REQUEST FOR PROPOSAL ( RFP ) Design and Engineering Consultancy for Proposed Annexure Block Building to Alpha-1, Administration Building

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL ( RFP ) Design and Engineering Consultancy for Proposed Annexure Block Building to Alpha-1, Administration Building"

Transcription

1 REQUEST FOR PROPOSAL ( RFP ) Design and Engineering Consultancy for Proposed Annexure Block Building to Alpha-1, Administration Building at Kempegowda International Airport, Bengaluru Bangalore International Airport Limited Alpha-2, Administration Block Kempegowda International Airport, Bengaluru BENGALURU

2 INDEX DISCLAIMER 1. INTRODUCTION 2. OBJECTIVE 3. DEFINITIONS 4. GENERAL TERMS FOR SUBMISSION OF PROPOSAL 5. DESIGN CONSULTANCY PROPOSAL 6. PROPOSAL VALIDITY PERIOD 7. SELECTION CRITERIA 8. FORMAT AND SIGNING OF PROPOSAL 9. ADDENDUM/CORRIGENDUM 10. RESPONSIBILITY OF THE BIDDER 11. TERM 12. CONFIDENTIALITY 13. ASSIGNMENT 14. LAW AND JURISDICTION 15. BANKRUPTCY 16. GOVERNMENT REGULATIONS 17. AWARD PROCESS 18. OTHER CONDITIONS 19. LIST OF ANNEXURES TO RFP Annexures: 1. ANNEXURE 1: LETTER of UNDERTAKING 2. ANNEXURE 2: FIRM/COMPANY BACKGROUND DETAILS 3. ANNEXURE 3: DESIGN BRIEF, SCOPE OF SERVICES & DELIVERABLES 4. ANNEXURE 4: FINANCIAL PROPOSAL 5. ANNEXURE 5: QUESTIONNAIRE 1

3 DISCLAIMER 1. This Request for Proposal (RFP) is issued by Bangalore International Airport Limited ( BIAL ). 2. The information contained in this RFP document or subsequently provided to the interested applicants ( Bidder ), whether verbally or in documentary or any other form by or on behalf of BIAL or any of their employees or advisers, is provided to the bidder on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. 3. This RFP is neither an agreement nor an offer by BIAL to the prospective Bidder or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by BIAL in relation to the scope of services. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for BIAL, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who read or use this RFP. The assumptions, assessments, statements and information contained in this RFP may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources. 4. Information provided in this RFP to the Bidder is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. BIAL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. 5. BIAL, 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 restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of this RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way in this selection process. 6. This RFP, along with its Annexures, is not transferable. The RFP and the information contained herein are to be used only by the person to whom it is issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the recipient s professional advisors). In the event that the recipient does not continue with its involvement in the project in accordance with this RFP, this RFP must be kept confidential. 2

4 7. BIAL also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon the statements contained in this RFP. It is the responsibility of the Bidders to make their own assessment in preparing their Proposals. 8. BIAL may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. 9. The issue of this RFP does not imply that BIAL is bound to select a Bidder or to appoint the selected Bidder, as the case may be, for the consultancy and BIAL reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever. This RFP may be withdrawn or cancelled by BIAL at any time without assigning any reasons thereof. 10. BIAL reserves the right to accept or reject any or all the Proposals; qualify or disqualify any or all Bidders without giving any reason, and is not obliged to correspond with any Bidder in this regard. Further, BIAL reserves the right to relax, change, review, revise or/and cancel the selection criteria and the RFP process, at any time, without prior notice or without assigning any reason whatsoever. This invitation for RFP does not give rise to any right in rem, and is not an offer or invitation to offer. 11. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by BIAL or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder and BIAL shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation for submission of the Proposal, regardless of the conduct or outcome of the selection process. 12. BIAL will not entertain any claim for expenses in relation to the preparation of any Proposal pursuant hereto. 3

5 1. INTRODUCTION 1.1 Kempegowda International Airport, Bengaluru In order to support and foster the rapid development of Bengaluru as India s leader in information technology, biotechnology and the services industry, the Hon ble Government of Karnataka and the Airports Authority of India initiated a greenfield project for a new international airport in the North of Bengaluru. Bengaluru Airport, currently the third busiest airport in India, owned and operated by a public limited company with a majority of private shareholders. Kempegowda International Airport, Bengaluru (the Airport ) is built and is being operated at best international standards. BIAL is committed to establish the Airport as India s leading airport in terms of quality and efficiency, and set a benchmark for the future development of the Indian airports. Further information on the upcoming new-and-improved Airport can be viewed at Concession Agreement between Government of India and BIAL The Hon ble Government of India has granted the exclusive right and privilege to BIAL to carry-out the development, design, financing, construction, operation and management of the Airport for a period of 30 years from the Airport opening date, with an option for BIAL to extend the concession for another 30 years. The Airport has the mandate to operate both during the day as well as at night. 2. OBJECTIVE BIAL is interested to construct an annexure block structure to the rear side of Alpha- 1, Administration Building at Kempegowda International Airport, Bengaluru (hereinafter referred to as the Facility, or the Project ) and for this purpose, BIAL is interested in receiving Proposals from suitably qualified and experienced design consultants for providing the design & engineering services for the construction and development of the Facility. The scope of work is detailed out in Annexure 3. The Proposal shall comply with all the requirements stated in this RFP. Based on final evaluation, the successful Bidder will be notified and the contract will be awarded (hereinafter referred to as the Consultant ). The notification of award of the contract by BIAL shall be followed by execution of a consultancy agreement between BIAL and the Consultant. 4

6 3. DEFINITIONS 3.1 Addendum means, any written insertion, addition, supplement or appendage to this RFP provided by BIAL to the Bidders, from time to time. 3.2 Agreement means, the proposed Design Consultancy Service agreement in BIAL s standard format to be entered into between BIAL and the selected Bidder for the grant of the work. 3.3 Airport means, Kempegowda International Airport, Bengaluru being maintained, developed, designed, constructed, expanded, upgraded, modernized, financed, operated and managed by BIAL at Devanahalli, near Bengaluru in the State of Karnataka, and includes all its land, buildings, equipment, facilities and systems. 3.4 Applicable Laws means, all laws in force and effect by the Government of India or/and the Government of Karnataka, as of the date hereof, and which may be promulgated or brought into force and effect hereinafter in India including any revision, amendment or re-enactment including without limitation, rules, regulations, policies made thereunder and judgments, decrees, injunctions, writs, Orders and notifications issued by any Court of record or any appropriate authority, as may be in force and effect during the subsistence of the Agreement. 3.5 Bidder means, the prospective bidder submitting a final and valid Proposal, binding on such Bidder in terms of this RFP. 3.6 Corrigendum means, any written correction, modification or alteration to this RFP, if necessary, provided by BIAL to the Bidders. 3.7 Licenses & Permits means, all authorizations, consents, approvals, notifications and permissions, and any license, permit, ruling, exemption or other authorization of whatsoever nature, which is required to be obtained under the Applicable Law for or in respect of the Agreement, including for the performance of any obligation or exercise of any right by a party under the Agreement, and the approvals and consents required from BIAL or any other authority, pursuant to this RFP or the Agreement. 3.8 Proposal or Bid means, the written technical and financial offer, submitted by the Bidders in response to this RFP, complete in all respects. 5

