Tenders

? Back

KWIL invites Request for Proposals (RFP) for the 'CONSULTANCY SERVICES FOR OBTAINING ENVIRONMENTAL AND CRZ CLEARANCES' for the "Development of waterway between Neeleswaram and Chittari rivers"

KERALA WATERWAYS AND INFRASTRUCTURES LTD.

(A joint initiative of Government of Kerala & CIAL)

SECTION 1: LETTER OF INVITATION

Bid No: KWIL/RFP/EIA/NB/2023-24/01

Kerala Waterways & Infrastructures Ltd. (hereinafter referred to as “KWIL” or “Employer”), a joint initiative of the Government of Kerala and Cochin International Airport Ltd. (CIAL), is proposing to develop a waterway between Neeleswaram and Chittari rivers, which includes construction of an artificial canal having a length of 6.5 kms. The above reach is a part of the proposed 616 km long West Coast Canal.

KWIL now invites Request for Proposals (RFP) from eligible applicants under two-bid system (Pre-qualification & Financial Proposal) for the CONSULTANCY SERVICES FOR OBTAINING ENVIRONMENTAL AND CRZ CLEARANCES’for the “Development of waterway between Neeleswaram and Chittari rivers”

SCOPE OF SERVICES:

The scope of services broadly consists of conducting Environment Impact Assessment (EIA) studies in accordance with the Standard Terms of Reference (ToR) for the Ports and Harbour sectors as specified by MoEF & CC for obtaining Environmental clearance, CRZ clearance, etc., for the subject work;

The detailed scope of services is given in the bid document.

ELIGIBILITY CRITERIA:

The Consultant shall be selected based on a Cost-based Selection method after a pre-qualification procedure.

Minimum eligibility criteria for pre-qualification shall be the following:

a. The Applicant should have valid accreditation in the Ports & Harbors sector (7e) category A, with Quality Council of India (QCI) / National Accreditation Board of Education and Training (NABET) for carrying out EIA studies. Valid certificates shall be enclosed as evidence for the same.

b. The Applicant should have completed minimum three EIA studies in India in Central/State/PSUs/any reputed industry and at least one of them should be for Port / Harbours or IWT projects in the last ten years. Also, the applicant should have obtained EIA/CRZ clearances for at least two projects. Documentary proof shall be submitted as evidence for the same. Completion certificates indicating the value of consultancy fee and scope of work from the clients shall also be submitted as documentary evidence.

c. Annual Turnover during any of the last three (03) financial years should be at least Rs. 200 Lakhs (Rupees Two hundred Lakhs only). The Applicants shall provide financial statements of the firm for the last three years duly certified by statutory auditors.

d. The Key Personnel to be deployed for the project shall be as follows :

S.No.

EXPERT

QUALIFICATION

EXPERIENCE

1

EIA Co-ordinator for Ports and Harbour Sector

Master’s degree in Environmental Engineering / Physical Sciences / Earth Sciences / Life Sciences / Social Sciences / Management from a UGC / AICTE recognised Institution

In-house Expert (Employed in the current organisation for a minimum period of one year) accredited with NABET for Category A. Post-qualification experience of minimum 15 years.

2.

Ecology and Biodiversity Expert

Master’s degree in Life Sciences like Zoology / Botany / Forestry / Environmental Science / Ecology / Biodiversity from a UGC / AICTE recognised Institution

Minimum 10 years of post- qualification experience; Accredited with NABET for Category A.

3.

Socio-economic Expert

Master’s degree in Social Welfare / Sociology / Psychology / Anthropology / Environmental Economics / Urban Planning / Environmental Planning from a UGC/AICTE recognised Institution

In-house Expert (Employed in the current organisation for at least one year) Minimum 10 years post qualification experience; Accredited with NABET for Category A.

The Bidder shall also deploy support personnel as mentioned in the bid document. Documentary evidence substantiating the qualification, accreditation with NABET and requisite experience shall be submitted.

COST OF THE RFP DOCUMENT:

The cost of RFP documents to be issued to eligible Applicants is Rs.4200/- (Cost of document Rs.4000/- + GST @ 5% - Rs.200/-). Those who wish to collect the documents by post shall remit Rs.4700/- (Cost of bid documents including GST + postage @ Rs.500/-). The cost of RFP documents, as applicable, shall be remitted by Cash/DD drawn in favour of Kerala Waterways and Infrastructures Ltd., payable at Ernakulam.

EARNEST MONEY DEPOSIT:

RFPs shall be submitted by the Applicants along with an EMD of Rs.1,00,000.00 (Rupees One Lakh Only) in the form of a Demand Draft drawn in favour of Kerala Waterways & Infrastructures Ltd., payable at Ernakulam.

