Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

Similar documents
Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited INFORMATION DOCUMENT

Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR. SITC of Standalone Fire Alarm for exit doors at BIAL project office

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

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

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR QUOTATION (RFQ) For Parking P4 - Upgradation of the Parking Facility at Kempegowda International Airport, Bengaluru

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

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

Disable friendly Washrooms at hostel blocks (A & E)

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

EXPRESSION OF INTEREST (EOI)

INTERNATIONAL CENTRE FOR RESEARCH IN AGROFORESTRY. ICRAF House, UN Avenue Gigiri PO Box Nairobi Kenya

GUJRANWALA ELECTRIC POWER COMPANY LIMITED

Appointment of Consultant

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

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

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

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

Invitation to tender. Provision of External Audit Services

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

INSTRUCTIONS TO TENDERERS

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

EXPRESSION OF INTEREST. for. Business Intelligence & Data Warehouse

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

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

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

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

POLICY ON UNISA PUBLIC TENDERS Overview

STANDARD PROCEDURE FOR PRE-QUALIFICATION OF CONTRACTORS

Preparation of Risk Register

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

Expression of Interest

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

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

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

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

NHS ROTHERHAM PROCUREMENT SCHEME

BID REQUEST. External Quality Assessment Services against the Fair Trade Tourism Standard and Certification System March 2018

KUDUMBASHREE STATE MISSION

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

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

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

a) Hostel 50 Capacity with twin sharing basis b) Common room for Hostel c) Dean s Residence d) Care taker residence

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

Section IV. Bidding Forms

Expression of interest

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

PEDO PAKHTUNKHWA ENERGY DEVELOPMENT ORGANIZATON. Government of Khyber Pakhtunkhwa, PAKISTAN

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka Enterprise) Abstract Bid Notification. (Two Cover System)

EXPRESSION OF INTEREST (EOI) LONG FORM. Construction Contract Administration Services

institutions and Public Sector Undertakings for similar works.

REQUEST FOR PROPOSAL

Invitation for appointment of GST consultant for FY

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

Inviting application for empanelment of GST consultant for FY Dated: 16 th March 2018.

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

EXPRESSION OF INTEREST (EOI)

Interested eligible bidders for the captioned project can submit the EoI along with the project concept and mentioned documents.

Pre Qualification Document

Punjab Thermal Power (Pvt) Limited

Quotation for Purchase of Microsoft Licenses

Tamil Nadu Road Development Company Ltd.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

Jhabua Power Ltd. NOTICE INVITING BIDS

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

National Science Foundation Ministry of Science, Technology & Research

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT

Ohio Public Employees Retirement System. Request for Proposal

PREQUALIFICATION DOCUMENT. Development and Implementation of ERP (Oracle / SAP or Equivalent)

SIMLAW Seed CoMpAny LIMIted

Request for Proposal for Annual Financial Audit Services

October 25, 2018 RFP # REQUEST FOR PROPOSAL

NOTICE INVITING TENDER Notice Inviting Tender No. 59/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

GUIDE FOR EVALUATION PROCEDURES FOR EMPLOYMENT OF CONSULTANTS UNDER JAPANESE ODA LOANS

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567

OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21. Notice Inviting Quotation for Annual Maintenance Contract of IT

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

INSTRUCTIONS TO BIDDERS

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

Market Procedure: Network Control Services

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

Rules of Accreditation. for Advertising Agencies. August 2010

BHUTAN TELECOM LTD. Registered Office: Drophen Lam 2/28, Post Box 134, Thimphu 11001, Bhutan. Tel: (975) Fax: (975)

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

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

IDBI Bank Limited Regd. Office : IDBI Tower, WTC Complex, Cuffe Parade, Mumbai CIN: L65190MH2004GOI148838

EXPRESSION OF INTEREST (EOI) LONG FORM. Planning / Engineering Services Assignment

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

EXPRESSION OF INTEREST (EoI) Supply, Installation, Operation and Maintenance of Water Treatment Technology for Ranney Wells Noida, Uttar Pradesh

Transcription:

Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL (RFP) For ENGAGING DESIGN CONSULTANT TO PROVIDE DESIGN SERVICES FOR INTERIM TERMINAL1 (T1) IMPROVEMENTS (SWEAT) AT KEMPEGOWDA INTERNATIONAL AIRPORT, BENGALURU Bangalore International Airport Limited Kempegowda International Airport, Bengaluru Devanahalli, Bangalore - 560 300 March 16, 2019 Page 1 of 10

1. Introduction Bangalore International Airport Limited (BIAL), a company incorporated under the Companies Act, 1956, is engaged in the operation, management and development of the Kempegowda International Airport, Bengaluru (Airport). BIAL proposes to appoint a consultant for providing design services for Interim T1 Improvements (SWEAT) at Kempegowda International Airport, Devanahalli, Bangalore, morefully detailed in Volume -3 [Employers Requirements] (herein referred to as the Services) and in this regard invites Proposals from the Bidders. The Proposal submitted by the Bidders shall comply with all the requirements stated in the Request for Proposal (RFP) and the terms and conditions contained in the template agreement. The RFP comprises of Volume 1 [Instructions to Bidders], Volume 2 [Template of Consultancy Service Agreement] and Volume 3 [Employers Requirements]. Based on final evaluation, the successful Bidder will be selected and notified (hereinafter referred to as the Design Consultant ). The notification of award of the contract by BIAL shall be followed by execution of an Agreement between BIAL and the Design Consultant, the template of which is in Volume 2 [Template of Consultancy Service Agreement]. BIAL shall also have the right to modify, delete or add to the scope of Services at any point in time, during the bidding process and thereafter during Term of Agreement. The scope of Services, provided as Volume -3 [Employers Requirements] to the RFP, is envisaged to be completed over a period of 4 (Four) weeks. BIAL also reserves the right to modify, delete or add to the scope of Services at any point in time, during the bidding process and thereafter during Execution, as per the terms of Agreement. 2. BACKGROUND AND SCOPE OF SERVICES Based on the forecast report, BIAL appointed a consultant to carry out the capacity assessment. The capacity assessment exercise aimed at sustaining operations with the existing T1, i.e. the sweat capacity of T1. Based on the study focused on T1 sweat analysis, consultant has proposed few recommendations and improvement opportunities to meet the demand till T2 is operationalized. Planning and Design has the following stages: Concept Design Schematic Design 90% Detailed Design set. 100% Design GFC set. Landscape Consultancy Final drawings in BIM Note: The Bidders are requested to note that the Services described here are only indicative. Page 2 of 10

3.4 The The detailed scope of Services, provided as Volume -3 to the RFP can be downloaded from https://bial.procure247.com/ 3. Submission of Proposal 3.1 Bidders having relevant statutory registrations for carrying out the services are eligible to participate in the bidding process. 3.2 Joint ventures/consortiums are not permitted to participate in the bid process. 3.3 The Proposal shall comprise of two parts Technical Proposal and Financial Proposal. RFP can be downloaded from https://bial.procure247.com/ from the date and time as specified in Clause 3 hereunder. 3.5 Bidders shall submit their duly signed Proposal (Technical and Financial Proposal) online on or before the date and time specified in Clause 3 hereunder through https://bial.procure247.com/. 3.6 Proposal submitted through any other mode shall not be entertained. In the event of any deviation in the Proposal submitted from the RFP, the Proposal shall be liable to be rejected. 3.7 Not used 3.8 Not used 3.9 The Employer accepts no responsibility if the Proposal submitted through the e- Procurement portal is not accessible for any reason whatsoever, such Proposal shall be liable to be rejected. 3.10 If any variation is noted between the information contained in the electronic format and the hard copy submitted, the information submitted electronically shall prevail. 3.11 In the event of any deviation in the Proposal submitted from RFP, the Proposal shall be liable to be rejected. 3.12 The Employer will open the Financial Proposal and the supplementary Financial Proposal(s) (if provided) of only those Bidder(s) who technically qualify. 3.13 After the opening of the Proposal, the Employer may request physical submission from the qualified Bidders, such essential original Technical Proposal documents as uploaded on the https://bial.procure247.com/. The submission shall be made by the Bidder within 3 (three) working days of such request to the address mentioned below. Page 3 of 10