7 4. GENERAL TERMS FOR SUBMISSION OF PROPOSAL 4.1 Based on the scope of services outlined in Annexure 3, the Bidders are requested to visit the site before forwarding the Technical and Financial Proposals to BIAL, in separate sealed envelopes inside an outer envelope, super-scribed with the details of the Proposal to the address mentioned in this RFP. 4.2 The Bidder is expected to examine carefully the contents of this RFP. Failure to comply with the requirements for the submission of the Proposal, shall be at the Bidder s risk. 4.3 The Proposal, that is not responsive to the requirements of this RFP, will be rejected. 4.4 The Proposal should be submitted only singly, and no consortium can participate in this bid process. 4.5 BIAL has adopted the following schedule for submission of the Proposals, selection and award of tender under this RFP: Description of Tentative Dates: Sl. No. Description Date 1 Date of Release of the RFP document 4th August, Last Date for Bidder s Queries 18 th August 3 BIAL s Clarification to Queries 24 th August 4 Site Visit by Bidder (Based on prior appointment) Between 7 th and 11 th of August, Last Date of Submission of Proposals 4 th September, Organizational Chart The organizational chart shall show the reporting structure, key individuals and subconsultants performing the work on the Project including their titles and roles. The chart shall also designate and nominate a design manager with around eight to ten (8-10) years of relevant work experience as the single point of contact to interface with BIAL as work progresses. The lead design architect for the Project shall have fifteen (15) years of relevant experience and shall be nominated along with design manager. The Design Manager and the Lead Design Architect, once assigned, shall be required to perform that function until the work is completed or unless BIAL offers consent to a change in the Design Manager or/and Lead Design Architect. It is important to demonstrate that, the individual team members account for all the essential needs of the Project. 6

8 The Bidder shall list all sub-consultants, who shall form part of the design and engineering team with a clear indication of the extent of the work to be subcontracted to them, if required. The Bidder shall submit as part of the Technical Proposal, the details of key individuals from the sub-consultant s staff proposed for the Project, office location, and previous experience of working together on similar projects if any. Note: Resumes of all key individuals with relevant experience listed in the Organizational Chart including Design Manager and Lead Design Architect must be included in the Appendix. Key personnel appearing on the organizational chart should also be highlighted in the Project Descriptions, below. 4.7 Qualifications Qualifications of the firm and individual team members shall demonstrate the experience and expertise in performing similar work, scope and size, including past projects that have the same or similar requirements. Individual resumes should have the references of the projects similar in requirements, size and scope. At least three of the projects noted in the qualifications must be included in the Project Descriptions, below. Experience of individual team members does not necessarily have to be with the firm but it s important to demonstrate that individual team members have worked together on prior projects. 4.8 Quality Statement The Quality Statement shall include as a minimum a subjective narration of the firm s quality control and quality assurance procedures as they would apply to this Project. Include as an attachment in the appendix any Letters of Commendations or Awards received by the firm or individuals working on the project for similar work. Inclusion of Commendations in the appendix qualifies for additional scoring credit. Inclusion of mere quotations from sources is not sufficient and will not be considered. 4.9 Track Record for Project Deadlines and Work Force Availability Include an analysis of the firm s workforce availability to work on the Project with work backlog projections demonstrating the firm s ability to meet deadlines. Include any supporting information that demonstrates the ability to meet deadlines. Any information contained in independent performance reviews to verify quality of work and ability to meet deadlines will be viewed as supporting information. Simple written quotations attributed to clients will not be viewed as supporting information unless it is contained in a signed statement from the client. Include any independent performance reviews or client de-briefs as an attachment in the appendix. Inclusion of independent Performance Reviews in the appendix qualifies for additional scoring credit. 7

9 4.10 Discrepancies or Omissions No liability whatsoever will be admitted by BIAL, nor will a claim against BIAL be considered, with respect to the errors or ambiguities contained in the RFP Right of Verification The Bidder by submission of its Proposal, agrees to transmit the most up-to-date information. BIAL may invite any or all Bidders to provide a complete record. BIAL s determination as to whether a Bidder is qualified and selected, will be based upon the information provided by the Bidder in its Proposal, economic disclosure, statements and affidavits (if requested by BIAL), interviews (if applicable) and other sources deemed to be valid by BIAL. BIAL reserves the right to verify any, or all statements made by the Bidders in response to this RFP, and to inspect the Bidders projects, places of business, etc., if necessary to establish to its satisfaction about the Bidders ability and expertise to perform the expansion works. A concession will not be awarded until all investigations of the Bidder s business experience, financial responsibility, etc., that BIAL deems necessary, are completed. By submitting its Proposal, the Bidder agrees to permit and co-operate with such investigations. 5. DESIGN CONSULTANCY PROPOSAL The Project Approach outlined should be in line with the scope of work. 5.1 Project Approach The Appointed Design Consultant shall be developing the engineering design for the proposed office layout inclusive of Architecture, Structure, MEP services, HVAC, BOQ, technical specification, Interior conceptual layouts, Fire detection, external development and firefighting services in adherence with the Project requirements. The overall scope of services is captured in the following phases as: Phase 1: Site Reconnaissance Phase 2: Schematic Design & Design Development Phase 3: Construction Drawings & Documents Phase Phase 4: Tender Phase Phase 5: Execution Phase The approach shall be indexed to match the scope of work, and the Financial Proposal including Assumptions, Milestones, and a Description of Deliverables. 8

10 Detailed scope of works, timelines and list of deliverables for each stage shall be submitted. The proposed timeline for the completion of each stage is indicated as shown in table below. Sl. Duration in Calendar Stage of Project No. weeks for each stage Site Reconnaissance Schematic Design & Design development Construction Drawings & Documents Phase Tender Phase Execution Phase Till the completion 5.2 Professional Fee The Lump Sum Professional Fee ( Professional Fee ) will be paid to the Consultant as mentioned below. The Professional Fee quoted shall be inclusive of all costs, expenses like travel, 3d models, printing, applicable taxes, etc. The payment breakup for the entire scope of service is depicted as follows: Sl. No. Stage of Study % of Payment Schedule Signing of Agreement and against submission of equal amount of Bank Guarantee in favor of BIAL 5% (As per approved format given by BIAL) On submitting schematic designs 15% and rough estimate of cost On submitting the required Design development drawings for BIAL's approval along-with the preliminary BOQ, estimate of cost, etc. 15% Construction drawing & documents phase. 10% On submitting the tender drawing package. 10% Analyzing tender & advising BIAL on appointment of contractors. 10% Execution phase (divided into 6 equal running bills). 30% On submission of as built drawings and completion certificates. 5% Total 100% 9

