Date: October 24, 2016

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

MAHARASHTRA STATE TEXTILE CORPORATION LIMITED

CITY AND INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED. RFP FOR SAP Module based Training and Certification of SAP cell members in CIDCO.

Request for Proposal for Implementation of ERP and Webbased ERP- like Solutions

CORRIGENDUM RFP FOR EMPANELMENT OF CONSULTANTS AND THIRD PARTY AUDITORS FOR E-GOVERNANCE INITIATIVES IN GOVERNMENT OF ODISHA

TENDER NOTICE 29 th May 2017

Sl.No RFP Subject Bidders Query Response. agreement

Subject: - Request for Quotation (RFQ) for e-procurement platform on the basis of software as a service. Dear Sir,

Ref: 69/NITS/Works/CPWD/Shed-II/17-18/321 Date: CORRIGENDUM

Section 6: Returnable Bidding Forms / Checklist

DELHI METRO RAIL CORPORATION LIMITED

REPLIES TO QUERIES. Sr. Clause No Reference from RfQ cum RfP Queries Clarification. Developer. Bidder shall furnish the please.

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

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

CHENNAI METRO RAIL LIMITED. Subject: Consultancy Services for Preparation of Comprehensive Mobility Plan (CMP) for the. Reply to Pre Bid Queries

Pre bid Meeting Date: 02 July 2018

institutions and Public Sector Undertakings for similar works.

EXPRESSION OF INTEREST (EOI) Consultancy Services for carrying out

Tender for Traffic Survey on National Highways using portable Automatic Traffic Counter & Classifier (ATCC) systems

NOTICE INVITING TENDER (NIT) (e-tender)

Global experience in the name of the bidder shall also be considered for calculation of bidder experience.

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

Corrigendum/Addendum-1 Dated: 1 Feb 2016

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

SRINAGAR SMART CITY LIMITED

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

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

EoI Reference No.: The last date of submission of EoI is 6/08/2018, 3:30pm through hard copy submission at the address below.

Jhabua Power Ltd. NOTICE INVITING BIDS

Page 1 of 14. RfP Document Page No. /Reference. Sl. No. Amended Clause. Existing Clause. Topic. 1 Page-6 Eligibility(2)-

Tender for Engagement of Chartered Accountant CONTENTS


Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

BIHAR STATE HYDROELECTRIC POWER CORPORATION LTD. Sone Bhawan, (2 nd Floor), Birchand Patel Marg, Patna

BIHAR STATE HYDROELECTRIC POWER CORPORATION LTD. Sone Bhawan, (2 nd Floor), Birchand Patel Marg, Patna

Tender No GSO/CED/CE/TR - 410/2011

Invitation for Bids(IFB)

Government of Karnataka (Department of Horticulture)

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

PIMPRI CHINCHWAD SMART CITY LIMITED

RFP FOR SELECTION OF Project Management Consultant For SAP ERP incidco

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

VADODARA SMART CITY DEVELOPMENT LTD.

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

KUDUMBASHREE STATE MISSION

Pre-Bid Queries and Responses

TENDER DOCUMENT FOR PREPARATION DETAILED PROJECT REPORT (DPR) FOR SETTING UP OF A CASHEW PROCESSING PLANT

1 General Overall Criteria for Evaluation and Eligibility in the Schedule A

Clarification sought. Authorization Letter signed by the authorized signatory can be submitted.

ARYAN M.P. POWER GENERATION PVT. LTD.

Corrigendum No. 3. Tender Enquiry No.: TATA POWER/ENGG/ENQ/BD/18-19/01

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

CONVENTION CENTRE, GHANTA GHAR, JABALPUR INVITATION FOR EXPRESSION OF INTEREST FOR ARCHITECTURAL DESIGN

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

ADVERTISEMENTS RELEASED IN NEWS PAPERS TIMES OF INDIA & NAVBHARAT TIMES ON FEBRUARY 14, 2018 AND HOSTED IN BANK S WEBSITE

Request for Proposal (RFP) for

DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER NO. REP/MACHINES/DMRC/MB/2018

