Andhra Pradesh Industrial Infrastructure Corporation Ltd. Parisrama Bhavan, 4th Floor, /B, Fateh Maidan Road, Hyderabad

Size: px
Start display at page:

Download "Andhra Pradesh Industrial Infrastructure Corporation Ltd. Parisrama Bhavan, 4th Floor, /B, Fateh Maidan Road, Hyderabad"

Transcription

1 Andhra Pradesh Industrial Infrastructure Corporation Limited (A Govt. of Andhra Pradesh Undertaking) Request for Proposal For Consultancy Services for Preparation of Detailed Project Reports for Providing Water Supply to Prioritized Industrial Clusters in state of Andhra Pradesh Date: 1 st SEPTEMBER 2015 Andhra Pradesh Industrial Infrastructure Corporation Ltd. Parisrama Bhavan, 4th Floor, /B, Fateh Maidan Road, Hyderabad

2 S. No. Particulars Page No. 1 Section 1. Invitation for RFP 03 2 Section 2.Instructions to Consultants 05 Data Sheet 15 3 Section 3. Technical Proposal-Standard Forms 20 4 Section 4. Financial Proposal Standard Forms 29 5 Section 5. Terms of Reference 33 6 Section 6. Standard Forms of Contract 43 2 P a g e

3 Section 1 Invitation for RFP 3 P a g e

4 Hyderabad Dt: 1. Introduction: Andhra Pradesh is one of the most progressive forward-looking and advanced states in the country when it comes to infrastructure development and employment generation effort. Andhra Pradesh Industrial Infrastructure Corporation(APIIC), fully owned by the GoAP, is a progressive organization responsible for development of Industrial Infrastructure in the state of Andhra Pradesh. APIIC is known for creating landmark infrastructure projects in the state, which are feeling the economic growth in the state. APIIC Ltd has identified new lands across the state for development of Industrial Hubs to promote industrial growth in the state. Water supply is one of the basic infrastructure to be provided in the Industrial Clusters. APIIC Ltd has decided to provide water supply for the proposal Industrial Hubs by having exclusive Water supply schemes with nearest canal / reservoirs as source so that to provide reliable and assured water supply to the Industrial units. It was also decided to go for external funding for the proposed Water supply schemes. 2. Objective: Andhra Pradesh Industrial Infrastructure Corporation Ltd. (here in after called Client ) is in process of appointing a consultant for Preparation of ADB complaint Detailed Project Reports along with Bid document for Providing Water Supply to Prioritized, with a view to seek external funding for taking up the projects. The client has invited RFP to provide the following consulting services: Consultancy services for Preparation of Detailed Project Reports for Providing Water Supply to Prioritized. More details on the services are provided in the Terms of Reference in this RFP document. 3. Consultant will be selected under Quality and Cost Based Selection (QCBS) described in this RFP. 4. The RFP includes the following documents: Section 1 - Invitation for RFP Section 2 - Information to Consultants (including Data Sheet) Section 3 - Technical Proposal - Standard Forms Section 4 - Financial Proposal - Standard Forms Section 5 - Terms of Reference Section 6-Standard Forms of Contract 4 P a g e

5 Section 2 Instructions to Consultants Part I Standard 5 P a g e

6 1. Definitions (a) Client means the Andhra Pradesh Industrial Infrastructure Corporation Ltd. (APIIC)/ department who have invited the bids for consultancy services and with which the selected Consultant signs the Contract for the Services and to which these elected consultant shall provide services as per the terms and conditions and TOR of the contract. (b) Consultant means any entity or person or associations of person who are willing to submit their proposals that may provide or provides the Services to the Client under the Contract. (c) Contract means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that is the General Conditions (GC), the project Specific Conditions (SC), and the Appendices. (d) Project Specific Information means such part of the Instructions to Consultants used to reflect specific project and assignment conditions. (e) Day means calendar day. (f) Government means the Government of Andhra Pradesh (g) Instructions to Consultants (Section 2 of the RFP) means the document which provides Consultants with all information needed to prepare their proposals. (h) I RFP (Section1 of the RFP) means the Invitation for RFP published in website of APIIC. (i) Personnel means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof; Foreign Personnel means such professionals and support staff who at the time of being so provided had their domicile outside the Government s country; Domestic Personnel means such professionals and support staff who at the time of being so provided had their domicile in India. (j) Proposal means the Technical Proposal and the Financial Proposal. (k) RFP means the Request for Proposal prepared by the Client for the selection of Consultants, based on the RFP. (l) Assignment/ job means the work to be performed by the Consultant pursuant to the Contract. (m) Terms of Reference (TOR) means the document included in the RFP as Section 5 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Consultant, and expected results and deliverables of the Assignment/job. 2. Introduction 2.1. The Client named in the Part II Data Sheet will select a consulting firm/organization from those who have furnished their proposals; in accordance with the selection criteria specified in Part II Data Sheet. 6 P a g e