11 5.3 The language for all written communication and the Proposal shall be English and unless mentioned otherwise, the currency shall be Indian Rupee (INR). 5.4 The Proposal should be signed on each page by the Bidder or his duly authorized representative. The Proposal should be accompanied by a certified true copy of a board resolution or/and power-of-attorney in favor of signatory to the documents. 5.5 BIAL will issue this RFP document on 4th August, 2017 and any discrepancies, omissions, ambiguities or conflicts in or among documents or any doubt as to their meaning should be called to the attention of the contact person as mentioned in this RFP document within ten (10) working days of issue of this document and all enquiries or comments regarding this bid, and any other related matters must be made in writing by to e&mbid@bialairport.com. Where information sought is not clearly indicated or specified, the clarifying bulletin/s shall be issued to all Bidder which will become part of this RFP. BIAL will not make or be responsible for any oral instructions. Further, BIAL in no way give any guarantee to respond to all the queries raised by the Bidders, but may respond only to the relevant query, which BIAL may decide at its sole discretion. 5.6 Cost of Tendering The Bidder shall bear all costs associated with the preparation and submission of its Proposal and BIAL shall, in no case, be responsible or liable for such costs, regardless of the outcome of the tender process. 5.7 It is obligatory on the part of the Bidder to tender for all the component parts and submit all information required as per document. 5.8 Grounds of Disqualification In addition to BIAL s rights to disqualify any Bidder as set-out elsewhere in this RFP, BIAL shall have the right, in its sole discretion, to disqualify any Bidder, and reject its Proposal including, but not limited to any one or more of the following grounds: Declaration of the Bidder as ineligible due to corrupt or fraudulent practices, in any tender/bid process The Proposal not being accompanied by any supporting document/s or Annexure/s, required to be submitted in accordance with this RFP Failure to comply with the requirements of the RFP, or the Proposal being non-responsive to the requirements of the RFP. If the Proposal is not signed, sealed and marked (as instructed below) as stipulated in the RFP, or does not contain all the information as requested in the RFP, or in the format as specified in the RFP or Annexure/s, BIAL may reject the Proposal as nonresponsive. 10

12 5.8.4 If the Bidder submits incorrect / inaccurate / misleading information, misrepresentation, in its Proposal which is in the sole opinion of BIAL, is material information Any Proposal is received after the timeline as set-out in this RFP Any Proposal made by the agents, consultants, retainers, representatives or any entity on behalf of the Bidder, without authorization from the Bidder Any Bidder, who uses any sort of influence, will automatically be disqualified Any attempt or effort made by the Bidder to connive with the prospective bidders, Bidders, or any of the officers, agents, employees, representatives or consultants of BIAL, or/and any Proposal made by corruption, fraudulent, collusive practice, as determined by BIAL, in its sole judgment BIAL reserves the right to reject any Proposal at any time, if a material misrepresentation is made or uncovered Any Proposal, not submitted in the prescribed fashion i.e., closed envelope, separate envelope, etc. 6. PROPOSAL VALIDITY PERIOD 6.1 The Proposal shall be unconditional, firm and valid for a period of at least one hundred, eight (180) days from the Proposal Due Date. 6.2 In exceptional circumstances, prior to expiry of the Bid validity period, BIAL may request the Bidder for a specified extension in the period of validity. The request and the response thereto shall be made in writing. A Bidder agreeing to the request shall not be permitted to modify his bid, but shall be required to extend the validity of his Bid correspondingly. All the terms of the bidding shall continue to be applicable during the extended period of validity. 7. SELECTION CRITERIA BIAL would evaluate the Proposal based on the following selection criteria: Sl. Nos.7.1 to 7.4 would be considered as technical qualifications based on which the prequalification will be done. Those bidders who prequalify will be considered for commercial evaluation. Sl. Selection Criteria No. 7.1 Company profile and capability in handling similar project. 7.2 Team composition, relevant experience and qualification of the key staff proposed for the execution of the work. Weightage in %

13 7.3 Track record for previous project deadlines, drawing 15 quality (sample set of drawings in pdf of one similar project to be submitted). 7.4 Approach, methodology statement, client 10 recommendations / credentials and quality certifications. 7.5 Professional Fee FORMAT AND SIGNING OF PROPOSAL 8.1 The Bidder shall provide all the information as per this RFP. BIAL reserves the right to evaluate only those Proposals that are received in the required format as mentioned in this RFP, complete in all respects and in line with the instructions contained in this RFP. 8.2 The Bidders shall provide all the details and documents as mentioned in Annexure The Bidder shall prepare and submit one original Proposal and one soft copy along with copy of all documents in hard printed format along with the Proposal duly signed by the Bidder or its authorized representative. 8.4 Proposals must be received no later than 15:00 hours. on or before 4 th September, 2017 (Proposal Due Date) in the manner specified in this RFP and to the address given below and any Proposal received after the Proposal Due Date will be summarily rejected. 8.5 The Proposal shall contain no alterations or additions, except those to comply with instructions issued by BIAL or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Proposal. 8.6 The Bidders shall submit the signed and sealed hard copy of the Proposals by courier, registered post or by hand delivery to BIAL. 8.7 The Bidders shall submit a valid and binding Proposal (both soft and hard copy) and the Proposal must be delivered in a sealed package, marked as follows: The outer envelope must bear the following address: To The General Manager Procurement & Contracts Bangalore International Airport Limited. Administrative Block, Alpha 2 BENGALURU India. In this outer envelope, two separate sealed inner envelopes are to be inserted with the following inscription: 12