DATE OF SALE OF BID DOCUMENTS:

Applications for issue of RFP documents along with the prescribed fees shall be submitted at the office of Kerala Waterways and Infrastructures Ltd. The RFP document will be sold on payment as prescribed above, from 16 th May 2023 to 30 th May 2023 during working hours from the Office of KWIL, Near CIASL Academy, Cochin International Airport, Kochi Airport P.O., Nedumbasserry, Ernakulam – 683 111.

SITE VISIT & PRE-BID QUERIES:

The bidders are advised to visit the site for a better understanding of the scope of work, site conditions and the status of various project components. The bidders may submit their pre-bid queries via email till 3 rd June 2023 to the Employer. The clarifications for the various pre-bid queries shall be provided by the Employer also via e-mail as an Addendum to the RFP.

COMPLETION PERIOD:

The works shall be completed within a period of eight months after the award of contract.

SUBMISSION OF PROPOSALS:

The RFP shall be submitted under two-bid system (Pre-qualification cum Technical Proposal & Financial Proposal). RFP documents are to be submitted in two separate envelopes viz: Pre-qualification cum Technical ProposalandFinancial Proposal .

The details of documents to be submitted with each envelope are given below:

A. Envelope No.1 (PRE-QUALIFICATION CUM TECHNICAL PROPOSAL )

Envelope No-1 shall contain the following documents;

· Earnest Money Deposit (EMD) as specified above

· Unconditional Acceptance letter (Refer Section 8: Standard Forms- Form A)

· Documents in proof of the credentials of the bidder to meet the eligibility criteria and experience.

· List of similar works satisfactorily completed in the last ten years (to prove the eligibility of the Applicant as per the minimum eligibility requirements), along with certificates from authorized signatories, clearly indicating date of start/completion, consultancy fees, etc. (Section 8: Standard Forms – Form C)

· Overall project approach, demonstrating knowledge of the issues to be addressed with specific focus to the development of waterway in the project region (Section 8: Standard Forms – Form D).

· Proposed structure and content of the EIA report.

· Identification of any major risks foreseen in undertaking and completing the project and strategies for countering the risks for the work.

· Schedule of completion for the work.

· Organisation chart/team composition for the assignment. (Section 8: Standard Forms – Form E)

· Audited financial statements duly signed by the Chartered Accountant clearly indicating the turnover and all other relevant details.

· Copy of the partnership deed if the bidder is a partnership firm and attested copy of registration certificate in case of company.

· Authority letter in original or attested by notary not more than one year old of the Applicant Organisation in favour of the person who has signed the documents.

B. Envelope No. 2 (FINANCIAL PROPOSAL)

· The RFP Document in original duly filled and signed by the Authorized Signatory.

Both these envelopes shall be enclosed in a bigger envelope super-scribed as ‘CONSULTANCY SERVICES FOR OBTAINING ENVIRONMENTAL AND CRZ CLEARANCES’ for the“Development of waterway between Neeleswaram and Chittari rivers”and submitted at the Office of Kerala Waterways & Infrastructures Ltd., Near CIASL Academy, Cochin International Airport, Kochi Airport P.O., Nedumbasserry, Ernakulam – 683 111, Kerala State,on or before 15.00 hours on 14 th June 2023.

OPENING OF BIDS:

Envelope No. 1 containing the EMD, Unconditional Acceptance Letter and Pre-qualification documents shall be opened first at15.30 hourson 14 th June 2023.

Financial Proposal (Envelope No. 2) of only those pre-qualified Applicants shall be opened subsequently after duly intimating the Applicants in advance. Envelope – 2 of those Applicants who do not qualify as per the prescribed eligibility criteria shall be returned unopened. The Applicants are therefore advised to strictly go through all the conditions and enclose all the required documents to prove their credentials for pre-qualification/experience as per the prescribed eligibility criteria in Envelope No.1, failing which their bids are liable to be rejected.

Kerala Waterways and Infrastructures Ltd. also reserve all rights to reject any or all the bids received, without assigning any reason whatsoever.

Sd/-

Managing Director

Kerala Waterways and Infrastructures Ltd.,

Cochin International Airport Buildings, Kochi Airport P.O,

Nedumbasserry, Ernakulam – 683 111, Kerala State

Phone: 0484 - 2991032, 2611380, E-Mail: cekwil@keralawil.com

Sale of Bid Document Closes: Jun 15 2023 3:00PM

Opening Date : Jun 15 2023 3:30PM