7 2.2. The name of the assignment/job has been mentioned in Part II Data Sheet. Detailed scope of the assignment/ job has been described in the Terms of Reference in Section The date, time and address for submission of the proposals have been given in Part II Data Sheet Consultants are invited to submit their Proposal, for consulting Assignment/job named in the Part II Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Consultant Consultants are encouraged to familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the Assignment/job and local conditions, consultants are encouraged to meet the client s representative named in part II of Data Sheet before submitting a proposal for any clarifications. Consultants are encouraged to contact the respective line departments of the state government for necessary site visits, additional information prior to preproposal meeting/proposal submission. For visits, consultants are requested to contact the respective line department well in advance in order to make the visits fruitful The Client will provide at no cost to the Consultants the inputs and facilities specified in the Part II Data Sheet, assist the consultants in obtaining licenses and permits needed to carry out the Assignment/job, and make available relevant project data and reports Consultants shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The Client is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award, without there by incurring any liability to the Consultants. 3. Eligibility of Association of consultants and Sub-Consultants Deleted 4. Clarification and Amendment of RFP Documents 4.1. Consultants may request a clarification on any clause of the RFP documents up to the number of days indicated in the Part II Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the Client s address indicated in the Part II Data Sheet. The Client will respond in writing or by standard electronic means and will send written copies of their response (including an explanation of the query but without identifying the source of inquiry) to all Consultants. Should the Client deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para. 4.2 Below At any time before the submission of Proposals, the Client may amend the RFP by issuing an addendum in writing or by standard electronic means. The addendum shall be sent to all Consultants and will be binding on them. Consultants shall acknowledge receipt of all amendments. To give Consultants reasonable time in 7 P a g e

8 which to take an amend mention to account in their Proposals the Client may, if the amendment is substantial, extend the deadline for the submission of Proposals. 5. Conflict of Interest 5.1. Client requires that Consultants provide professional, objective, and impartial advice and at all times hold the Client s interests paramount, strictly avoid conflicts with other Assignment/jobs or their own corporate interests and act without any consideration for future work Without limitation on the generality of the foregoing, Consultants, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below: Conflicting activities :(i) A firm that has been engaged by the Client to provide goods, works or Assignment/job other than consulting Assignment/ job for a project, and any of its affiliates, shall be disqualified from providing consulting Assignment/job related to those goods, works or Assignment/job. Conversely, a firm hired to provide consulting Assignment/job for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or Assignment/job other than consulting Assignment/job resulting from or directly related to the firm s consulting Assignment/job for such preparation or implementation. For the purpose of this paragraph, Assignment/job other than consulting Assignment/job are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery. Conflicting Assignment/job ;(ii) A Consultant (including its Personnel and Sub- Consultants) or any of its affiliates shall not be hired for any Assignment/job that, by its nature, may be in conflict with another Assignment/job of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to preparing engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advice purchasers of, such assets. Conflicting relationships (iii) A Consultant (including its Personnel and Sub- Consultants) that has a business or family relationship with a member of the Client s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the Assignment/job, (ii) the selection process for such Assignment/job, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Contract Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Client, or that may reasonably be perceived as having this effect. Any such disclosure shall be made as per the Standard forms of technical proposal provided herewith. If the consultant fails to disclose said situations and if the Client comes to know about any such situation at any time, it may lead to the disqualification of the Consultant during 8 P a g e

9 bidding process or the termination of its Contract during execution of assignment No agency or current employees of the Client shall work as Consultants under their own departments or agencies. 6. Unfair Advantage 6.1. If a Consultant could derive a competitive advantage from having provided consulting Assignment/job related to the assignment/job in question and which is not defined as conflict of interest as per para 5above,, the Client shall make available to all Consultants together with this RFP all information that would in that respect give such Consultant any competitive advantage over competing Consultants. 7. Proposal 7.1. Consultants may only submit one proposal for this assignment. If a Consultant submits or participates in more than one proposal, such proposals shall be disqualified. 8. Proposal Validity 8.1. The Part II Data Sheet to consultant indicates how long Consultants Proposals must remain valid after the submission date. During this period, Consultants shall maintain the availability of Professional staff nominated in the Proposal and also the financial proposal unchanged. The Client will make its best effort to complete negotiations within this period. Should the need arise; however, the Client may request Consultants to extend the validity period of their proposals. Consultants who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal and their financial proposal remain unchanged, or in their confirmation of extension of validity of the Proposal. Consultants could submit new staff in replacement, which would be considered in the final evaluation for contract award. Consultants who do not agree have the right to refuse to extend the validity of their Proposals; under such circumstance the Client shall not consider such proposal for further evaluation. 9. Preparation of Proposals 9.1. The Proposal as well as all related correspondence exchanged by the Consultants and the Client shall be written in English language, unless specified otherwise In preparing their Proposal, Consultants are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a Proposal While preparing the Technical Proposal, Consultants must give particular attention to the following: (a) If a Consultant considers that it may enhance its expertise for the Assignment/job by associating with other Consultants in sub-consultancy, it may associate with them. (b) The Proposal shall be based on the number of Professional staff-months or budget 9 P a g e

