REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR GIS-BASED MASTER PLAN FORMULATION FOR AMRUT CITY - PANAJI IN GOA STATE

Similar documents
Template for ToR for Transaction Advisory Services

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

Minutes of the Pre-Bid Meeting for the PPP projects of Delhi Police held on 07 th June 2010 (11.30 A.M.) at Delhi Police Headquarters

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

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER

Jhabua Power Ltd. NOTICE INVITING BIDS

TITLE OF CONSULTANT: Individual Consultant (IC) to Develop a Strategic Plan and Implementation Program for Business Botswana

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

Directorate of Urban Development, Govt. of Himachal Pradesh, Shimla.

Gujarat Secondary & Higher Secondary Education Board Gandhinagar

BIS Research & Evaluation Framework. Guide for Buyers

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

INDIAN INSTITUTE OF TECHNOLOGY INDORE

REQUEST FOR PROPOSAL (RFP)

GUJARAT WATER SUPPLY AND SEWERAG BOARD GANDHINAGAR. TENDER NOTICE No.2/

DELHI METRO RAIL CORPORATION LTD.

TENDER DOCUMENT CONDUCTING OUTBOUND EXPERIENTIAL TRAINING FOR EMPLOYEES OF SPICES BOARD

Technical Assistance for IT Training under the e- Governance project Envision Ministry of Environment and Forests Paryavaran Bhavan, CGO Complex Delhi

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

Tender Notice No. NCCS/RC/S&P/P-05/2013 Date: TENDER NOTICE FOR ANNUAL RATE CONTRACT

(JCTSL) / 1. INTRODUCTION

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

TENDER FOR INSPECTION AND RADIOGRAPHIC TESTING OF WELDING JOINTS

EOI for System integrator in Smart City project

Tender Submitted Under the Scheme of. Vision Group of Science and Technology (VGST) /

PMRDA. Queries Original clause in the Bid document PMRDA Response

Ref: AIDC/CC/KP/1/2507 Date: 18/07/2017

CONSTRUCTION INDUSTRY COUNCIL Technical Seminar on Construction Procurement Selection of Consultants 27 November 2015

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

CORPORATION OF THE CITY OF PANAJI PANAJI-GOA REQUEST FOR PROPOSALS (e-tendering MODE ONLY)

Bid Due Date / Time Marine related civil works and installation of marine gangway and cell fender assembly on jetty for LNG terminal.

REQUEST FOR PROPOSAL

Casework Technical Support (Social Welfare - Project Management)

University Management System (UMS)

1.1 Brief Description of work : Modern Office building, The BCP Office Project

Office of Climate Change Guyana September TRANSITIONING TO NATIONAL ENERGY SECURITY: Bartica as a Model Green Town TERMS OF REFERENCE

Thenmala Ecotourism Promotion Society (TEPS)

DEPARTMENT OF YOUTH SERVICES APSTEP-SECUNDERABAD. No.1225/apstep/Trg/15-16 Dated: SHORT TENDER NOTICE

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work:

LIMITED TENDER DOCUMENT FOR ORGANIZING HERITAGE INDIA QUIZ 2017

Sl.NO. Particulars Unit EMD Amount 1 Supply & Installation of Automatic Milk Fat 120 No s 1,00,000-00

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

TECHNOLOGY STUDENTS GYMKHANA INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR

Enquiry for Internal Audit

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

Quotation Procedure TRIM: D12/85125P

REQUEST FOR PROPOSAL (RFP)

UNICEF/EAPRO, Bangkok

NOTICE INVITING TENDER FOR AMC CCTV SURVEILLANCE SYSTEM AND SECURITY ACCESS CONTROL

Government of India Ministry of Textiles, Textiles Committee P Balu Road, Prabhadevi Chowk, Prabhadevi Mumbai

GENERAL REQUIREMENTS. S - Standard C2 - Small Customization C1 - Large Customization U - Unavailable