ENGAGING DESIGN CONSULTANT TO PROVIDE DESIGN SERVICES FOR INTERIM TERMINAL1 (T1) IMPROVEMENTS (SWEAT) at Kempegowda International Airport, Devanahalli, Bangalore. To Vice President & Head Procurement (Projects) Bangalore International Airport Ltd. BIAL Project Office, Kempegowda International Airport Bengaluru, Devanahalli, Bangalore - 560 300 Email: projecttenders@bialairport.com Phone No: 080 66782431 Due Date and Time: As per Clause 3 hereunder: <Authorised Signatory, Name of Bidder Bidder s Address> 3.14 In addition to the identification required in above Clause, the envelope shall indicate the name and address of the Bidder. 4. SCHEDULE FOR BIDDING PROCESS BIAL shall endeavour to adhere to the following schedule: SL. NO. EVENT DESCRIPTION DATE 1 RFP issue date 14:00 hrs. IST 16 th March 2019 2 Last date for receiving question regarding the RFP 17.00 hrs. IST on 22 nd March 2019 (Refer Clause 6 of the RFP) 3 Pre-bid Meeting 20 th March 2019 (The time shall be intimated) 4 BIAL s response to questions regarding the RFP 17.00 hrs. IST on 23 rd March 2019 Note: 5 Proposal Submission Date 18.00 hrs. IST on 26 th March 2019 BIAL at its discretion may request Bidders to provide Technical Presentation. Details of presentation shall be sent to Bidders through email. 5. Selection Criteria: Technical Score (TS) BIAL will evaluate the Technical Proposals based on the Evaluation Criteria as below: Sl. No. Technical Criteria Weightage (%) Page 4 of 10

1 Approach, methodology and work plan 45 1A Methodology and Work Plan The Bidder shall include a detailed narrative on the approach, plans (to match the scope of Services, including milestones & timelines) to demonstrate its: Understanding of scope of Services; Stage wise work methodology adhering to the time schedule specified by BIAL, tasks, timelines, technical skills, method and technology /systems that will be used to develop and document each of the major areas of the scope of Services to execute the design of the Project. Narrative on the consultants plans - survey of the existing facilities currently in the footprint of the proposed facilities, arriving at the utilities relocation plan and BoQ. Stage wise Deliverables; Proposed roles and responsibilities of its professionals (delivery methodology & work plan and shall be sufficiently detailed describing tasks, sequence of work and role & responsibility assigned and deployment schedule for key team members to meet the needs of the scope of work.) Interface management plan - This Project requires interface with multiple stakeholders appointed by BIAL (BIAL appointed consultants and stakeholders) and the Design Consultant needs to manage the interface and co-ordination during the design process. In case the Bidder has a better approach & methodology in providing the scope of Services, need to mention so as an alternate methodology, however the timelines need to be adhered to for the Design Option development and the final deliverable date. In case the client finds the alternate approach more suitable it may be adopted. Any other document deemed necessary by the Bidder 1B Experience in performance of similar Services / works The Bidder shall provide such details of itself, which shall demonstrate previous experience of having undertaken & satisfactorily completed similar nature and scope of Services. Experience should reflect their ability and potential to perform the job smoothly in a given time. Summary of its experience, stating satisfactorily completed projects, minimum of 3 similar Works in last 10 years including which includes relevant project brief (maximum of 2 pages containing the relevant information on description of the project, cost of the project, project duration, scope of services provided by the bidder, cost of the consultancy, scope split / fee split in case work done in JV, key personnel deployed for the work (In case of JV, organisation name against the personnel needs need to mentioned), completion date of Page 5 of 10