10 estimated by the Consultants. While making the proposal, the consultant must ensure that they proposes the minimum number and type of experts as sought by the Client, failing which the proposal shall be considered as non-responsive. (c) Alternative professional staff shall not be proposed, and only one curriculum-vita (CV) may be submitted for each position mentioned Depending on the nature of the Assignment/job, Consultants are required to submit a Technical Proposal (TP) in forms provided in Section-III. The Part II Data sheet in Section-II indicates the formats of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive. The Technical Proposal shall provide the information indicated in the following paras from (a) to (g) using the attached Standard Forms (Section 3). Form Tech I in Section-III is a sample letter of technical proposal which is to be submitted along with the technical proposal. (a) (i) A brief description of the consultant s organization will be provided in Form Tech- 2. In the same Form, the consultant will provide details of experience of assignments which are similar to the proposed assignment/job as per the terms of reference. For each Assignment/job, the outline should indicate the names of Sub-Consultants/ Professional staff who participated, duration of the Assignment/job, contract amount, and Consultant s involvement. Information should be provided only for those Assignment/jobs for which the Consultant was legally contracted by the Client as a corporation or as one of the major firms. Assignment/jobs completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultant s associates, but can be claimed by the Professional staff themselves in their CVs. Consultants should be prepared to substantiate the claimed experience along with the proposal and must submit letter of award/ copy contract for all the assignments mentioned in the proposal. (b) (i) Comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality/ effectiveness of the Assignment/job; and on requirements for counterpart staff and facilities including: administrative support, office space, Domestic transportation, equipment, data, etc. to be provided by the Client (Form TECH-3 of Section 3). (c) (i) A description of the approach, methodology and work plan for performing the Assignment/job covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule. Guidance on the content of this section of the Technical Proposals is provided under Form TECH-4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH- 8 of Section 3) which will show in the form of a bar chart the timing proposed for each activity. (d) The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member and their tasks is to be provided in Form TECH-5 of Section 3. (e) Estimates of the staff input needed to carry out the Assignment/job needs to be given in Form TECH-7 of Section 3. The staff-months input should be indicated separately for each location where the Consultants have to work and / or provide their key staff. 10 P a g e

11 (f) CVs of the Professional staff as mentioned in para 9.4 (d) above signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-6 of Section 3). (g) A detailed description of the proposed methodology and staffing for training needs to be given, if the Part II Data sheet specifies training as a specific component of the Assignment/job The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive Financial Proposals: The Financial Proposal shall be prepared using the attached Standard Forms (Section 4). It shall list all costs associated with the Assignment/job, including (a) remuneration for staff and (b) reimbursable expenses indicated in the Part II Data sheet. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign (if applicable) and domestic expenditures. The financial proposal shall not include any conditions attached to it and any such conditional financial proposal shall be rejected summarily. 10. Taxes The Consultant shall fully familiarize themselves about the applicable to Domestic taxes (such as: value added or sales tax, income taxes, duties, fees, levies) on amounts payable by the Client under the Contract. All such taxes excluding service tax must be included by the consultant in the financial proposal. 11. Currency Consultants shall express the price of their Assignment/job in India Rupees. 12. Earnest Money Deposit (EMD) 1 % of the agreement amount from the success bidder at the time of Agreement in the form of BG/DD. 13. Bid Processing Fees (Non- Refundable) Rs. 10, (Rupees Ten Thousand only) in the form of DD in favour of APIIC and payable at Hyderabad. 14. Submission, Receipt, and Opening of Proposal The original proposal, both technical and Financial Proposals shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the specified format of TECH-1 of Section 3, and FIN-1 of Section An authorized representative of the Consultants shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. 11 P a g e