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

S. N. Bose National Centre for Basic Sciences

RFP FOR SELECTION OF Project Management Consultant For SAP ERP incidco

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

CONSULATE GENERAL OF INDIA SAN FRANCISCO

The Mysore paper Mills Ltd.,

Tender Submitted Under the Scheme of. Vision Group of Science and Technology (VGST) /

Gujarat Council of Elementary Education Sarva Shiksha Abhiyan

DELHI METRO RAIL CORPORATION LIMITED DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND. TRAINING OF 78 No. STANDARD GAUGE CARS

Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)

Tender Notice. -sd-(pitam Singh) Dy. Director Administration (Drugs)

FORMAT FOR GIVING DETAILS OF TENDER

Notice Inviting Quotation

Pacific Horticultural and Agricultural Market Access (PHAMA) Program

HIRING OF PRIVATE GODOWN FOR STORAGE AND HANDLING OF FERTILIZERS TENDER DOCUMENT (FOR BISHNAH)

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

International Airport Expansion Project. Terms of Reference for Legal Advisor

Urgent Recruitment in Procurement and Quality Departments

ASEAN AUSTRALIA DEVELOPMENT COOPERATION PROGRAM (AADCP) PHASE II TERMS OF REFERENCE FOR

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date:

Ohio Public Employees Retirement System. Request for Proposal

BANK OF INDIA PUNE ZONAL OFFICE CORPORATE SERVICES DEPT., 1162/6 Shivaji Nagar, University Road, Pune

EXPRESSION OF INTEREST (EOI)

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

Request for Proposal For: 2018 American Bar Association Temporary Services

PLANNING AND EVALUATION PRELIMINARY DESIGN

DETAILED TENDER NOTICE

Procurement of Digital Podium (For Contracts value estimated to cost less than Rs. 25 lakhs)

Tender specifications for advertising Satellite image analyses for agricultural control 2018

NOTICE INVITING TENDER

E-TENDER NOTICE FOR IT SERVICES

ST MATTHEW S HOUSING ASSOCIATION LIMITED INTERNAL AUDIT SERVICES INVITATION TO TENDER

KENDRIYA BHANDAR GROCERY DIVISION NEW DELHI. Registration of Suppliers of Pulses & Rice Terms & Conditions

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

EJCDC Contract Documents for America s Infrastructure Buy online at

PRINTING OF DIARY PART A (Technical Bid)

REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH FIRM

S. No Page No. Clause Number RFP clause Bidders Remark Bank's response

Request For Information (RFI) For a. Spectrum Management & Monitoring System (SMMS)

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

ODISHA FORESTRY SECTOR DEVELOPMENT SOCIETY

INVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

Tender Ref.: NTC(WR)/E-TENDERING AGENCY/2017/ DATE: 25/08/2017

REQUEST FOR PROPOSAL (RFP) CONTENTS OF RFP : Cover Page Scope of Work Instructions to Bidder(s)

Procurement Options for NZ Construction Contracts

Communications Consultant

Central Electricity Supply Utility of Odisha

SHORT TENDER FOR INAUGURATION CEREMONY OF MAHATMA GANDHI NATIONAL INSTITUTE FOR SKILL DEVELOPMENT & ENTREPRENEURSHIP. NOON

Transcription:

REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR GIS-BASED MASTER PLAN FORMULATION FOR AMRUT CITY - PANAJI IN GOA STATE BIDDER-1 SAI CONSULTING ENGINEERS PVT. LTD, AHMEDABAD PRE-BID QUERIES AND CLARIFICATIONS ISSUED 18 th January 2017 SR. CLAUSE FROM EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED RFP 1. - - Please specify the planning area to be considered for this assignment. The Planning/coverage area shall be Panaji notified ODP, Kadamba ODP and Porvorim ODP. The planning area includes villages such as Panaji, Taleigao, Durgawadi, Calapur, Morombi-O-Pequeno, Murda, Renavadi, Bambolim, Morombi-O-Grande, Curca, Chimbel, Panelim, Batim, Bainguinim, Gaundalim, Corlim, Azossim, Mandur, Neura-O-Pequeno, Gancim, Sangolda, Salvador-do-Mundo, Pilerne, Penha-de-Franca, Reis Magos & Socorro. The total coverage area is 91.67 square kilometers. 2. Clause 1.6.3, Page 7 Terms of Reference In addition, primary surveys such as land use survey, traffic & transport survey, household surveys, etc. are required to be undertaken as required under the relevant acts. i. Based on our past experience we feel that Household survey is not necessary for the preparation of Master Plan. And often the data collected from this survey is misleading. So we request you to remove it from the scope of work. Please consider. ii. Although, if the survey has to be done please specify the sample size to be considered for the Household survey, as it has direct cost implications. We suggest to have sample size as 2.5% of the total households. iii. Please provide the population of planning area of all towns, it will help to estimate the quantum of household survey to be done. Page 1 of 15

iv. Please specify the types of traffic & transport survey to be undertaken 3. Clause 2.3, Page 8 Terms of Reference Please specify what will be the role of the consultant in vetting of Base Map and what outcome is expected from vetting of base map. 4. Clause 2.3, Page 6-9 Terms of Reference Please specify whether the ELU Map has to be prepared according to URDPFI Guidelines or AMRUT Design & Standards. 5. Clause 2.3, Page 8 Terms of Reference We understand that NRSC shall provide the GIS base map (in.shp format) for the entire planning area including the thematic layer details. NRSC shall also provide geo-referenced imagery and cadastral maps used to prepare the base map. Please confirm. 6. Clause 2.3, Page 8 Terms of Reference Please specify the time limit for NRSC to deliver the Final Base Map in GIS 7. Page 9 4. Support by Consultant after approval of Draft Master Plan 8. Page 9 3. Deliverables and Time / Payment Schedule 9. Clause 9.5, Page Town Planner with GIS 16 Expertise 10. Clause 9.5, Page 16 11. Clause 9.5, Page 16 12. Clause 9, Page 14-16 13. Clause 2.5, Page 11 Transport Planner Civil Draughtsman with CAD Knowledge Proposal Evaluation platform after incorporating spatial attributes to the consultant We understand consultant shall assist the client for one year for obtaining approval of the Draft Master Plan. Consultant shall only provide the presentation, plans, etc for the discussion with various agencies / department. Please confirm 10/25 copies of each report + soft copy: Please reduce the number of copies of each submission because it has huge cost implications. Please consider. We request you to please consider an expert having Post Graduate in Urban and Regional/ Infrastructure/ Housing Planning with 10 years experience in preparation of GIS based Master Plans. Please consider. We request you to please consider an expert having Post Graduate in Transport Planning with 5 years of experience. Please consider. We request you to please consider personnel who has undertaken course in Draughtsman Civil from recognized institute. Please consider. To ensure the quality of work, technical capability should be considered for the selection of consultant. Hence we would like to suggest you to adopt QCBS (80:20) method for the evaluation of the proposal. - Please accept Earnest Money Deposit in the form of Bank Guarantee or DD from a Scheduled Bank. Please consider. ELU Map shall be as per AMRUT Design & Standards which is uploaded under Tenders on website at http://www.gsidcltd.com. 14. Clause 3, Page 9 Deliverables and Time / Since the assignment involves survey at the initial stage of the project, it is Bid evaluation criterion is revised to Quality and Cost-Based Selection [QCBS (75:25)] basis. Earnest Money Deposit of Rs.2.50 lacs shall be accepted only in the form of Demand Draft of Nationalized Bank or Scheduled Bank drawn in favour of GSIDC AMRUT Mission, payable at Panaji, Goa. Page 2 of 15