the consultancy, if executed then execution details and the client contract administrator s details and client completion certificate with feedback for reference purposes. the details of size of the project in Sq.m, total cost of the project and time to complete the project to be attached to Annexure E [Experience and CV] of RFP along with the supporting documents by the Bidder. Project Team/Personnel listed in the proposed Project should appear in the project description demonstrating that the project team has performed similar roles in previous projects. The Bidder shall provide details of such assignments relevant project specific information including the value of the project, services provided for the project; records of the individual s accomplishments and the client name, current address and phone number for reference purposes. BIAL may at its discretion, contact such references for verification The Bidder shall provide Curriculum Vitae (CV)/Resumes of all key individuals with relevant work experience listed in the organizational chart for this Project including Project Manager and the following relevant key subject matter experts including other supporting individuals must be provided along with technical document as per the format attached in Annexure E [Experience and CV] of RFP. BIAL s evaluation of the Bidder s Proposed Organization Structure, Key Personnel Deployment, proposed Design Manager along with Bidder s experience in this respect will form one of the criteria for evaluation. *Note: 2 matter relevant to the scope of Services. Resource Plan (Personnel): Personnel Capabilities: Proposed Organization Chart for the Project; Qualification of key professional to be deployed including proposed project manager / team leader The Bidder shall provide details of its proposed organisation structure and also organogram specific to the scope of Services and, at its option, a description (maximum 5 (five) pages), which should demonstrate the following: 50 Suitability to cover the overall scope of the Services; Identification of the proposed Professionals, reporting relationships, authority matrix and internal interfaces including their titles and roles; The organization structure shall also indicate a Project Manager with minimum 15 years of relevant work experience as the single point of contact to interface with BIAL as work progress. Availability, involvement and commitment of proposed team to undertake specialized works like and also to perform the Services for the Project during its different stages. The consultant to clarify whether the resources proposed are in house/ outsourced/ full time/ part time Page 6 of 10

The Bidder shall be obliged to include all such personnel that it submits as part of its Proposal during the Term of Agreement, if selected as the Design Consultant with all qualification of key personnel to be deployed including Project manager/team leader. Any change in the deployment of personnel, shall be only with the prior written approval of BIAL. It is important to demonstrate that individual team members account for all the essential needs of the project. 3 Technical compliance with RFP 5 Total 100 Only those Bidders whose Technical proposal score (ST) 75 marks or more out of 100 shall qualify for further consideration ( Qualified Bidders). Financial Score (SF) The Financial Proposals of only such Qualified Bidders shall be opened. The lowest Financial Proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of other Proposals will be computed as follows: SF= 100 x FM/F (F= amount of Financial Proposal) Weightage The weightage given to Technical Proposal (Tw) is 70%. The weightage given to Financial Proposal (Fw) is 30%. Ranking Proposals will finally be ranked according to their combined technical (ST) and financial (SF) scores as follows: S= ST x Tw + SF x Fw The first Ranked applicant (R-1), having the highest combined score) shall be selected as the Consultant for providing Services. The second ranked applicant (R-2) shall be kept in reserve and may be invited for negotiation in case the first ranked applicants withdraws, or fails to comply the requirements specified in this document. 6. Award Process: 6.1 BIAL shall conduct 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 Proposal. 6.2 Conditional proposals may be rejected. The Bidder shall comply with all the terms and conditions set out in the RFP and its annexures/appendices while submitting its Proposal. Page 7 of 10

6.3 BIAL reserves the right to negotiate with all or any of the Bidder whose Financial Proposal is being evaluated, to determine the successful Bidder. 6.4 The first Ranked applicant (R-1), having the highest combined score) shall be declared as successful evaluated Bidder. In case the R1 Bidder refuses to accept the award, or otherwise gets disqualified as per the terms of the RFP, then the Employer reserves the right to discuss and negotiate with the R-2 Bidder and so on. 6.5 The final selection of a Bidder shall be duly communicated to the said Bidder in writing, either by placing a letter of intent or by informing the final selection subject to execution of the Agreement. 7. Tests of responsiveness 7.1 Prior to the evaluation of Proposals, BIAL shall determine whether each Proposal is responsive to the requirements of the RFP. A Proposal shall be considered responsive only if: a. Proposal including all the volumes, annexures/appendices is received by BIAL on or before Proposal Submission Date & Time including any extension thereof pursuant to Clause 5.3 of the RFP and the original Technical Proposal is received physically pursuant to Clause 2.13 of the RFP; b. It is initialled and sealed as stipulated in the RFP; c. It is accompanied by the power of attorney as mentioned in Clause 2.15.3 of the RFP; d. It contains all the information (complete in all respects) as requested in the RFP and /or bidding documents (in formats same as those specified); e. It does not contain any conditions or qualifications; and f. It is not non-responsive in terms hereof. 7.2 BIAL reserves the right to check, decide and determine the Proposals as substantially responsive for any arithmetic errors. If there is a discrepancy between the amounts in figures and in words, the amounts in words will govern. The amount stated in the Proposal will be adjusted by BIAL in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Proposal will be rejected. 7.3 To facilitate evaluation of Proposals, BIAL may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Proposal. 7.4 BIAL reserved the right to reject or accept any Proposal which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by BIAL in respect of such Proposal. Page 8 of 10