12 14.3. The Technical Proposal containing all credentials including DD for Rs.10,000/- towards non-refundable processing fee shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL Similarly, the Financial Proposal shall be placed in a sealed envelope clearly marked FINANCIAL PROPOSAL followed by the name of the Assignment/job. The envelopes containing the Technical Proposals, Financial Proposals, bid processing fees shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number be clearly marked DO NOT OPEN, BEFORE 3.30pm on 14/09/2015.The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposals rejection. Cover A Technical Proposal with Bid Processing Fee in the form of DD, Cover B Financial Proposal. Cover C Contains Cover C - A & B. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, will constitute grounds for declaring the Proposal nonresponsive The Proposals must be sent to the address/addresses indicated in the Data sheet and received by the Client no later than the time and the date indicated in the Data sheet, or any extension to this date. Any proposal received by the Client after the deadline for submission shall be rejected and unopened Number of Proposals: No Applicant shall submit more than one proposal. 15. Proposal Evaluation From the time the Proposals are opened to the time the Contract is awarded, the Consultants should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Consultants to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants Proposal A selection committee appointed for this purpose will carry out the entire evaluation process Evaluation of Technical Proposals: Selection committee while evaluating the Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded Selection committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and by applying the evaluation criteria, subcriteria specified in the Data sheet. In the first stage of evaluation, a Proposal shall be rejected if it is found deficient as per the requirement indicated in the Data sheet for responsiveness of the proposal. Only responsive proposals shall be further taken up for evaluation. Evaluation of the technical proposal will start first and at this stage the 12 P a g e

13 financial bid (proposal) will remain unopened. The qualification of the consultant and the evaluation criteria for the technical proposal shall be as defined in the Data sheet Public opening & evaluation of the Financial Proposals: Financial proposals of only those firms who are technically qualified shall be opened publicly on the date & time specified the Data sheet, in the presence of the Consultants representatives who choose to attend. The name of the Consultants, their technical score (if required) and their financial proposal shall be read aloud The Selection committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between word and figures, the former will prevail. In addition to the above corrections the items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the Financial Proposal differently from the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Financial Proposal in this respect After opening of financial proposals, appropriate selection method shall be applied to determine the consultant who will be declared winner and be eligible for award of the contract. The Simplified method of selections is described in the Data Sheet. This selected consultant will then be invited for negotiations, if considered necessary. 16. Negotiations As per 16.2 and Technical negotiations: Applicable Financial negotiations: Not Applicable Availability of Professional staff/experts: Having selected the Consultant on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity or if the professional staff has left the organization. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Consultant may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Consultant within the period of time specified in the letter of intent to negotiate. 13 P a g e

14 16.5. Conclusion of the negotiations: Negotiations will conclude with a review of the draft Contract. To complete negotiations the Client and the Consultant will initial the agreed Contract. If negotiations fail, the client will reject all the proposals received and invite fresh proposals. 17. Award of Contract After completing negotiations the Client shall issue a Letter of Intent to the selected Consultant The consultants will sign the contract after fulfilling all the formalities/preconditions mentioned in the standard form of contract in Section-6, within 15 days of issuance of the letter of intent The Consultant is expected to commence the Assignment/job on the date and at the location specified in the Part II Data Sheet. 18. Confidentiality Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Consultants who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Consultant of confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of the Client s antifraud and corruption policy. 14 P a g e

15 Section - 2 INSTRUCTIONS TO CONSULTANT Part-II DATA SHEET 15 P a g e

16 DATA SHEET S.No Ref. of ITC Particulars Name of the Client: Andhra Pradesh Industrial Infrastructure Corporation Limited Name of the Assignment/Job: Consultancy Services for Preparation of Detailed Project Reports for Providing Water Supply to Prioritized A pre-proposal meeting will be held: NA 4 3 No JV/sub consultants are allowed in this assignment Date & time and address for submission of proposal/bid: Date: 15/09/2015 Time: 3:30 PM Address: Chief Engineer-I Andhra Pradesh Industrial Infrastructure Corporation Ltd Parisrama Bhavan, 4 th Floor, Fateh Maidan Road, Hyderabad The Client s representative is: Chief Engineer-I, Andhra Pradesh Industrial Infrastructure Corporation Ltd Parisrama Bhavan, 4 th Floor, Fateh Maidan Road, Hyderabad Tel No: Proposals must remain valid 90 days after the submission date Clarifications may be requested not later than 7 days before the last date for submission. Chief Engineer-I /DGM(E), ce1@apiic.in, gnagabhushanam@apiic.in Andhra Pradesh Industrial Infrastructure Corporation Ltd Parisrama Bhavan, 4 th Floor, Fateh Maidan Road, Hyderabad Tel No: Date & time for opening of Technical proposal: Date: 15/09/2015 Time: 4:00 PM Date & time for opening of Financial proposal: Date: 18/09/2015 Time: 3:00PM (b) The minimum number of professionals required for the Assignment/job is mentioned in Section- 5- Terms of Reference The formats of the Technical Proposal to be submitted are: Form Tech 1: Letter of Proposal submission Form Tech 2 : Consultant s organization & experience Form Tech 3 : Approach &methodology Form Tech 4 : Curriculum vitae Form Tech 5 :Work Schedule Form Tech 6 : Comment / modification suggested on draft contract. 13 Training is a specific component of this Assignment/job: No Consultant to state the cost in Indian Rupees: Consultant must submit the proposals as specified in clause 16 P a g e