Payment Schedule linked with the higher initial cost for the consultant. We strongly request you to give 10% mobilization advance at the time of work order / agreement. We request you to give 75% fees on submission and 25% fees on approval for relevant stage of submission since the review / approval takes considerable time with all stakeholders. Payment terms are imbalanced, please consider revising them. We would also like to suggest as follows: 15. Clause 13 (iv), Page 18 16. Clause 2.8, Page 12 Sl. Stage Report Payment Schedule Suggestion No. 1. Mobilization advance - 10% 2. Inception Report 10% of the total cost would be payable on approval of Inception Report 10% 3. Spatial attribute 20% of the total cost would 20% collection and vetting of Base Maps be payable on approval of Base Report 4. Data Analysis Report 20% of the total cost would be payable on approval of 20% 5. Projected Requirements, Issues & Potentials Data Analysis Report 10% of the total cost would be payable on approval of Data Analysis Report 6. Draft Proposals 20% of the total cost would be payable on approval of Draft Proposals. 7. Draft Master Plan 20% of the total cost would be payable on approval of Draft Master Plan - Generally, Performance Guarantee is 5% of the Consultancy fee. So please consider reducing the same. - We request you to extend the submission date by at least 3 weeks after issuing clarifications of Pre-bid queries to all consultants, so as to submit a Technically an Financially sound proposal. 10% 20% 10% Amount of Performance Guarantee to be provided in the form of Bank Guarantee has been revised to 10% of the contract value. The date and time for submission of bids has been revised to 6 th February 2017 up to 3.00 pm and opening of bids to 7 th February 2017 at 3.30 pm. Page 3 of 15

BIDDER-2 - RUDRABHISHEK ENTERPRISES PVT. LTD., NOIDA, U.P. SR. CLAUSE FROM RFP 1. Page No. 16, Clause No. 9.10 2. Page No. 34, 6B. Summary of Costs 3. Page No. 34, 6B. Summary of Costs 4. Page 12, Clause 2.8 EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED The Consultant who has bid the lowest amount (L1) will be invited for Discussions / Negotiations / Clarifications for the purpose of Signing a Contract Agreement There is a column provided besides Name of Activity, Costs Under Heading- Name of Activities 1. Remuneration 2. Reimbursable if any 3. Miscellaneous expenses are mentioned Proposals must be submitted not later than the following date and time : Date : 20 th January 2017 Time : 3.00 pm. 5. Page 06, Clause 1 Terms of Reference Introduction Considering the type & importance of technicality for Quality work in this project, We request you to modify the Bid evaluation criterion to QCBS (80:20) basis. Kindly clarify the reason for providing this separate columns for Costs, as separate columns are already given for Amount in Words and Figures. Please clarify what should be mentioned in this column. This represents that consultant have to provide costs for 3 activities viz; Remuneration, Reimbursable and Reimbursable expenses but financial forms 6D, 6E & 6F have Remuneration per activity, Reimbursable per activity and Reimbursable expenses per activity and below each form there is a Note : The above form is to be filled separately for each activity. Please clarify this. We request you to kindly extend the bid submission date for 03 weeks after publishing the replies to pre-bid queries. We request you to provide the total area of project for Panaji City, in order to enable us to prepare a comprehensive proposal. Bid evaluation criterion is revised to Quality and Cost-Based Selection [QCBS (75:25)] basis. No need to mention any figures in Costs in Form 6B The date and time for submission of bids has been revised to 6 th February 2017 up to 3.00 pm and opening of bids to 7 th February 2017 at 3.30 pm. The Planning/coverage area shall be Panaji notified ODP, Kadamba ODP and Porvorim ODP. The planning area includes villages such as Panaji, Taleigao, Durgawadi, Calapur, Morombi-O-Pequeno, Murda, Renavadi, Bambolim, Morombi-O-Grande, Curca, Chimbel, Panelim, Batim, Bainguinim, Gaundalim, Corlim, Azossim, Mandur, Neura-O-Pequeno, Gancim, Sangolda, Salvador-do-Mundo, Pilerne, Page 4 of 15

