MMRC invites bids for appointment of consultant for bid process management of non-fare box revenue streams for Mumbai Metro line-3

Mumbai Metro Rail Corporation (MMRC) has invited Bids (through e-tendering process)  from eligible Bidder(s) for Appointment of consultant for bid process management of non-fare box revenue streams for Mumbai Metro line-3.

  • Tender Reference Number: MMRCL/Planning/PLN/49A/NFBR/RFP/01/2022
  • Name of Work: Appointment of consultant for bid process management of non-fare box revenue streams for Mumbai Metro line-3.
  • Document Download / Sale Start Date: 14th November, 2022
  • Document Download / Sale End Date: 12th December, 2022
  • Pre Bid meeting: 21st November, 2022
  • Bid Submission Start Date: 14th November, 2022
  • Bid Submission End Date: 12th December, 2022
  • Bid Opening Date: 12th December, 2022

Background:

  • Mumbai Metro Rail Corporation Ltd (MMRCL), a JV-SPV (50:50) of Government of India (GoI) and Government of Maharashtra (GoM) is implementing Mumbai Metro Line-3 which is a 33.5 km fully underground metro corridor with 27 stations.
  • As per the Union Cabinet approval granted for this project, ₹ 1,000 Cr. is to be mobilised from Non-Fare Box Revenue sources.
  • Work on the construction of Mumbai Metro Line-3 is in full swing; over 75% of the Civil Works have been completed by September 2022 and station works are on-going. The metro is scheduled to become operational in two phases:
    • Phase 1: Aarey to BKC – December 2023
    • Phase 2: South end of BKC to Cuffe Parade – June 2024

Alignment and Connectivity:

  • The southern end of the alignment is at Cuffe Parade, a short distance from the World Trade Centre and Back Bay Bus Depot. The alignment follows a northwards trajectory with stations at Vidhan Bhavan and Churchgate which serve the Nariman Point Business District as well as the Mantralaya and other Government offices.
  • From Churchgate, the alignment heads north-east with stations at DN Road and on Mahapalika Marg which serve the Fort district, CSMT, Sessions Courts and the MCGM Headquarters.
  • The alignment follows JSS Road serving Kalbadevi and Girgaon areas and continues northwards to Grant Road, Mumbai Central and Mahalaxmi. The alignment follows E. Moses Road with stations at Science Museum, Worli Naka and Worli which shall serve the rapidly developing Lower Parel and Worli districts.
  • The alignment continues northwards through Dadar, Mahim prior to turning eastwards to Dharavi before reaching BKC. The BKC Station is strategically located so as to serve the G and F Blocks of the business District.
  • The alignment continues northwards along the Western Express Highway before entering the Airport area where three stations are being constructed that shall serve the airport terminals and other developments in the airport area. The alignment passes below MIDC Central Road abutting the entry to SEEPZ and terminates at Aarey Depot.

Station Design:

  • The metro stations are typically designed over two underground levels: the concourse and platform. The concourse level is typically located 10-14m below ground level and shall serve as the place where commuters shall arrive after taking the escalator / elevator or stairs from the ground level.
  • The concourse level is split into two parts: an unpaid area and a paid area. The unpaid area is where the commuters shall land and is where commuters can purchase tickets from ticket vending windows and Ticket Vending Machines.
  • The unpaid area is separated from the paid area located at the centre of the station box by the security gates and fare collection barriers. The paid area accommodates vertical circulation elements (lifts, escalators and stairs) which allow for paid connectivity with the platform level.
  • The platform located typically 18-20m below ground level is 185m long and 12m wide and is planned as an island with the tracks located on either side of it. Along the platform are located platform screen doors which screen the platform from the train and ensure high levels of safety for commuters and reduces the likelihood of accidents.

Objective of the Consultancy Assignment:

  • The Consultant shall prepare NFBR feasibility report, finalise the tender documents and assist MMRCL in the bidding process to select suitable agencies for the identified NFBR heads, followed by onboarding of these agencies.