17 S.No Ref. of ITC Particulars of section Evaluation Criteria: Criteria, sub-criteria, for evaluation of Technical Proposals have been prescribed evaluation in point 17 (1) Procedure for evaluation of Technical Proposals (i) Specific experience of the Consultants (that is, the firm s) relevant to the Assignment/job: Experience in preparation of at least two DPR for Water Supply Infrastructure Service with cost of each project more than Rs 200 Crores in the last 10 years. (ii) Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: The methodology and work plan will be evaluated under the following two sub criteria: a) Work plan b) Organization and staffing A qualifying proposal should qualify under both the sub-criteria mentioned above. (iii) Key professional staff qualifications and competence for the Assignment/job: The qualification & experience of key professionals including the team leader will be evaluated for the following sub-criteria: 1) General qualifications (Education, special training, age etc.) 2) Adequacy for the Assignment/job (experience, positions held etc.) 3) Experience in region and language (specific local area experience and language proficiency) (iv) Annual turnover of the Consultant for Engineering Consultancy Works for past 3 years should be minimum Rs Crores Method of Selection: QCBS only. The minimum technical score required to pass is: 75 points (Seventy Five points). Only those bidders whose technical bids get a score of 75 (seventy five) marks out of 100 (hundred) shall qualify for opening of financial bid for further consideration. The lowest evaluated Financial Proposal (Fm) is given by the maximum financial score (Sf) out of 100. The formula for determining the financial scores (Sf) of all other Proposals is calculated as following: Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price, and F the price of the proposal under consideration. The weights given to the Technical (T) and Financial (P) Proposals are: T = 0.8, and P = 0.2: Proposals are ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P= the weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x P%. 17 P a g e

18 S.No Ref. of ITC Particulars 18 - Expected date for commencement of consulting Assignment/job: 15 days from the day of signing of contract agreement/ date of issue of Letter of Intent Tentative location for performance assignment / job are and well not be limited to: Donakonda, Krishnapatnam, Yerpedu- Srikalahasti, Sri-City, Orvakal, Gorantla, Hindupur 17. The scoring criteria used for technical evaluation Sr.no. Parameter Marks Maximum Marks marks Annual turnover for Engineering Consultancy works in the last 3 years minimum Rs. 20 Crores Crores 2 mark Crores 4 marks Crores 8 marks 1.4 > 100 Crores 10 marks 2. Experience in preparation of at least two DPRs for Water Supply Infrastructure Service with cost of each project more than Rs Crores in last 10 years 30 marks 2.1 Minimum 2 DPRs 6 marks 2.2 Additional each DPR 3 marks each with a maximum ceiling limit of 30 marks 3. Proposed Approach & Methodology for carrying out the assignment 30 marks Technical Approach 10 marks and methodology Understanding of 5 marks TOR and Scope of work Work Plan 10 marks Organization and 5 marks Staffing 4. Relevant Experience 30 marks 18 P a g e

19 of Key Personnel 4.1 Project Manager 12 marks Experience >= marks years Experience = marks years Experience <= 14 6 marks years 4.2 Water Supply Expert 6 marks 4.3 Hydraulic Design 6 marks Engineer 4.5 Financial Expert 6 marks Total 100 marks Note: Part of the services (experience in years) will be rounded off to the nearest value. Expected input of key professional and requisite expertise and minimum number of key professional staff required for the present assignment. S. No Manpower Expert Nos. 1 Project Manager Graduate Civil Engineer/ preferably Post graduate Civil/ Public Health /Environmental Engineer with at least 20 years experience including at least 15 years experience in the 1 related field including detailed design, engineering & preparation of detailed project reports for (i) Water supply (ii) General civil 2 Water Supply Expert 3 Hydraulic Design Engineer 4 Financial Expert 5 Support Engineers Works sectors. Post Graduate Engineer (Civil/ Public Health /Environmental Engineering) with at least 15 years experience including at least 10 years experience in design of programs of large Water Supply projects involving Intake structures, Pumping Mains, Pumping Stations and Overhead Reservoirs. A Graduate in Civil Engineering with 10 years of experience with not less than 5 years experience in design / construction of water supply projects. Should have relevant Post Graduation / Graduation in Financial Management or Chartered Accountant (CA) and having experience in financial modelling, project structuring. Graduate Engineer (Civil) as per work requirement with at least 2 year experience in required field of design P a g e