6. Page 06, Clause 1 Terms of Reference Budget We also request you to provide the consultancy budget for this project Penha-de-Franca, Reis Magos & Socorro. The total coverage area is 91.67 square kilometers.. BIDDER-3 - SREI INFRASTRUCTURE FINANCE LIMITED, CLAUSE FROM SR. RFP 1. The GIS based Master plan formulation has to be done for the Panaji City only. 2. Clause 1.6.3; page 9 EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED It is mentioned that the consultant is required to collect sector wise data and carry out analysis of the same based on 25 socio economic and physical aspects. An indicative format is provided in the Design & Standards and a It is requested to kindly mention the extent of the City area with respect to planning purposes in square kilometer. But in the RFP, there is no such formats attached. It is requested to provide the same along with the list of 25 socio-economic and physical aspects Page 5 of 15 The Planning/coverage area shall be Panaji notified ODP, Kadamba ODP and Porvorim ODP. The planning area includes villages such as Panaji, Taleigao, Durgawadi, Calapur, Morombi-O- Pequeno, Murda, Renavadi, Bambolim, Morombi-O-Grande, Curca, Chimbel, Panelim, Batim, Bainguinim, Gaundalim, Corlim, Azossim, Mandur, Neura-O- Pequeno, Gancim, Sangolda, Salvador-do- Mundo, Pilerne, Penha-de-Franca, Reis Magos & Socorro. The total coverage area is 91.67 square kilometers. The AMRUT Design and Standards are uploaded under Tenders on website at http://www.gsidcltd.com.

copy is attached herewith. 3. It may please be clarified that the Consultant shall be provided with GIS Base Map from NRSC by the Authority and the Consultant shall not be responsible for procurement of the same. 4. Clause No. 9.1 Evaluation of Pre Qualification Forms 5. Clause No. 9.3 (Sl No.3) The maximum marks allotted against each key professional is the same. But the breakup of marks against each such parameter is not mentioned (which is provided in clause 9.2 for Evaluation of Technical proposals). Unavailability of the same is making the marking system quite subjective. Hence, break up of marks against each Pre-Qualification criteria may kindly be provided. It is requested to provide more weightage to the Team Leader and GIS Expert. 6. Clause no. 9.5 Qualification of Key It is requested to elaborate on the Qualification criteria of Team Leader Personnel and Civil Draughtsman 7. Clause 13 (iii) - In case of delay in the conduct of consultancy services within the time fixed or in the event of repudiation of the contract, the Client reserves the right to recover liquidated damages, including administrative expenses, for breach of contract, a sum equivalent to 0.5% of total contractual value, which the Consultant has failed to deliver within the period fixed for delivery for each week or part thereof during which delivery is in arrears subject to an overall ceiling of 10% of the total contract price. As the progress of project milestones depends on approval of the preceding milestone to be provided by the Client, it is requested to delete this clause completely. 8. clause 13 (iv) Amount of Performance It is requested to reduce this value to 10% Guarantee to be provided in the form of BG is 20% of the contract value 9. Clause 2.5 Requirement of submission It is requested to accept the EMD in the form of Bank Guarantee and the of EMD of Rs. 2.5 lacs in format of the same may kindly be provided. The total points allotted is revised as follows: a. Team Leader / Urban Planner 15 b. Town / Planner with GIS Expertise 15 c. Transport Planner 10 d. Socio-economic Expert 05 e. Civil Draughtsman with CAD knowledge - 05 Amount of Performance Guarantee to be provided in the form of Bank Guarantee has been revised to 10% of the contract value. Earnest Money Deposit of Rs.2.50 lacs shall be accepted only in the form of Page 6 of 15