Operation and Management of Crafts Museum at Varanasi, Uttar Pradesh

REQUEST FOR PROPOSAL (RFP) FOR CONSULTANCY SERVICES FOR STRATEGY DEVELOPMENT & IMPLEMENTATION SUPPORT Key Information on the RFP Response Submission

Request for Proposal for Implementation of SAP S/4 HANA with HER solutions

Expression of Interest

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

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

Bangalore International Airport Limited INFORMATION DOCUMENT

Ref.No.Q002/M(P)/HAND SANITIZER/TNMSC/2016 Date :

NOTICE INVITING QUOTATION

Annexure 1: Corrigendum/ Addendum (No. 3)

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

Scanned by CamScanner

Corrigendum (Tender No. AIMSCS/HPCS/1/2018)

Ohio s Qualifications-Based Selection Law (as amended by Sub. H.B. 153, 129 th Ohio General Assembly, effective Sept. 28, 2011)

Response to pre-bid queries - Invitation for. expression of interest (EOI) from large. Suppliers/Vendors/Printers. For

QUERIES /CLARIFICATIONS REGARDING CONSULTANCY SERVICES FOR 100 MW SOLAR PV PROJECT AT BAHAWALPUR. Response / Clarification

Only Feasibility Study has been completed as of now. The selected Consultant has to prepare the DPR.

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

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

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

भ रत य प रब ध स स थ न, लखनऊ न एड पररसर INDIAN INSTITUTE OF MANAGEMENT LUCKNOW

RFQ CISCO NETWORK ROUTER

NOTICE INVITING QUOTATION. ESTIMATE NO :- DGM /ED- I/ /12 Dated: 15/10/2018

Disable friendly Washrooms at hostel blocks (A & E)

Ref: PW/CPA/ Dated: Sub: - Local courier service for delivery of local mail / documents of BHEL, PS-PEM, Noida.

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

BAIF DEVELOPMENT RESEARCH FOUNDATION BAIF BHAVAN, DR MANIBHAI DESAI NAGAR, WARJE, PUNE Tel.: INVITATION FOR QUOTATION

To Date: 26 th March, 2018

Bangalore International Airport Limited INFORMATION DOCUMENT

Section IV. Bidding Forms

TENDER NOTICE FOR THE APPOINTMENT OF INTERNAL AUDITORS TERMS OF REFERENCE. the Accounts Manual need to be followed in letter and spirit.

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

HIMACHAL PRADESH TOURISM DEVELOPMENT CORPORATION INDIA (AN UNDERTAKING OF THE GOVT OF HIMACHAL PRADESH)

Sub: - Construction of RPI office and M.T. building for S. P. Headquarter, Hingoli, District Hingoli

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

UNIVERSITY OF MADRAS nrd;idg; gy;fiyf;fofk;

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

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

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

Short-term Tender Notice for Printing and Supply of Multicoloured printed Envelopes at Bihar Skill Development Mission (BSDM).

ITI LIMITED (Govt. of India Undertaking) PALAKKAD PLANT KANJIKODE WEST, PALAKKAD , KERALA STATE, INDIA Web Site:

PRE-BID QUERRIES REPLY, PAHARI SEWERAGE NETWORK ZONE V

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Transcription:

RFQ cum (Ref No: AITL/SBIA/2016-17/07) Date: October 24, 2016 In reference to the pre-bid queries received by AITL and the pre-bid meeting held at the office of AITL at Mumbai on October 18, 2016, bidders are requested to take note of the Responses and Clarifications to the Pre-Bid Queries provided below. Additionally, bidders are requested to take note of CORRIGENDUM 1 dated October 24, 2016 (on page 7 of this document) for changes/clarification of bid conditions. Responses and Clarification to Pre-bid Queries Sr. 1 2.9.4/S. 2 (page 20) Average annual turnover from the consultancy business of the firm, or lead member in case of a consortium/jv of for last 3 financial years i.e. 2013-14, 2014-15 and 2015-16 should be Rs. 2.5 Crore. The average annual turnover from the consultancy business of the firm/ any of the consortium members / JV members for the last 3 financial years that is for the financial years 13-14, 14-15 and 15-16 should be 2.5Cr. (Instead of only the lead member of the consortium having a turnover of 2.5 Cr as appearing in the RPQ cum document). Refer Corrigendum 1 Average Annual turnover from Consultancy business of the firm ( Any Member of consortium ) for last 3 FY ( 2013-14, 2014-15, 2015-16) Should be 2 Crores. pg. 1