7.5 BIAL shall enter into a binding Agreement with the selected Bidder. Prior to entering into such Agreement, BIAL may at its discretion issue a Letter of Intent (the LOI ) to the selected Bidder. In the event of an LOI being issued to the selected Bidder, such Bidder shall within three days of the receipt of the LOI, sign and return the LOI in acknowledgement thereof. 7.6 BIAL reserves the right to award contracts for individual projects or for any combination of projects deemed to be most advantageous to BIAL. Notwithstanding any other provision of the RFP, BIAL expressly reserves the right to: a. Waive any immaterial defect or informality; b. Reject any or all Proposals, or portions thereof; or c. Reissue an invitation for Proposal. 7.7 BIAL, by written notice and with or without cause, shall also have the right to terminate the Agreement when it is determined that the Agreement is not in the best interest of BIAL. 7.8 BIAL reserves its right to accept any Proposal and to reject any or all the Proposals received without any reason or can change the process of the selection at any time during or after the RFP process. BIAL shall not be responsible to any Bidder/ persons on any account if it exercises such rights. 8. Verification: BIAL reserves the right to verify all statements, information and documents submitted by the Bidder in response to the RFP or the bidding documents and the Bidder shall, when so required by BIAL, make available all such information, evidence and documents as may be necessary for such verification. Any such verification, or lack of such verification, by BIAL shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of BIAL thereunder. 9. Misrepresentation/ Fraud/ Breach of Terms and Conditions: If the Bidder wishes to withdraw its Proposal (on its own account) after the Proposal Submission Date or it is discovered at any point of time that the Bidder has suppressed any fact or given a false statement or has misrepresented or committed act of fraudulent nature or has violated any of the terms of the RFP, the Bidder may be disqualified forthwith if not yet appointed as the Consultant, either by issue of the LOI or entering into an Agreement, and if the selected Bidder has already been issued the LOI or has entered into an Agreement as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in the RFP, be liable to be terminated, by a communication in writing by BIAL to the selected Bidder/ Consultant without BIAL being liable in any manner whatsoever to the selected Bidder/ Consultant. In such an event, the Bidder shall not be entitled to any compensation whatsoever, or refund of any other amount, if any, paid by him. Page 9 of 10

Further, the Bidder shall be debarred for a period of 3 (three) years from participating in any BIAL s works. 10. Conflict of Interest A Bidder shall not have a conflict of interest (the Conflict of Interest ) that affects the bidding process. Any Bidder found to have a Conflict of Interest shall not be considered for the LOI, as opined by BIAL at its sole discretion. A Bidder shall be deemed to have a Conflict of Interest affecting the bidding process if the Bidder, its member or associate (or any constituent thereof) and any other Bidder, its member or any associate thereof (or any constituent thereof) have common controlling shareholders (i.e., any shareholder thereof having a shareholding of more than twenty-five per cent of the paid up and subscribed share capital, or similar, of such Bidder, member or associate, as the case may be). 11. List of documents to be considered by the Bidders for the purpose of bidding: a) VOLUME 1- Instructions to Bidders LIST OF ANNEXURES & FORMS 1. Annexure A Scope of Services and Deliverables 2. Annexure B - RFP Questionnaire 3. Annexure C Covering Letter 4. Annexure D Format for Financial Proposal 5. Annexure E Experience and CV 6. Annexure F Contract Particulars 7. Form 1 General Information 8. Form II - Financial Information 9. Form III Litigation History VOLUME 2 - VOLUME 3- TEMPLATE OF CONSULTANCY SERVICES AGREEMENT EMPLOYERS REQUIREMENTS Page 10 of 10