form of Demand Draft 10. Forms 6C 6F - All this financial forms are expected to be provided activity wise. It is a very time consuming exercise and also delays the whole process. As the project is to be provided on least cost basis after ore-qualification and technical qualification; it is requested to delete all these forms. Further, the activity list may be subjective to the individual understanding of each consultant, hence, it will bring in more subjectivity 11. Form 6B Summary of Costs As per this format, the Consultant is required to provide a break-up of the total fee quoted on three heads; Remuneration, Reimbursables and Miscellaneous. It is pertinent to mention over here that the payment to be made to the Consultant for the assignment is based on milestones as described in Clause no. 3. The payments are related to the total fee quoted only and there is no provision of payments being released based on remuneration, reimbursables, miscellaneous etc. Request you to kindly provide the basic justification for providing a break-up of costs wherein payments are to be made only on the total fee quoted. May also kindly clarify whether there is any scope of separate payment owing to 12. - The last date of submission as mentioned is 20.01.2017 and the Pre Bid Meeting is being held on 13.01.2017. reimbursables on the heads as provided in Form no 6E The Consultant is having minimal time to take into consideration all the clarification as per discussion to be held during the pre-bid meeting. Hence, to assist us in preparing a competitive bid, we earnestly request you to kindly extend the last date of bid submission by at least 10-15 days so as to have a clear 15 day window between issuance of clarification / corrigendum, if any and the last date of submission. Demand Draft of Nationalized Bank or Scheduled Bank drawn in favour of GSIDC AMRUT Mission, payable at Panaji, Goa. The date and time for submission of bids has been revised to 6 th February 2017 up to 3.00 pm and opening of bids to 7 th February 2017 at 3.30 pm. BIDDER-4 FRISCHMANN PRABHU (I) PVT LTD CLAUSE FROM EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED SR. RFP 1. - - We request you to extend the date of submission of tender by 15 days for The date and time for submission of bids Page 7 of 15

above mentioned project has been revised to 6 th February 2017 up to 3.00 pm and opening of bids to 7 th February 2017 at 3.30 pm. BIDDER-5 MUKESH & ASSOCIATES SR. CLAUSE FROM RFP EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED 1. - - Kindly let us know the Estimated Project Cost for Price Bid Calculation 2. - - Kindly let us know the Approximate Project Area for GIS Master Plan Formulation 3. - - The NRSC will provide a draft base map, kindly let us know whether Satellite images will also be provided by NRSC or have to be acquired from Client 4. - - We kindly request your goodself to extend the Bid submission for at least a week. The date and time for submission of bids has been revised to 6 th February 2017 up to 3.00 pm and opening of bids to 7 th February 2017 at 3.30 pm. BIDDER-6 AARVEE ASSOCIATES, HYDERABAD CLAUSE FROM SR. RFP 1. - - Please share the responses to the queries, which will enable us to align to the revisions if any to the RFP and participate in a more comprehensive and competent manner. EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED The clarifications are given here and same is also uploaded on website. BIDDER-7 NF INFRATECH SERVICE PVT LTD, NEW DELHI SR. CLAUSE FROM RFP EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED Page 8 of 15

1. Page No. :15 / Point No. : 9.4 / (iii) Experience in the Region 2. Page No. :18 / Point No. : iv / Performance Security 3. Page No. :20 / Point No. : 7 / Note Turnover > Rs.100.00 Lakhs 4. Page No. :9 / Point No. : 3 / Payment Schedule The percentage distribution of points for qualifications and competence of the key professional staff for the assignment : Experience in the Region : 10% The successful bidder will have to provide a performance guarantee for 20% of the Consultancy fee at the time of signing the Contract Agreement. Note : only those firms should apply whose turnover is not less than Rs.100.00 Lakhs for each of last 3 consecutive financial years. For consortium, all firms must conform to this criterion. We request the Authority to amend the clause as experience of the key personnel in the region will lead to less participants hence will disable a healthy competition. Usually the Performance Security asked is 10% of the total cost of the project, so we request the Department that kindly reduce the performance security amount to 10% of the total cost of the project. We request the Department to amend the clause and increase the amount of turnover to 500-1000 lakhs to assure participation of relevant consulting firms with quantitative persistence. We would request the Department to amend the payment schedule as described in the table below. Stage Report No. of Schedule Cumulative Payment Schedule Payment Copies Time as per RFP Schedule Period requested by NFIT Inception 10+ Soft 15 days from 15 days 10% of the total cost 10% of the total Report Copy date of award would be payable on cost would be approval of payable on Inception Report submission of the Inception Report / within 15 days after raising the invoice. Spatial 10+ Soft 100 days from 115 days 20% of the total cost 20% of the total Amount of Performance Guarantee to be provided in the form of Bank Guarantee has been revised to 10% of the contract value Page 9 of 15