RFQ cum (Ref No: AITL/SBIA/2016-17/07) Is it possible to reduce this condition to Rs 2 crores? Else, it may be relaxed so as to qualify the consortium / JV in case if anyone member of the consortium / JV meets the criteria of Rs 2.5 crores. 2 2.17.2 / S. 1(page 28) 3 4 Form 3C (page 36) Form 3D : Format for Joint Bidding Agreement (in case of JV/Consortium) / Clause 5 (Page 38) Team Leader/ Lead Landscape Architect Form 3C Format for Pre-qualification Proposal Joint and Several Liability: The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Consultancy and in accordance with the terms of the RFQ cum and the Contract, for the performance of the Contract. Lead Landscape Architect & Team Leader (Instead of Team Leader/ Lead Landscape Architect as appearing in the RPQ cum document) As the Form 3C is to be filled by all the consortium members individually, as such average annual turnover from consultancy business should be asked for. The Consultancy Business (Landscape design) asked for in present RFQ cum should not appear. In clause 5, all the consortium members are undertaking to be jointly and severally responsible for all obligations and liabilities relating to the consultancy and in accordance with the RFQ cum and the Contract, for the performance of the Contract. As such if any one of the members of the consortium is qualifying the turnover criteria of 2.5 Cr it should be acceptable to the client and not specifying It is intended that the team would be led by the Lead Landscape architect - Refer Corrigendum 1 The point is noted. Please refer Corrigendum 1. The conditions for joint and several liability remain unchanged. The client s intent is that the landscape design firm should lead the project and should have the capacity to undertake landscape design at a large scale. pg. 2

6 5 RFQ cum (Ref No: AITL/SBIA/2016-17/07) Form 4B: Summery of Costs (Page 63) Form 4C : Breakdown of Costs Item Costs of Financial Proposal (including all other taxes) Service Tax and Cess as applicable Total cost of Financial Proposal (including service tax and cess) Cost Component Remuneration Out of pocket expenses Cost of financial proposal Amount in words Amount in words (INR) Amount in figures Cost (INR) Amount in figures (INR) the Landscape firm should meet this turnover criteria. Sl. Item Amount in words 1 Costs of Financial Proposal (including all other taxes) (Detail in Form 4C) 2 Service Tax and Cess as applicable Total cost of Financial Proposal (including service tax and cess) (1+2) Sl. Cost Component Amount in words (INR) 1 Remuneration (Detail in Form 4D) 2 Out of pocket expenses & other (Detail in Form 4E) Cost of Financial Proposal (1+2) Amount in figures Cost (INR) Amount in figures(inr) Rfq cum condition remains unchanged Rfq cum condition remains unchanged pg. 3

RFQ cum (Ref No: AITL/SBIA/2016-17/07) 7 Form 4E : Out of Pocket Expenses 8 2.7.3 / Sl. 1 (page 14) SN Description Unit Unit Quantity Amount Per diem allowances Air Travel Day Trip Local travel Day Total The team leader proposed must be a permanent full time employee of the firm, or in case of consortium/jv, of the lead member of the Consortium/JV. It is desirable that the other key staff be either permanent full time employees of the firm or have a dedicated full time contract to work on this project. Sl. Description Unit Per diem allowances 1 (including Day board and lodging) 2 Air Travel Trip Local travel 3 expenses Day Office equipments & office space rentals & maintenance of 4 the same Printing and 5 stationery Hiring of associated 6 consultants Other (misc expenditures, 7 TDS, profit, etc.) Total Unit cost Quantity Amount (INR) The team leader proposed must be a permanent full time employee of the firm, or in case of consortium/jv, of the lead member of the Consortium/JV. It is desirable that the other key staff be either permanent full time employees of the firm or have a dedicated full time contract to work on this project Our observation: Having an employee of the firm or in case of consortium/jv of the lead member as the Team Leader is a bit Rfq cum condition remains unchanged Additional rows are provided for the bidders to add any additional heads of expenses as may be necessary. Rfq cum condition remains unchanged pg. 4