Scope of Services:

  • NFBR sources to be pursued:
  • Station Semi-Naming Rights – subsequent phases
  • Advertisement
  • In-tunnel Advertising
  • Retail
  • Telecom Services
  • Optic Fibre Cables
  • Direct Access – new proposals and programme management of existing & new proposals
  • For “Others” revenue sources, the Consultant is expected to explore innovative avenues and devise a strategy and implementation plan to monetize the same. Under each of the above NFBR sources, the following activities need to be pursued:
  • Feasibility Study
  • Benchmarking with other metro and transit networks in India and overseas
  • Review of station layouts
  • Review of relevant regulations
  • Tender Structuring
  • Considering best practices being followed in India and globally propose appropriate tender and contract structuring for all identified NFBR sources
  • Value estimation of all NFBR sources
  • Prepare an action plan and tender publishing schedule
  • Draft tender documents
  • Bid process management leading to the submission of bid evaluation report
  • Prepare bid notice and assist MMRCL with publishing of the RFP
  • Compile queries received for each bid & prepare response to queries for MMRCL approval
  • Assist MMRCL with conducting pre-bid meeting
  • Prepare addenda as required for the RFPs
  • Assist MMRCL with the evaluation of the bids received and prepare a bid evaluation report with recommendations up to award of tender
  • Supporting MMRCL with the issue of LOAs and signing of the agreement
  • Onboarding support by reviewing the implementation plans submitted by the licensee to MMRCL for approval Specifically for Direct Access, the following activities need to be pursued:
    • MMRCL is in the process of providing Direct Access from its stations to select properties in the vicinity for which their developers had expressed interest.
    • The Consultant to liaise with the developer to take the process forward leading to the signing of the Joint Development Agreement
  • Assignment Governance:
  • Executive Director (Planning), MMRCL will oversee the assignment.
  • Monthly review meetings will be scheduled for which all Key Professionals should be present.
  • In addition to the review meetings, regular meetings and discussions with the Planning Team, MMRCL and other concerned Officials will be undertaken on an ongoing basis.

Completion of Services:

  • All the assignment outputs including primary and secondary data shall be compiled, classified, documented and submitted by the Consultant to MMRCL in soft and hard copy form apart from the reports indicated in the Deliverables.
  • The assignment outputs shall remain the property of the MMRCL and shall not be used for any purpose other than that intended under these TOR without the written permission. 

Eligibility:

  • Consultancy firms can form a Consortium/joint venture of not more than two firms with one of the firms as “Lead Member”. The following criteria should be fulfilled by the Consultant:
    • Minimum 10 years’ experience in consultancy services for Lead Member and
    • Minimum 5 years’ experience in consultancy services for Second Member

Notes:

  • JV/ Consortium of not more than 2 individual firms shall be allowed and one of the members should be lead Partner. Each of the members of Consortium/JV should be a professional Firm/Company/LLP having a minimum of five years of continuous existence.
  • Lead firm should meet the eligibility criteria as per ITC Clause 6 specifying eligible assignments considered under experience of the firm.
  • Team Leader proposed in Technical Proposal should be from Lead partner of the JV. At least 2 out of the 4 proposed Key Professionals should be employees of the lead company, and 1 out of 4 proposed Key Professionals should be employees of the non-lead company.
  • In case of a Consortium or JV, all of the eligibility criteria may be met cumulatively by the Consortium or JV.
  • The firms/JV fulfilling the above eligibility criteria will be considered for further evaluation of their proposals.
  • For this purpose, sub-Consultants’ experience shall not be included.
  • Any Consultant/JV claiming experiences of their parent/sister company shall have participation of at least 30% of key man-months inputs of the international firm whose experience is quoted in technical proposal.
  • Such deployment of expat staff to be recorded and submitted to MMRCL every quarter for approval. Otherwise, the experience of the international firm will not be considered in the evaluation.
  • Proof of Consultant’s Experience in the form of signed & stamped letter of the authorised signatory (not less than the rank of General Manager or equivalent) issued by the Employer.
  • If a work order or contract agreement is being submitted; CA certificate, receipts against invoices raised or equivalent proof that the assignment has been completed must be submitted.

The RFP document is available for download from website www.tenderwizard.com/MMRC


Source: MMRC- Tender | Image Credit (representational): MMRC