14 PRIVATE AND CONFIDENTIAL Proposal for Design and Engineering Consultancy of ALPHA 1 Annexure Block The Proposal should consist of the following details in the same order: TECHNICAL BID: a) An undertaking by the bidder, confirming that there is no litigation pending and comply with the Applicable Laws: Annexure 1. b) Firm/Company background in accordance with the details contained in Annexure 2. c) Documents substantiating the technical expertise of the Bidder such as technical expertise, tools & tackles, local infrastructure, details of key personnel, etc. FINANCIAL BID: d) Financial Proposal as in Annexure 4. e) Any other information as may be necessary to convey bidder s ideas, and wherever applicable, to provide any relevant additional/further information. 9. ADDENDUM/CORRIGENDUM 9.1 At any time prior to the closure of the Proposal Due Date, BIAL may, for any reason, shall have the right to modify the RFP by issuing Addendum/Corrigendum. Any Addendum/Corrigendum issued, shall be a part of the RFP pursuant to this Clause and the same will be intimated to each Bidders. 9.2 In order to afford the Bidder s reasonable time to take an amendment into account, or for any other reason, BIAL may, at its sole discretion, extend the Proposal Due Date for submission of the Proposals, in which case, all rights and obligations of BIAL, and the Bidders previously subject to the original deadline will thereafter be subject to the extended deadline. 9.3 In case of issuance of Addendum/Corrigendum, BIAL may also modify the other dates in relation to this RFP. 9.4 In case, after issuance of an Addendum/Corrigendum, the Bidders, who have already submitted their Proposals, do not resubmit their proposal, but can submit the modification, if desired by the Bidder, in accordance with the terms and conditions of this RFP, to the extent of the Addendum/Corrigendum, and the same shall be treated as part of already submitted Proposal. If the Bidder, who have already submitted their Proposals, do not modify their Proposals, pursuant to the Addendum/Corrigendum, it shall be deemed that, such Bidder do not intend to 13

15 modify their Proposals submitted, on the basis of the Addendum/Corrigendum and the Proposal submitted by such Bidder shall be treated as final Proposal submitted by them. 9.5 In the event that BIAL is required to issue a Corrigendum or an Addendum to the RFP, all Bidders are required to provide, additional or/and supplementary information relevant to the Corrigendum or Addendum in accordance with the corrigendum and addendum and on the same name submitted along with the original Proposal. 10. RESPONSIBILITY OF THE BIDDER: 10.1 It is the sole responsibility of the Bidder to examine and understand the bid documents, location, requirement, including all the annexures/appendices and to verify their completeness. In the event that there are any pages or documents missing or erroneously inserted in the documents supplied, the Bidder shall promptly apply to BIAL in writing to have any such discrepancy rectified well before the bid closing date The Bidder should inform BIAL of any concerns implied or related to but not specifically mentioned in the Bid or other documentation The Bidder shall arrange all necessary and required entry passes for the workmen/laborers, machines, vehicles, operators/drivers and the staff at its own cost, expenses and time. It is mandatory for the selected Bidder to meet all Bureau of Civil Aviation Security regulatory requirements to secure access passes for its employees The Bidder agrees that, all information pertaining to BIAL s business and other information by BIAL are confidential information of BIAL. The same shall be kept confidential and shall not be disclosed to any third party without the prior written approval of BIAL The Bidder shall make all relevant investigations in relation to the performance of its obligations pursuant to the bidder s right The Bidder shall obtain and verify any and all information required by it, for the purpose of completing the RFP, prior to submitting the Proposal The Bidder shall not modify, change, add or delete any of the terms and conditions of the RFP and in case, any changes are made, such Proposal will be considered as non-responsive. BIAL reserves its right to accept any Bid and to reject any or all the Bids/Proposals received without any reason or can change the process of the selection at any time during or after the bid process. 14

16 11. TERM The Consultant shall complete the first three phases of entire scope of work within Sixteen weeks (16 calendar weeks) of award of tender. 12. CONFIDENTIALITY All the Bidders shall ensure the confidentiality of all documents/ information supplied by BIAL. The documents or information provided by BIAL shall be used only for the purpose of making the Proposal. 13. ASSIGNMENT Any assignment of the Agreement or of any rights hereunder, in any manner, by operation of law or otherwise, shall be void. 14. LAW AND JURISDICTION The present bid shall be considered, governed by and interpreted in accordance with the laws of Republic of India. The jurisdiction for the purposes of the bid shall be the courts at Bengaluru only. 15. BANKRUPTCY BIAL may at any time by notice in writing summarily terminate the Agreement without compensation, if the Consultant is declared bankrupt/insolvent or/and faces any action of bankruptcy, etc. In such an event, the Consultant will be bound to refund all amounts received from BIAL. In addition to that BIAL is also entitled to invoke the guarantee bonds executed in its favor by the bank on behalf of the Consultant if any. 16. GOVERNMENT REGULATIONS 16.1 The Bidder shall be responsible for obtaining and maintaining Licenses & Permits and also for complying with all the laws, orders, regulations or other instructions issued by all statutory authorities in India The Consultant shall not assign or sublet the awarded tender to any party. 17 AWARD PROCESS 17.1 General BIAL is conducting the award process in a fair and non-discriminatory manner. Canvassing in any form, unsolicited letter and post bid correction will invoke summary rejection of the Bid. Conditional Bids would be rejected. 15

17 BIAL however reserves the right to unilaterally and at its sole discretion to change the award process, certain elements of the bid documents or to annul the entire bidding process at any time, without assigning any reason and without incurring any liability towards the affected Bidder. BIAL also reserves the right to change some elements of the planned set up for the work at the Airport, if governmental regulations change in a manner such that the objectives of BIAL cannot be met through the planned set up. The Bidder shall comply with all the terms and conditions set-out in bid document and its appendices while submitting its Proposal Legal Conditions The Bidder shall perform the services in full compliances to Indian laws and Courts of Bengaluru shall have the exclusive jurisdiction to try all or any disputes related or connected to this RFP. 18. OTHER CONDITIONS 18.1 This RFP does not bind BIAL to award concession to the selected Bidder / any Bidder / any prospective bidder, and BIAL shall not under any circumstance, be responsible for any cost incurred by any Bidder, who has involved in the bidding process, irrespective of whether BIAL actually proceeds with such award or not All the bidders have been, and will continue to be provided, with the same background information, supplementary information and any Corrigendum or Addendum to the RFP By submitting a Proposal, the Bidder will be deemed to have accepted all the terms and conditions of this RFP. 19. LIST OF ANNEXURES TO RFP 1. ANNEXURE 1: LETTER OF UNDERTAKING 2. ANNEXURE 2: FIRM/COMPANY BACKGROUND DETAILS 3. ANNEXURE 3: DESIGN BRIEF, SCOPE OF SERVICES & DELIVERABLES 4. ANNEXURE 4: FINANCIAL PROPOSAL 5. ANNEXURE 5: QUESTIONNAIRE 16

18 ANNEXURE 1 Letter of Undertaking Date: [Please insert] We, (Name of the Bidder), hereby declare that, we have read and understood the terms and conditions set-out under the RFP. The terms and conditions therein are acceptable to us. We further declare that, there is no pending/previous litigation against us, which would prevent us from fulfilling the terms and conditions of the Agreement, in the event BIAL award the tender and executes the Agreement with us. We further declare and confirm that, we are aware of the required Licenses & Permits and clearances to be obtained for undertaking our obligations pursuant to the Agreement, under the Applicable Laws. We further declare and confirm that, we have never been debarred or blacklisted by anybody, pursuant to any business activity undertaken with them or, in relation to any participation by us, in any tender called by them. Capitalized terms used herein, shall have the meaning ascribed to them in the RFP. Authorized Signatory of the Bidder Stamp 17