20 Section 3 Technical Proposal - Standard Forms 20 P a g e

21 FORM TECH-1 LETTER OF PROPOSAL SUBMISSION To, Chief Engineer-I, Andhra Pradesh Industrial Infrastructure Corporation Ltd Parisrama Bhavan, 4 th Floor, Fateh Maidan Road, Hyderabad [Location, Date] Dear Sir, We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are here by submitting our Proposal, which includes this Technical Proposal, Bid processing fee and a Financial Proposal sealed under a separate envelope. We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: 21 P a g e

22 CONSULTANT S ORGANIZATION AND EXPERIENCE FORM TECH-2 A-Consultant s Organization [Provide here a brief description of the background and organization of your firm/entity and each associate for this Assignment/job. The brief description should include ownership details, date and place of incorporation of the firm, objectives of the firm etc. Also if the consultant has formed a consortium, details of each of the member of the consortium, name of lead members etc shall be provided] B -Consultant s Experience [Using the format below, provide information on each Assignment/job for which your firm, and each partner in the case of consortium or joint venture, was legally contracted either individually as a corporate entity or as one of the major partners with in an association, for carrying out consulting Assignment/job similar to the ones requested under this Assignment/job (If possible, the client shall specify exact assignment/ job for which experience details may be submitted). 1. Firm s name: 1.1 Assignment/job name: 1.2 Description of Project: 1.3 Approx. value of the contract (in Rupees): 1.4 Country: 1.5 Location within country: 1.6 Duration of Assignment/job (months) : 1.7 Name of Client: 1.8 Address of Client: 1.9 Total No of staff-months of the Assignment/job: 1.10 Approx. value of the Assignment/job provided by your firm under the contract(in Rupees): 1.11 Start date (month/year): 1.12 Completion date (month/year): 1.13 Name of associated Consultants, if any: 22 P a g e

23 1.14 No of professional staff-months provided by associated Consultants: 1.15 Name of senior professional staff of your firm involved and functions performed Description of actual Assignment/job provided by your staff within the Assignment/job: Note: Please provide documentary evidence from the Client copy of work order, contract completion certificate for each of above mentioned assignment. The experience shall not be considered for evaluation if such requisite support documents are not provided with the proposal. 23 P a g e

24 FORM TECH-3 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT/JOB [Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided in to the following three chapters: a) Technical Approach and Methodology, b) Work Plan, and c) Organization and Staffing, a) Technical Approach and Methodology: In this chapter you should explain your understanding of the objectives of the Assignment/job, approach to the Assignment/job, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. b) Work Plan: The consultant should propose and justify them in an activity of the Assignment/job, their content and duration, phasing and inter relations, milestones (including interim approvals by the Client), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of FormTECH-5. Organization and Staffing: The consultant should propose and justify the structure and composition of your team. You should list the main disciplines of the Assignment/job, the key expert responsible, and proposed technical and support staff.] 24 P a g e

25 FORM TECH-4 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF 1. Proposed Position: [For each position of key professional to be furnished]: 2. Name of Firm: [Insert name of firm proposing the staff]: 3. Name of Staff: [Insert full name]: 4. Date of Birth: 5. Nationality: 6. Education: [Indicate college/ university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]: 7. Membership of Professional Associations: 8. Other Training: 9. Countries of Work Experience: [List countries where staff has worked in the last ten years]: 10. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: 11. Employment Record: [Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]: From [Year]: To Year]: Client: Positions held: 12. Detailed Tasks Assigned[List all tasks to be performed under this Assignment/job] 13. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the Assignment/jobs in which the staff have been involved, indicate the 25 P a g e

26 following information for those Assignments/ jobs that be illustrate staff capability to handle the tasks listed under point 12.] Name of Assignment/job or project: Year: Location: Client: Main project features: Positions held: Activities performed: 14. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged. Date: [Signature of staff member or authorized] Place: [representative of the staff] [Full name of authorized representative]: 26 P a g e

27 FORM TECH-5 WORK SCHEDULE S.No. Activity Duration in Months Indicate all main activities of the Assignment/job, including delivery of reports (e.g.: Pre-feasibility, draft and final reports) and survey reports. 2 Duration of activities shall be indicated in the form of a bar chart. 27 P a g e

28 COMMENTS / MODIFICATIONS SUGGESTED ON DRAFT CONTRACT FORM TECH-6 [Here the consultant shall mention any suggestion / views on the draft contract attached with the RFP document. The consultant may also mention here any modifications sought by him in the provisions of the draft contract. This information shall be used at the time of the negotiations. However, the Client is not bound to accept any/all modifications sought and may reject any such request of modification.] 28 P a g e