attribute collection and vetting of Base Maps Data Analysis Report Projected Requirements, Issues & Potentials Draft Proposals Draft Master Plan Copy date of approval of Inception Report# 10+ Soft Copy 10+ Soft Copy 25+ Soft Copy 25+ Soft Copy 120 days from date of approval of Base Map# 45 days from date of approval of Data Analysis Report 60 days from date of Projected Requirements, Issues & Potentials 45 days from date of receiving feedback from the Client plus processing time* 235 days plus processing time* 280 days plus processing time* 340 days plus processing time* 385 days plus processing time** would be payable on approval of Base Map. 20% of the total cost would be payable on approval of Data Analysis Report. 10% of the total cost would be payable on approval of Data Analysis Report. 20% of the total cost would be payable on approval of draft proposals 20% of the total cost would be payable on approval of Draft Master Plan. cost would be payable on submission of Base Map / within 15 days after raising the invoice. 20% of the total cost would be payable on submission of Data Analysis Report / within 15 days after raising the invoice. 10% of the total cost would be payable on submission of Data Analysis Report / within 15 days after raising the invoice. 20% of the total cost would be payable on submission of draft proposals / within 15 days after raising the invoice. 20% of the total cost would be payable on submission of Draft Master Plan / within 15 days Page 10 of 15

after raising the invoice. BIDDER-8 ESRI INDIA TECHNOLOGIES LTD, BANGALORE CLAUSE FROM SR. RFP 1. Page 6, Point 1.6.1 2. Page 7, Point 1.6.2& 1.6.3 EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED Formulation of Master Plan: Formulation of Master Plan of city which includes demand assessment, identification of issues, projected requirements, development strategy and draft proposals on the GIS base map and sector-wise data analysis, to be done by the Consultant. The deliverables in the form of base map, thematic maps specified, data analysis reports, draft plan document, etc. URDPFI Guidelines, 2014 may also be referred. 1.6.2 Spatial Attribute Collection & Vetting of Base Maps: The GSIDC Limited will make available the draft base map of the city obtained from National Remote Will this require GIS application and advanced Spatial, Geo-statistical and Network analysis, Multi-criteria Evaluation analysis to be preparation of master plan based on the value added data base? Does the data update for value addition be done using mobile GIS to ensure, rapid, accurate and validated data collection? We understand ULBs/STPD will need data shared through a GIS platform for rapid validation. Page 11 of 15

Sensing Centre (NRSC) to the Consultant for value addition by collecting spatial attributes as per Design & Standards. The draft base maps are to be sent back to NRSC to incorporate the attributes collected by the consultants on GIS database and generate draft final base maps. NRSC, after incorporating spatial attributes, will send the final maps generated to the competent authority/ ULB/ STPD for vetting, after which the final base maps will be generated which will be used as an input for plan formulation. 3. Page 8, Point 2.3 The NRSC will provide a draft base map at 1:4000 scale using high resolution satellite data. To provide authenticity to the information provided by NRSC, value-addition of spatial features will be done through collection of attributes and the same will be vetted by ULBs/ STPD for further usage. The layer-wise spatial attributes as per the proforma given We understand that GIS COTS software would be required to support Master plan specific application development and deployment and various GIS spatial analysis. Please clarify? Page 12 of 15