19 ANNEXURE 2 Firm/Company Background Details 1. Firm/Company History; 2. List of Partners, Promoters, etc; 3. Existing Shareholding Pattern; 4. Countries / Cities of Projects; 5. Management Strategy; 6. Firm/Company turnover statement for the last five years supported by annual reports. 7. Certified true copy of the: i. Certificate of Incorporation; ii. iii. iv. Memorandum & Articles of Association or Partnership Deed (if Bidder is a partnership firm); Latest List of Directors, if the Bidder is a Company; Certificate of Registration of Establishment issued by the Labour Department v. Board Resolution, Authorization Letter, or/and Power of Attorney issued in favour of the authorized signatory, authorizing to represent and sign the Proposal or/and the Agreement. vi. vii. Shareholding pattern of the Company; Permanent Account Number (PAN) Card (both sides). 18

20 ANNEXURE 3 Design Brief BIAL intends to construct an office space of approximately 4200 square meters area with all necessary support service spaces. Site demarcated for this purpose is shown in the attached images. The building forms an annexure block to the existing Alpha 1 Building. Access to the building shall be restricted from Alpha-1 building only expect for emergency exits. Total number of floors is restricted to G+3. More details on the design requirements shall be made available in the Design Kick-Off Meeting. KEY PLAN 19

21 SITE EARMARKED FOR EXPANSION SCOPE OF WORK The appointed Design Consultant shall be developing the engineering design for the proposed office layout inclusive of Architecture, Structure, MEP services, HVAC, BOQ, Technical Specification, Interior Conceptual Layouts, Fire Detection, External Development and Fire-Fighting Services in adherence with the Project requirements. The overall scope of work is captured in the following phases as: Phase 1: Site Reconnaissance Phase 2: Schematic Design & Design Development Phase 3: Construction Drawings (GFC) & Documents Phase Phase 4: Tender Phase Phase 5: Execution Phase To establish the above phases, the Consultant will interact with BIAL (E&M Design) and develop design in adherence with stakeholder s requirements. The methodology to accomplish the respective phase requirements is given below: Site Visits / Design Co-Ordination / Review Meetings / DBR / Presentations, etc. 20

22 Organize / Attend Workshops with BIAL services team. Drawings in the respective scale requirements (soft copy in AutoCAD/pdf format) 3D Visualizations (softcopy in jpg or PDF format) Support Documents (soft copy in Excel & Word format) PHASE 1: SITE RECONNAISSANCE 1.1 SITE RECONNAISSANCE The Work In this phase, the Consultant to scrutinize and fine tune the shared design brief based on the site survey and reconnaissance. The Consultant has to employ a vendor to plot the existing services running in the plot to plan the structure. Realize the space program established and advise BIAL on the layout defining the function and obliging with standards / codes Deliverables Analyze site conditions and generates feedback report on the feasibility and the professional recommendations for the project. Relevant site study Reports / Documents. Submission of DBR and proposed project schedule. Man power deployment chart with contact details. Note: Submissions of all deliverables in hard copy & soft copy on need basis. Timeline: 3 Weeks from the date of release of Work Order. PHASE 2: SCHEMATIC DESIGN & DESIGN DEVELOPMENT 2.1 SCHEMATIC DESIGN The Work In this phase, the Consultant shall prepare a complete set of Schematic Design Documents of a quality and standard, which display a full and clear understanding of the scheme for stakeholder s approval Scope of work The Consultant shall attend the weekly design review meeting with different stake holders / Department to elaborate upon the schematic Design to Design development stage inclusive of following studies: Area analysis / efficiency studies; Occupancy classifications, density and population statistics studies; 21

23 Calculations for toilets and office spaces; Fire safety means of access and egress; Site Development and Landscaping; Develop the Quality Control Procedure in conjunction with all the Other Consultants. Understanding the scope of work in relevance to the existing service lines Deliverables Floor plans with preliminary services layout. Interior schematic furniture layout for occupancy calculation. First cut load calculation for all services as required (Structural, PHE, Electrical, ICT, FFS & HVAC) Fire egress strategy plan. Dismantling/ barricading layout. Preliminary external site development layout. Budgetary estimate. Tentative schedule for drawing package. Note: Submissions of all deliverables in hard copy & soft copy on need basis. 2.2 DESIGN DEVELOPMENT The Work Timeline: 4 weeks from the date of site reconnaissance approval. Detailed floor plans for common lobby with internal details, circulation areas, utility areas, service areas, detailed inverted ceiling plan with lighting arrangement details, internal elevations (all sides) with finishing, cladding, sections, required detail & 3D view applicable to explain detailed design, finishing schedule for building interior, etc., with all other required drawings/documents/details as necessary for execution purpose needs to be submitted as a part of final architectural design development package. Architectural detail design package submissions shall include all Architectural drawings & services drawings (Structural, PHE, Electrical, ICT, FFS & HVAC) Scope of Works Develop the finalized Overall design taking into account the comments that have been made at schematic stage discussion. Realize drawings / documents / details received from E & M Design Team. Frequent co-ordination with E&M Design & service s team. 22

24 Further studies on construction details for the project including materials Design Deliverables Preparation of architectural detailed & services drawings inclusive of the following: Detail floor layouts including all the services. All side elevation & section. Lift lobby and lift shaft details. Flooring details. Wall sections. Partition & Joinery detail. Handrail & Guardrail details. Reflected ceiling plan. Fire and direction Signage s. Toilet and pantry details. Schedule of finishes. Roof plan with necessary rain water routing & water proofing details if applicable. Co-ordinated site layout. Color & material Scheme (BIAL Standard) with Sample boards. Computer 3D visual renderings showing all sides to illustrate the materials & color concept. Final load calculation and SLD for all services (Structural, PHE, Electrical, FFS & HVAC). Boundary wall details. Submit the statutory approval drawings in the required format. Draft BOQ & cost estimate. Note: Submissions of all design deliverables in hard copy & soft copy is on need basis. Timeline: 4 weeks from the date of schematic design approval. 23