RFQ cum (Ref No: AITL/SBIA/2016-17/07) No Specific Clause Clause 2.5.1 (Page 15) Clause 2.17.2 (page 35) No Specific Reference Bid Security: A bid security in the form of a Demand Draft/ Bank Guarantee, from a scheduled Indian Bank in favour of Aurangabad Industrial Township Limited, valid for 180 (one hundred and eighty) days from the PDD, payable at Mumbai, for the sum of Rs.10,00,000/- (Rupees Ten Lakh Only) shall be required to be submitted by each Applicant ( Bid Security ). Qualification and competence of key staff: Senior Structural Engineer: Should have a bachelors degree in engineering with relevant experience in design of structures risky proposition because an employee can at any point of time quit the job and jeopardize the contract. Because as per the law of the land no employer can hold back his employee beyond notice period. Other key members can be substituted by people with similar or more experience but substituting Team Leader will no way be in the interest of the project. So to overcome this risk factor the Proprietor/Director of the firm or any of the firms of the consortium should be the Team Leader. The consortium should have established local office and set up at Aurangabad to handle day to day activities on site as Project demands. Is it possible to submit the BG from a Scheduled Bank but a foreign bank as we have bank limits with a foreign bank? The EMD amount may kindly be waived off for the WAPCOS Ltd. as being a Govt. of India undertaking under the Ministry of Water Resources, River Development and Ganga Rejuvenation This position may be replaced with a position for Environment Expert or an Ecologist so as to address potential The requirements for periodic engagement/ meetings of the selected consultant throughout the duration of the project is established in the RFQ cum and it remains unchanged. Bid security in the form on a Bank guarantee from a foreign bank appearing in the current schedule of the RBI licenced to have its operations in India is acceptable. The bid security shall be required to be paid by each bidder and RFQ cum conditions remain unchanged. The bidders may include as a part of their team additional positions aside from the ones defined as key staff and demonstrate the value that such people pg. 5

RFQ cum (Ref No: AITL/SBIA/2016-17/07) related to aspects required for landscaping design elements like site grading, retaining walls, culverts and other built structures essential for execution of landscape design works for large parks and other open space developments 6.8.1 Page 105 Consultants Fee (Table of fees associated with milestones) 2.16.1 Page 27 The last date of online submission of Proposal is 10th November 2016 before 3:00 pm (IST). environmental issues in the design aspects for landscape development. There is no provision of Mobilization advance, hence it is suggested that there may be mobilization advance of 10% against the Bank Guarantee Date of submission of the bid may be extended by 15 days may bring to the team through the organization chart, project approach and methodology. However the, scoring criteria for key personnel as indicated in the RFQ cum shall remain unchanged. The RFQ cum condition remains unchanged The provisions of the RFQ cum regarding submission deadline for the bid remains unchanged pg. 6

