question. Besides DDA will declare a Bidder Advisory Firm ineligible, either indefinitely or for a specified period of time for award of a contract(s), if at any time it is observed that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing the consultancy contract. 4.4 Performance Security The Successful Bidder, for due and faithful performance of its obligations and as a pre-condition for signing of the advisory agreement with DDA, shall be required to submit ‘Performance security’ equivalent to 5% of its total fee. This security shall be in the form of a bank guarantee of a scheduled bank valid upto a period of six month from the date of signing of consultancy agreement between DDA and the Advisor Firm. Section 5: Important milestones during the course of execution of this assignment. 5.1.1 After submission of draft report by the Advisory Firm, it will be examined by the committee constituted for the purpose and thereafter will be placed before the Vice Chairman DDA for approval. It will, thereafter, be placed before the Authority for consideration and acceptance in the shape of an Agenda Item. If during this process, any observations are made at any level, it will be duly handled by the Advisory Firm. It will not be treated as additional work and no cost will be payable to the agency in this regard. 9 5.1.2 After the Agenda Item is approved by the Authority, it will be forwarded to the MOUD for approval. The observations raised by the MOUD, if any, will be duly attended to by the Advisory Firm. It will also not be treated as additional work and no cost will be payable to the agency in this regard. Section 6: Technical Proposal – Standard Forms Form 6A : General information Form 6B : Financials – Annual Turnover Form 6C : Bidder's experience Form 6D : Employee strength Form 6E : Description of approach, methodology and work plan for performing the assignment/job 10 Form 6A General Information and Financials of the Firm (To be submitted on firm’s letter head) [Using the format below, provide information about your firm.] General information form 1. State whether applying as sole Firm /Agency or Lead member of a Consortium: 2. Name of the Company/ Firm: .................................................................. (Attach an attested photocopy of Certificate of Registration.) 3. Legal status of the Firm: 4. If the applicant is a Lead member of a consortium, furnish the details of each of the other member firms. 5. Registered Address, telephone, tele-fax in Delhi ………………………………………………………………….….. ………………………………………………………………….….. 6. Contact Person, Designation and Address including email ID ………………………………………………………………….….. …………………………………………………………….……….. (Signature of Authorized signatory) Name of Authorized signatory: 11 Form 6B Financials – Annual Turnover (To be submitted on Auditor’s letter head) S. No. Financial Year 1. 2012-13 2. 2013-14 3. 2014-15 Annual Turnover from Real Estate Advisory Business of Bidder in India (Indian Rs.) Certificate from the Statutory Auditor This is to certify that ………………..[Name of the applicant] has received the payments shown above against the respective years on account of professional fees. Name of Authorized Signatory: Designation: Name of the firm : (Signature of the Statutory Auditor) Seal of the Firm 12 Form 6C Bidder's experience (To be submitted on firm’s letter head) [Using the format below, provide information on each assignment for which your firm, and each Affiliate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within a JV for carrying out consulting services similar to the ones requested under this assignment.] 1 Assignment name and project cost: 2 Country: Location within country: 3 Name of Client: 4 Address: 5 Start Date (Month/Year): Completion Date (Month/Year): Name of Lead Partner: Name of Associated Consultants, If any: 6 7 8 Description of actual services provided by your staff within the assignment 9 Approx. value of the contract (in INR in Crore) 10 Duration of assignment (months) : 11 Total No. of staff-months of the assignment: 12 Approx. value of the services provided by your firm under the contract (in INR in Crore): 13 No. of professional staff-months provided by associated Consultants. 14 Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader): (Signature of Authorized signatory) Name of Authorized signatory: 13 Form 6D Employee strength (To be submitted on firm’s letter head) We, [Name of the Firm}, confirm that we have at least 100 (one hundred) fulltime resources on our permanent payroll in India as on 31st October 2015. (Signature of Authorized signatory) Name of Authorized signatory: 14 Form 6E DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT/JOB (To be submitted on firm’s letter head) Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following three parts: a. Technical Approach and Methodology: In this chapter you should explain your understanding of the objectives of the assignment/job, approach to the assignment/job, methodology for carrying out the activities and obtaining the expected output. You should highlight the problems and their importance and explain the technical approach you would adopt to address them. b. Work Plan: The consultant should propose and justify the main activities of the assignment/job, their content and duration, phasing and interrelations, milestones (including interim approvals by the client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. c. Organization and staffing: The consultant should propose and justify the structure and composition of your team. You should list the main disciplines of the assignment, key expert responsible and proposed support technical staff. 15 Section 7: Financial proposal format (Form 7A) Our professional fee for undertaking the work as mentioned under the heading ‘Scope of Work’ in Section 3.1 of this bid document shall be a lump sum fee which shall include out-of-pocket expenses but exclude service tax to be regulated as per provisions Finance Acts of relevant year in which payment is released. Although the term of this assignment shall be valid for a period of six months during which period there shall be no change in overall fee, however, we are expected to complete this assignment in a time bound manner and within a maximum period of 2 months, unless the same is varied by DDA. We are expected to provide a team of professionals having requisite skill, experience and qualifications for carrying out the scope of work and the team shall not, unless unavoidable, be changed/withdrawn during the entire duration of the scope of work, and agreed by DDA. Our offer shall be valid upto 31st March, 2016 or such extended time as may be deemed necessary and stated in the RFP. We understand that our fee will be paid in accordance the following milestones: Payment milestone Percentage of total professional fee Tentative timelines Submission of draft report by the advisory firm/ and acceptance thereof by the VC, DDA. 40%/60% 2 months Submission of report to the MOUD for approval after consideration by the Authority. After giving reply to the observations of MoUD 20% 1 month Acceptance of report by the MOUD. 10% 10% (Signature of Authorized signatory) Name of Authorized signatory: 1 6 DELHI DEVELOPMENT AUTHORITY DIRECTOR (LAND COSTING) EXPRESSION OF INTEREST Expression of Interest is invited from reputed consultants for selection as Advisory Firm for fixation of land rates, additional FAR charges and use conversion charges etc. in respect of different type of properties in Delhi. The document for Expression of Interest containing the details of scope of work, eligibility conditions and other terms & conditions is available on the website of DDA i.e. www.dda.org.in and a hard copy, if needed, can also be obtained from the Office of Dy. CAO (LC)-I, B-220, IInd Floor, DDA Office Vikas Sadan, New Delhi110023 on any working day during 11.00 AM to 5.00 PM upto 7th January, 2016. Last date for submission of Expression of Interest (EOI) is 11th January, 2016 upto 05.00 PM. Pre-bid meeting will be held on 15th January, 2016 at 03.00 PM. Director (Land Costing) 1 7
© Copyright 2026 Paperzz