29 Section - 4 Financial Proposal Standard Forms 29 P a g e

30 FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM To, Chief Engineer-I, Andhra Pradesh Industrial Infrastructure Corporation Ltd Parisrama Bhavan, 4 th Floor, Fateh Maidan Road, Hyderabad [Location, Date] Dear Sir, We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures1]. This amount is exclusive of service tax and inclusive of all other taxes. We hereby confirm that the financial proposal is unconditional and we acknowledge that any condition attached to financial proposal shall result in reject of our financial proposal. Our Financial Proposal shall be binding upon us, to expiration of the validity period of the Proposal, i.e. before the date indicated in Paragraph 4 of the Part II Data Sheet. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: 30 P a g e

31 FORM FIN-2 S. No Name of Cluster Donakonda, Prakasam Dist Yerpedu- Srikalahasti, Chittoor Dist Sricity, Chittoor Dist Orvakal, Jupadu Bangla in Kurnool Dist Hindupur, Anantapur Dist Detailed Project Report cost including Remuneration, Reimbursable, Soil Investigations, Miscellaneous Expdrs etc., Extent LS Amount Unit 36,922 17,355 7,000 36,750 22,203 SUMMARY OF COSTS Topographic Survey Cost in Rs. Tentative Quantity Summer Storage tank Designs and detailed Estimates Rate in Rs. Amount in Rs. Amount in Rs. SubTotal (A) SubTotal (B) SubTotal Total cost (Sub Total (A), (B) & (c)) in Rs. Service 14% in Rs. Grand Total cost in Rs. 1. Topographic survey is estimated at 500 linear kilometres for the above ten clusters. This is purely tentative figure. Actuals may vary as per the site conditions and payment will be considered only for the actual work done.

32 2. Cost for topographical survey as described in scope of work Section 5 Part- I-2 of TOR per linear Km. should be quoted. 3. The extent given is indicative the actual extent will be given at time of work order the rate quoted should be inclusive of variation up to 15% of indicative area. Up to 15% of variation in extent no variation LS quoted cost is allowed. 4. For Summer storage tank rate should be quoted per TMC, the cost will be arrived multiplying the quoted cost with the required TMC upto two decimal accuracy. Grand Total Cost in Rs: Amount in words:.. Authorized Signature Name: Designation Name of firm with seal: Address: 32 P a g e

33 Section 5 TERMS OF REFERENCE

34 Part I Objectives and Scope of Work 1. Introduction: The Government of Andhra Pradesh / Andhra Pradesh Industrial Infrastructure Corporation (APIIC) Ltd. has planned to develop certain high potential areas as manufacturing hubs to spur industrial growth. The following clusters fall under Chennai Bengaluru industrial corridor and Visakhapatnam Chennai industrial corridor and additional locations identified by APIIC, are foreseen as high potential areas for industrial activity. Once these clusters are provided with basic infrastructure, A.P's industrial scenario would turn brighter. S. No District Name of Cluster Extent of Land in acres (Tentative) 1 Prakasam Dist Donakonda 36,922 2 Chittoor Dist Yerpedu-Srikalahasti 17,355 3 Chittoor Dist Sri City 7,000 4 Kurnool Dist Orvakal & Jupadu Bangla 36,570 5 Ananthapur Dist Gorantla, Hindupur 22,203 (Detailed bifurcation of extent of land as per Mandal wise is enclosed in Annexure A. The above figures are indicative. Final extend of land shall be given by Client at the time of issuance of work order) Provision of water supply is one of the key physical infrastructure components for industrial development. Adequate water supply will certainly attract major industrial units in these clusters. Government of AP / APIIC contemplate to engage reputed consultants in water supply projects for preparing Detailed Project reports in respect of the above 10 Nos. industrial clusters. 2. Scope of Work: The consultant shall prepare Detailed Project Report of industrial water supply to the individual clusters as per the guidelines given by Asian Development Bank (ADB) including environmental and social safe guards, Economic & Financial analysts etc,. Consultants may 34 P a g e