RFQ cum (Ref No: AITL/SBIA/2016-17/07) Corrigendum 1: Bidders are requested to make note of the changes to the bidding conditions as per the revised clauses below: Date: October 21, 2016 Sr. no. 1. 2.9.4 S. 2 (page 20) Clause Reference Minimum Qualification Criteria: Average annual turnover from the consultancy business of the firm, or lead member in case of a consortium/jv of for last 3 financial years i.e. 2013-14, 2014-15 and 2015-16 should be Rs. 2.5 Crore. Revised Clause to be read as Minimum Qualification Criteria: Average annual turnover from the consultancy business of the firm, or lead member in case of a consortium/jv of for last 3 financial years i.e. 2013-14, 2014-15 and 2015-16 should be Rs. 1.5 Crore. 2. Clause 2.17.2 S. 1 (page 28) and Clause 2.17.3 S. 1 (page 29) 3. Form 3C (page 36) Team Leader/ Lead Landscape Architect Form 3C Format for Pre-qualification Proposal: Average Annual turnover from consultancy business (Landscape Design) of the applicant (INR) Wherever the position of Team Leader/Lead Landscape Architect appears as in the RFQ cum, it may be read as Team Leader and Lead Landscape Architect across the RFQ cum document Format for Pre-qualification Proposal: Average Annual turnover from consultancy business (Landscape Design) (Deleted) of the applicant (INR) 4. 5.9.2 (page 76) Deliverables and timeframe for submission of deliverables to be as per the table provided below. The consultant is expected to provide a detailed presentation of the deliverable in a PowerPoint format 7 days before the due date of the deliverable (except for the inception report). Any changes suggested shall be updated within the report or drawing deliverables on the due dates mentioned Deliverables and timeframe for submission of deliverables to be as per the table provided below. The consultant is expected to provide a detailed presentation of the deliverable in a PowerPoint format 7 days before the due date of the deliverable (except for the inception report). Any changes suggested shall be updated within the report or drawing deliverables on the due dates mentioned D* Start Date of Assignment 10 days from the date of issue of Letter of Award pg. 7

no. RFQ cum (Ref No: AITL/SBIA/2016-17/07) Clause Reference D* Start Date of Assignment 10 days from the date of issue of Letter of Award SN Milestone Duration 1. Inception report and Quality Assurance Map, proposed methodology to carry out the assignment, baseline schedule etc as defined in Part A of the scope 2. Technical assessment report and investigations as defined in Part B of the scope 3. Conceptual Master Plan for Landscape and related requirements as defined in Part C of the scope 4. Complete set of Schematic Design drawings, report and cost estimate for Landscape including the Value engineering report and other requirements as defined in part C of the scope 5. Complete set of Design Development drawings, report, cost estimates, value engineering report and other elements as defined in Part D of the scope 6. GFC and Draft Tender documents for review as defined in Part E of the scope 7. Final complete set of Tender documents as defined in Part E of the scope 8. Assistance to Client during tender award and Implementation D+21 days D+2 D+4 D+6.0 D+8.0 D+9.0 D+10 D+12 to Revised Clause to be read as SN Milestone Duration 1. Inception report and Quality Assurance Map, proposed methodology to carry out the assignment, baseline schedule etc as defined in Part A of the scope 2. Technical assessment report and investigations as defined in Part B of the scope 3. Conceptual Master Plan for Landscape and related requirements as defined in Part C of the scope 4. Complete set of Schematic Design drawings, report and cost estimate for Landscape including the Value engineering report and other requirements as defined in part C of the scope 5. Complete set of Design Development drawings, report, cost estimates, value engineering report and other elements as defined in Part D of the scope 6. GFC and Draft Tender documents for review as defined in Part E of the scope 7. Final complete set of Tender documents as defined in Part E of the scope 8. Assistance to Client during tender award and Implementation D+21 days D+2 D+4 D+6.5 D+8.5 D+9.5 D+11 D+12 to D+30 pg. 8

no. RFQ cum (Ref No: AITL/SBIA/2016-17/07) Clause Reference D+30 Revised Clause to be read as 5. Clause 6.8.4 (page 99) Payment for Additional Services: For the purpose of determining the remuneration due for additional services as may be agreed under relevant clauses for modification in this contract. Payment for Additional Services: For the purpose of determining the remuneration due for additional services as may be agreed under relevant clauses for modification in this contract and any conditions mentioned in the SC Special Conditions 6.8.4 : Payment for Additional Services : If assistance to client during tender award and project implementation extends beyond the stated time-frame due to no fault or delay of the consultant, then any additional services required to be rendered under Section 5 of the Terms of Reference shall be paid on the basis of level of effort required for the said tasks computed against the staff-month rates indicated in Form 4D. Escalation on such rates shall be applicable after D+42 and shall be computed on the basis of inflation as per the CPI with a base year of the financial year in which the contract is signed. Sd/- Managing Director AITL pg. 9