25 PHASE 3: CONSTRUCTION DRAWINGS / DOCUMENTS 3.1 CONSTRUCTION DRAWINGS / DOCUMENTS Scope of Work At the Construction Drawings / Documents phase, the Consultant to develop the design in co-ordinate with their services consultant & issue the final GFC (Good for Construction) drawings with all the services. Preparation of execution drawings as a basis for the technical specifications and bill of quantities (quantity survey) taking into account from the comments that have been made in design development. Complete services layout & co-ordinated detail drawings. Updating material & color concept sample board for the interior drawings. Prepare detailed technical specifications, BOQ and estimates Design Deliverables Structural & MEP services: Prepare Detail drawings and necessary documents for structure and other services like Power, Plumbing, HVAC, ICT, Fire services, etc. Services re-routing layout, if applicable. Structural design for the building to include additional load on the existing structure. Design of electrical installation, and emergency power keeping in view energy efficiency. Sizing, SLD and layouts of cabling, piping and drainage. Scheme for external and internal lighting. Scheme for Firefighting, Detection and alarm systems. Scheme for general ventilation and cooling as required. Detailed layouts for public address, security network if required. Prepare detailed technical specification, quantities for all materials and estimates based on market rates. Provide GFC drawings, documentary/presentation support to obtain necessary approval from the authorities. All the above said drawings & documents have to be approved by the BIAL team. 24

26 3.1.3 Documents Dimensioned CAD Drawings of the architectural layout plans in scale 1:100. Dimensioned CAD Drawings of the interior layout plans in scale 1:100. Dimensioned CAD Drawings of design of fixtures & other Junction details in scale 1:20, 1:5 as required. Staircase sections and lift lobby drawings in 1:50 scale. All wet area room details in 1: 50 scale. Final finishing schedule with sample board for all interior/ exterior works. PHASE 4: TENDER PHASE Finalized 3D visual rendering of exterior and key interior areas. Detailed Budget estimate with technical specifications along with minimum Two Manufactures preference & product recommended for the same in EXCEL format. Final Report and Presentation to BIAL. Note: Submissions of all design deliverables of minimum 1 Set in hard copy & soft copy is mandatory. 4.1 TENDER PHASE The works Timeline: 4 weeks from the date of Design development drawing approval. Preparation of tender documentation for entire scope of services and with general and special conditions of contract. This includes detailed plans, sections, elevations, details, and specifications plus bills of quantities. Tendering package with all drawings & specifications. The Consultant shall, if so requested by BIAL, advice in preparing lists of tenderers, prequalification of tenderers, obtaining tenders or negotiated proposals, and advice in awarding and preparing Contracts. The Consultant, if so requested by BIAL, will provide assistance which shall include, but not be limited to: Attending all pre-bid meetings and contract negotiations to provide appropriate information to prospective tenderer(s); Preparing addenda for Contract packages to advise Contractor(s) of information that was not originally included in the Drawings and Specifications, as necessary to enable them to prepare and submit tenders and enter into Contracts. This will include supplementary 25

27 Drawings, Specifications, instructions and notice(s) of changes in the tendering schedule and procedure Package Deliverables PHASE 5: EXECUTION The Consultant shall deliver promptly the following documents to BIAL: All drawings shall be prepared in CAD (DWG or DXF format) on computers, layered in such a manner as to enable the Consultant to provide clean drawings without additional cost at any stage in the Project and presented in DWG or DXF format if requested and revised as necessary. Note: Submissions of all design deliverables of minimum 6 Sets in hard copy & 1 soft copy is mandatory. 5.1 EXECUTION PHASE Scope of Work Timeline: 2 weeks from the date of construction documents approval. The Construction Administration phase will commence with the issue of the tender offer acceptance letter in respect of the initial Contract for construction. The Consultant shall supply all drawings, specifications and other information for which, it is responsible under the Agreement, from time to time, as may be required by the Design Schedule. The Consultant shall visit the Project site once every fortnight to familiarize itself thoroughly with the progress and quality of work and to inspect the Project to see that it is proceeding in accordance with the Drawings and Specifications and to enable it to issue any certificates required pursuant to the Agreement. The frequency of the visit will be a minimum of one trip per fortnight. If a situation should arise when there are issues, that in the opinion of BIAL, requires the input of the Consultant, additional trips shall be made at no extra cost to BIAL. The Consultant along with BIAL and PM/CM shall be responsible for the ongoing review of the progress and quality of the work. The Consultant shall advise BIAL on the work under execution and submit monthly progress reports based on their observations during the visits. On the basis of its on-site inspections, the Consultant shall immediately notify the PM/CM if any part of the work is not in accordance with the 26

28 Drawings and Specifications and make recommendations for correction of any defective work. The Consultant shall be available to consult with BIAL, as necessary during construction. The Consultant shall prepare and submit all certificates for which, it is responsible under the Agreement; and which are required to be submitted to local authorities indicating or evidencing the compliance of the Project with the appropriate Statutory Regulations. In accordance with the requirements for the preparation of composite shop drawings by the Contractor(s) in the Building Services / Utilities and Civil and Structural Engineering trades, the Consultant, shall co-operate with and assist the Contractor(s) in resolving all conflicts caused by juxtaposition of the work of the various Contractor(s) that may become apparent from the review of the composite shop drawings. All shop drawings and other submissions are to be stamped, signed, and annotated pursuant to above point under the direct supervision of a senior personnel who has been specifically assigned to the task of reviewing and approving shop drawings and other submissions. The Consultant shall: 1. Attend and participate in site co-ordination meetings. 2. Maintain a drawing register and monitor / report progress of work. 3. Shall maintain a log of change order and advise BIAL of its impact on the project performance both in terms of cost and time. The Consultant shall recommend the scope, standards, procedures and frequency of the necessary testing and inspection that is to be undertaken by independent consultants. The Consultant shall be responsible for conducting quality inspections and control to ensure the project is constructed in accordance with the Contract Documents, the design intent and the schedule during its monthly visit. The Consultant shall render interpretations and clarifications of the Drawings and Specifications when a request for information is issued. Such interpretations shall be rendered promptly and be consistent with the intent of the Drawings and Specifications. The Consultant shall in the exercise of professional duties always so ensure that, the Project is constructed within the budget determined by BIAL. 27

29 As and when requested by BIAL, the Consultant shall conduct inspections to determine the degree of completion of the Project or parts thereof is sufficient in accordance with the Contract Documents to permit occupancy or utilization for the use for which it is intended and issue certificates in relation thereto. The Consultant shall furnish BIAL the application for Certificate of Occupancy, and all necessary documents / drawings as desired by BIAL s Liaison Consultant for obtaining the Certificate of Occupancy. The Consultant shall provide one (1) complete set of complete as-built drawings and the DWG or DXF files after receiving all inputs / data from the Contractor Deliverables Feedback & Approvals to the vendor / shop drawings. Feedback & approvals for the Mock-up / Samples. Supervise & inspect the site works for quality assurance, correctness of interior works and Compliance with site progress. Site Inspection Report and Snag List for contractor s rectification. Note: Submissions of structural stability/ completion report in hard copy & soft copy is mandatory. Timeline: Till the completion of the Construction of the Facility. 28

REQUEST FOR QUOTATION (RFQ) SUPPLY OF STICKERS (SAFETY MATERIALS) FOR NPO FOR KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU

REQUEST FOR QUOTATION (RFQ) SUPPLY OF STICKERS (SAFETY MATERIALS) FOR NPO FOR KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU REQUEST FOR QUOTATION (RFQ) SUPPLY OF STICKERS (SAFETY MATERIALS) FOR NPO FOR KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU Bangalore International Airport Limited Administration Block Kempegowda International

More information

Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL FOR CONSTRUCTING A MOCKUP FACILITY WHICH INCLUDES CIVIL, STRUCTURAL, BAMBOO CEILING AND FINISHING WORKS FOR PROPOSED

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] April 2015 India Brand Equity Foundation, Apparel House,

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation [RFQ] India Brand Equity Foundation, 20 th Floor, Jawahar Vyapar Bhawan Tolstoy

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council

Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council Invitation for Expression of Interest (EOI) from Eligible Architect/Architectural Firm for Biotechnology Industry Research Assistance Council (BIRAC) (A Government of India Enterprise) INDEX No. Chapter

More information

Expression of interest

Expression of interest (A Premier Public Sector Bank) Expression of interest Empanelment of Auditors/ Audit Organizations for conducting Audit of Bank s Data Center, Applications, IT Network, Independent Assurance of the IS

More information

Expression of Interest (EOI) For. Empanelment of lawyers

Expression of Interest (EOI) For. Empanelment of lawyers Expression of Interest (EOI) For Empanelment of lawyers For handling matters under Insolvency & Bankruptcy Code, 2016 before National Company Law Tribunal EOI NO- Date: Issued By: Deputy General Manager

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW Chandigarh Industrial & Tourism Development Corporation Limited Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No. 0172-4644441 Email: info@citcochandigarh.com,

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED EXPRESSION OF INTEREST (EoI) For Property Development at Sector 71 NOIDA METRO RAIL CORPORATION (NMRC) LIMITED December 2016 Issued by: Noida Metro Rail Corporation (NMRC) Limited Block-III, 3 rd Floor,

More information

INFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM

INFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM INFRASTRUCTURE ONTARIO VENDOR PERFORMANCE PROGRAM TABLE OF CONTENTS Preamble... 1 1. Definitions... 1 2. Purpose... 2 3. Evaluation of Vendor Performance... 3 3.1 Vendor Performance Scorecard... 3 3.2

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

Expression of Interest (EoI) for Setting up of Digital Signage Solution

Expression of Interest (EoI) for Setting up of Digital Signage Solution Expression of Interest (EoI) for Setting up of Digital Signage Solution EOI No.: EOI No.: SBI/GITC/Special Projects III/2017/2018/23 DATED: 29.08.2017 IT Special Projects-III Department, STATE BANK GLOBAL

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB

INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB INVITATION TO TENDER TO SUPPORT ORGANISATIONAL CHANGE AND TRANSFER OF UNDERTAKINGS OF THE CHESHIRE AND WARRINGTON GROWTH HUB 1.1 BACKGROUND 1. The original funding provided by the Government to operate

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Expression of Interest

Expression of Interest Expression of Interest For short listing agencies for SAUDI/QATAR/BAHRAIN/KUWAIT Embassy Attestations, MOFA and Visa Stamping UTTAR PRADESH FINANCIAL CORPORATION U.P. State Government Recruiting Agency

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

Ngurah Rai International Airport - Bali

Ngurah Rai International Airport - Bali Ngurah Rai International Airport - Bali REQUEST FOR QUALIFICATION (RFQ) FOR THE DEVELOPMENT AND OPERATION OF FOOD & BEVERAGE CONCESSIONS 2013-2018 AT NEW INTERNATIONAL TERMINAL TENDERS 8A, 8B, 8C, 8D,

More information

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL EOI No. : EOI/COMM/17-18/0001 Date 25.5.2017 Due Date:

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Proudly South African External Audit Services ISSUED BY: Proudly South African DATE: 25 January 2017 1. INTRODUCTION Proudly South African, South Africa s national buy local campaign,

More information

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd

RFP for QC Tool. Document Control Sheet. Name of the Organisation StockHolding Document Management Services Ltd Document Control Sheet Name of the Organisation StockHolding Document Management Services Ltd RFP Reference No. SDMS/IT/08/01 Date of issue of RFP Document 26 th August 2016 Pre-bid Meeting 2 th September

More information

Template for ToR for Transaction Advisory Services

Template for ToR for Transaction Advisory Services Template for ToR for Transaction Advisory Services Addendum 1 Prepared by Genesis Analytics 4 December 2013 PPP TRANSACTION ADVISOR TERMS OF REFERENCE Terms of reference for transaction advisor services

More information

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan

Preparation of Bidding Document. Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Preparation of Bidding Document Health System Strengthening Round Nine Project United Nation Development Programme Juba South Sudan Mandatory Documents to be Submitted to get Eligibility in Bid Opening

More information

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

More information

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER

More information

SARJAK CONTAINER LINES PVT. LTD.

SARJAK CONTAINER LINES PVT. LTD. SARJAK CONTAINER LINES PVT. LTD. CARRIER S STANDARD CREDIT TERMS Credit on any owed sums may be granted by Sarjak Container Lines Pvt. Ltd. to the Client, hereinafter referred as the «Client» or «Sarjak»,

More information

VADODARA SMART CITY DEVELOPMENT LTD.

VADODARA SMART CITY DEVELOPMENT LTD. VADODARA SMART CITY DEVELOPMENT LTD. www.vmc.gov.in Expression of Interest for Empanelment of Chartered Accountants for providing Internal Audit & Other Financial Services to Vadodara Smart City Development

More information

Jhabua Power Ltd. NOTICE INVITING BIDS

Jhabua Power Ltd. NOTICE INVITING BIDS Jhabua Power Ltd. 2nd Floor, Centrum plaza, Golf Course Road, Sector- 53, Gurgaon-122002 Ph.: +91-124-4392000 Fax: +91-124-4376496 NOTICE INVITING BIDS BY JHABUA POWER LIMITED (JPL) 2nd Floor, Centrum

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

Invitation to tender For Asbestos Removal Services

Invitation to tender For Asbestos Removal Services Invitation to tender For Asbestos Removal Services PAGE 1 OF 17 Contents 1 Introduction 3 2 General 3 3 Contact, further information and queries 4 4 Closing date for tenders 5 5 Confidentiality 5 6 Tender

More information

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016

Request for Proposal. Labour Supply-Demand Study. Reference Number: Issued: May 9, 2016 Responses Due: May 23, 2016 Labour Supply-Demand Study Reference Number: 1605-01 Issued: May 9, 2016 Responses Due: May 23, 2016 Calgary Economic Development Ltd. 731 1 st Street SE Calgary, AB T2G 2G9 Phone: (403) 221-7831 or 1-888-222-5855