in Design & Standards will be collected from the field by the Consultant/ officials of concerned department and provided to NRSC for incorporation so that the draft final base map can be generated which can be used as a input to the plan formulation. 4. - Same as above Would GSIDC be dependent on NRSC to validate and vetting master plan data or how GSIDC will be updating and maintain the master plan data if this ownership is with NRSC. 5. - Same as above Would GSIDC create GIS capacity building at Panaji for day to day update on GIS Spatial and attribute data? 6. - Same as above We understand that the COTS needs to procure for deployment to manage, maintain and update the GIS data at centralized database and require capability for map sharing on web and perform spatial analysis. 7. - Page 7, Point 2.2 As there is a need of capture and creation of the GIS layers mentioned in Point 2.2 for city Master plan as per MoUD Guidelines for AMRUT Cities.we understand there is need for specialized GIS Software to design data modal schema and define spatial reference, rules and relationship that will be scalable and designed to accommodate any future need. BIDDER-9 DARASHAW & COMPANY PVT. LTD CLAUSE FROM SR. RFP 1. - - The tender is currently proposed in Low Cost basis. As the nature of the project is specialized and based on our experience in similar projects across the country, we believe that QCBS method will be much relevant for the project rather than low cost basis. The client is requested to consider the same. EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED Bid evaluation criterion is revised to Quality and Cost-Based Selection [QCBS (75:25)] basis. Page 13 of 15

2. - - Considering the qualitative work and regular communication with the client involved in the project, it is advisable to have a bidder with local presence and knowledge in ensuring that the project is executed smoothly and at fast pace. The client is requested to consider local experience of the bidder i.e. having functional office for the last three years and experience of undertaking projects in Goa in evaluation of technical experience. 3. - - Is there any proposed budget available for the project? 4. - - The document states that Consortium is allowed. Please indicate as to how many consortium members can be allowed for the project? 5. - - If the lead bidder plans to engage any sub-consultant for the project, does the client consider the credentials provided by such sub-consultant (like relevant experience and experts) for technical evaluation? If the client allows sub-consultants, is there any limit on composition of team provided by the lead bidder and team provided by the sub-consultants? In order to ensure effective control on the project, the client should mandate that the Bidder should not source more than 30% of team experts from sub-consultants. 6. - - The Performance guarantee (20%) mentioned in tender documents is high. The client is requested to reduce the same? 7. - - Currently, the client is paying 30% of quoted fees only to the consultant as per the payment terms mentioned in tender documents. As majority of the costs incurred by consultants is during stages 1&2 due to staff deployment for conducting surveys etc., the client may kindly consider increasing the fees mentioned for stage-2 deliverables? Amount of Performance Guarantee to be provided in the form of Bank Guarantee has been revised to 10% of the contract value BIDDER-10 MONARCH SURVEYORS AND ENGINEERING CONSULTANTS PVT. LTD., PUNE CLAUSE FROM EXISTING PROVISION QUERY / SUGGESTION / CLARIFICATION SOUGHT CLARIFICATION ISSUED SR. RFP 1. Pg. No. 20 Clause Audited turnover of the Request to allow the fulfillment of Financial criteria jointly. The Page 14 of 15

No.4A Sr. No. 7 2. Pg. No. 16 Clause No.9.5 Sr. No. 2 : 3. Pg. No. 16 Clause No. 9.5 Sr. No. 2 Consulting Firm Note : only those firms should apply whose turnover is not less than Rs.100.00 Lakhs for each of last 3 consecutive financial years. For consortium, all firms must conform to this crtierion Evaluation of Technical Proposals Town Planner with GIS Expertise Evaluation of Technical Proposals Town Planner with GIS Expertise Consortium members should meet the criteria jointly. Request to keep the Town Planner and GIS expert as separate two different positions. Request you to allow academic qualifications of GIS expert as Post Graduate in any discipline having 10 years experience in GIS Page 15 of 15