More information

RYDE TOWN COUNCIL QUOTATION DOCUMENTATION TOWN MAP AND EVENTS POSTER

RYDE TOWN COUNCIL QUOTATION DOCUMENTATION TOWN MAP AND EVENTS POSTER RYDE TOWN COUNCIL QUOTATION DOCUMENTATION TOWN MAP AND EVENTS POSTER November 2017 Ryde Town Council Town Map and Events Quotation Documentation November 2017 Page 1 RYDE TOWN COUNCIL TOWN MAP AND EVENTS

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202

More information

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS

STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT FOR MARITIME AND SHIPPING AFFAIRS PRE-QUALIFICATION/ REGISTRATION OF SUPPLIERS FOR 2017-2018 CLOSING

More information

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender Trethowans LLP Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender 1. Tender Process 1.1. Trethowans LLP ( Firm ) is providing this Invitation to Tender ( ITT ) to various interested

More information

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service (To be published in the Gazette of India, Part I, Section 1) No. 11/5/2005-PG(i) GOVERNMENT OF INDIA Ministry of Power. RESOLUTION New Delhi, Date: 17th April, 2006 Tariff based Competitive-bidding Guidelines

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT)

EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) COMHAIRLE CATHRACH CHORCAÍ CORK CITY COUNCIL CANDIDATE INFORMATION BOOKLET Please Read Carefully EU PROJECT MANAGER (FULL-TIME) LOCAL ENTERPRISE OFFICE (36 MONTH CONTRACT) DETAILS OF QUALIFICATIONS AND

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

RFQ cum RFP for Selection of Consultant for Techno, Environmental and Commercial Feasibility Study of Desalination Project at Kutch, Gujarat

RFQ cum RFP for Selection of Consultant for Techno, Environmental and Commercial Feasibility Study of Desalination Project at Kutch, Gujarat RFQ cum RFP for Selection of Consultant for Techno, Environmental and Commercial Feasibility Study of Desalination Project at Kutch, Gujarat Gujarat Infrastructure Development Board, 8th Floor, Block No.

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry

Expression of Interest (EOI) for. Appointment of Consultant for. Make in India campaign in the Oil & Gas Industry Expression of Interest (EOI) for Appointment of Consultant for Make in India campaign in the Oil & Gas Industry Petroleum Planning & Analysis Cell MINISTRY OF PETROLEUM & NATURAL GAS 0 Expression of Interest

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm

INVITATION TO TENDER (ITT) TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL pm INVITATION TO TENDER (ITT) NAME OF COMPANY: QUILTER CHEVIOT LIMITED TENDER FOR: The Quilter Cheviot DEMENTIA INITIATIVE TENDER RETURN DATE AND TIME (DEADLINE): 12 APRIL 2018 5pm 1. INTRODUCTION AND BACKGROUND

More information

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT CONSTRUCTION OF BOUNDARY WALL, ROAD DIVERSION WORKS AND MASS EARTH FILLING AT MUTTOM DEPOT ON ALWAYE- PETTA LINE FOR KOCHI METRO RAIL PROJECT

More information

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment.

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment. GOVERNMENT OF ANDHRA PRADESH DEPARTMENT OF INFORMATION AND PUBLIC RELATIONS: Vijayawada. **** Tender Schedule Terms and conditions for Empanelment of Print Media Advertising Agencies-2017 Department of

More information

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING)

IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING) IFCI Infrastructure Development Limited (IIDL) (100% SUBSIDIARY OF IFCI LIMITED, A GOVT. OF INDIA UNDERTAKING) 6 th Floor IFCI Tower, 61 Nehru Place New Delhi-110019 Phone:+91-11-41732270 Fax: +91-11-26487059

More information

PLANNING AND EVALUATION PRELIMINARY DESIGN

PLANNING AND EVALUATION PRELIMINARY DESIGN PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

Global Expression of Interest For

Global Expression of Interest For September 14 th, 2017 Global Expression of Interest For Seeking Willingness of organizations/companies for strategic tie-up / business tie-up for addressing the requirements of E-Mobility Market Ref No:

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services 10/12/2015 Dear Sir/Madam, Subject: Request for Quotation (RFQ) for Animation Motion graphics Services

More information

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX 78-90300 MAKUENI TENDER NO. GMC/T/24/2017/2018 & 2018/2019 PROVISION OF FOR THE FINANCIAL YEAR 2017/2018 & 2018/2019 TENDER DOCUMENT

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) ANGUILLA ELECTRICITY COMPANY LIMITED (ANGLEC) REQUEST FOR PROPOSAL (RFP) AUGUST 2017 CONSULTANCY SERVICES FOR THE DEVELOPMENT OF AN OCCUPATIONAL HEALTH AND SAFETY PROGRAM CONTENTS Page SECTION 1 : Invitation

More information

Expression of interest

Expression of interest (A Premier Public Sector Bank) Expression of interest Empanelment of Auditors/ Audit Organisations for conducting Comprehensive Audit of Bank s Data Center, Applications, IT Network, and Independent Assurance

More information

Tender Document - Request for Quotation

Tender Document - Request for Quotation Tender Document - Request for Quotation Subject of the Tender: Tender Number: Quantity: Fabrication and Supply of Solar Drying Units JOBS/ GIZ-001 350 Kits Tender Announcement date: April 3 rd, 2014 Tender

More information

CITY OF CHICAGO DEPARTMENT OF BUILDINGS

CITY OF CHICAGO DEPARTMENT OF BUILDINGS CITY OF CHICAGO DEPARTMENT OF BUILDINGS GUIDELINES FOR THE PREPARATION OF REQUESTS FOR QUALIFICATIONS FOR THE SELECTION OF CONSULTING FIRMS TO PERFORM LIFE SAFETY EVALUATIONS The Chicago Department of

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Request for Proposal (RFP) For: International Museum Academy UK: Audience Engagement course Date: August 2015 1 Overview of the British Council 1.1 The British Council is the United Kingdom s international

More information

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers 20 th July 2017 Dear Sir / Madam, Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers Contract Title: Replacement of existing concrete refuse chute to : (see

More information

Expression of Interest (EOI)

Expression of Interest (EOI) Expression of Interest (EOI) Invitation of Expression of Interest for Joint Venture Partners for The Rail Connectivity Project from Konkan Railway Line to Jaigad 1 CONTENTS Sr. No. 1.0 General Details

More information

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following

DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD This document consists of the following Bank of Baroda Assistant General Manager (Co-Ord) Greater Mumbai Zone 3, Walchand Hirachand Marg, Ballard Pier Mumbai-400001. DOCUMENT FOR EMPANELMENT OF ARCHITECTS FOR THE PERIOD 2016-2018 This document

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information