35 download the guidelines which covers feasibility report, Draft DPR, Final DPR, Bid documents. The scope shall broadly cover the following aspects: A : Technical Feasibility of the Project:- Conducting Reconnaissance Survey: The consultant shall conduct reconnaissance survey to get familiarise with the topography and features of project area. Existing Data Collection: The consultant shall collect all the existing information about the present industrial clusters, water supply arrangements, existing water resources, maps, road network etc., Water Demand Assessment: Consultant shall review the water demands considered by APIIC and finalize the water demands based on International/National norms in consultation with APIIC and workout the demands in phase wise. Identification of Source: The consultant shall explore and study all the available/proposed water resources plan Source from existing/under progress irrigation projects, Desalination if feasible in consultation with Water Resources department, Govt. of AP and recommend the sustainable source throughout the year duly considering Storage requirements (SS Tanks) during canal closure period for the industrial cluster after studying various options. Exploring the possibility of using Existing/defunct tanks as Storage tanks. Study the system duly considering all the alternatives of water supply sources and suggest suitable measures for source augmentation including identification of new sources. Stake holder Consultations: The consultant shall discuss the Project proposals and details with APIIC, Water Resources dept, RWS&S Dept, R&B dept, NHAI etc., Consultant shall prepare three alternatives and finalize the best alternative in consultation with APIIC. The alternatives earmarked, transferred on toposheets and Google maps have to be submitted in both AutoCAD format and kml format. SWOT analysis of the identified alternatives. B : Topographic Survey: Carrying out detailed Topographical survey using total station and DGPS including preparation and plotting of drawings (L-Section and Plan) as per technical specifications for the finalized alignment by the client for the individual clusters. Consultant shall advise APIIC on the necessary permissions / Right of way to be obtained from R&B dept., NHAI. Consultant shall also workout the norms and standards required for the services after studying relevant codes, standards, norms and state level practices, UDPFI guidelines and in particular CPHEEO manuals. The consultant shall determine Intake location and size of required intermediate lifting stations and prepare hydraulic designs, pump house, pump capacities and power requirement, pumping machinery, rising main, delivery mains etc., 35 P a g e

36 C : Financial Viability of the project The consultant shall workout the capital expenditure, operation & maintenance expenditure and financial viability of the project. The consultant shall also study in detail the risks associated with the project and suggest suitable risk mitigation measures. Based on the above, the consultant shall then prepare a techno economic feasibility report for the scheme. Operation & Maintenance The consultant shall prepare the operation and maintenance cost based on the guidelines and manuals on operation and maintenance inclusive of energy charges, pipe line maintenance cost etc., Revenue Model/Finance Model Based on capital cost worked out on line estimate and O&M cost; sale price of water to be worked out by consultant in a broad way. Funding of the project Source of funds to be broadly examined and recommended by the consultant. In the initial years of the project, when the off-take of water is low, methods for subsidizing the water to bridge the gaps in revenue are to be suggested by the consultant in a broad way. The consultant shall undertake economic analysis in a broad way including estimation of economic IRR etc., D : Detailed Project Report (DPR) Scope of Work Grid contour survey and geo-technical investigation of pump houses, sumps and Summer storage tanks locations are to be carried out as per IS code specification, as approved alignment by client. Hydraulic design including pipe matrix, economic diameter of pipelines and surge analysis of Rising/Gravity mains for all pipe lines, Intake arrangements, Sumps, water pumping equipment for pumping stations and obtaining quotations from reputed suppliers of the equipment for non-ssr items with characteristic curves of pumps, detailed drawings of pump set arrangements including required appurtenances like Air valve, Sluice valve, Scour valves etc. and structural design of all required structures like pillars, thrust blocks, inspection chambers etc. including preparation of drawings, cost estimates. Structural Design of Intake Arrangement, Sumps, Summer Storage Tanks, Canal crossings, Pump houses to accommodate pumps and motors along with carrying out detailed foundation investigation and preparation of drawing, cost estimates. Assessment of Electric power demand for Electric sub stations, prepare Technical specifications for Electric substations/electrical Lines. Type design for staff quarters and preparation of drawings, estimates. Design of Approach Roads/Service Roads including preparation of drawings, estimates. Preparation of Line estimates for bridges for pipe lines, railway crossings, road 36 P a g e

REQUEST FOR PROPOSAL. For

REQUEST FOR PROPOSAL. For REQUEST FOR PROPOSAL For APPOINTMENT OF CONSULTANT FOR PROJECT MANAGEMENT UNIT (PMU) FOR MADHYA PRADESH HOUSING AND INFRASTRUCTURE DEVELOPMENT BOARD AT BHOPAL MADHYA PRADESH HOUSING AND INFRASTRUCTURE

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR APPOINTMENT OF CONSULTANT FOR PREPARATION OF DETAILED PROJECT REPORT FOR MIXED USE PROJECT AT SURYA NAGAR LAXMAN GHAR, BARETH GWALIOR (M. P.) MADHYA PRADESH HOUSING AND INFRASTRUCTURE

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL Household Baseline Survey, Bartica, Guyana Contract #29/2017/ Italian Government /CCCCC October

More information

Procurement of Consultancy Services

Procurement of Consultancy Services STANDARD REQUEST FOR PROPOSALS Procurement of Consultancy Services Advertising Campaign & PR Services RFP # PUBED/07/16 iii CONTENTS Preface... v Section 1. Letter of Invitation... 3 Section 2. Instructions

More information

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS REPUBLIC OF KENYA OFFICE OF THE ATTORNEY GENERAL AND DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS CONSULTANCY SERVICES TO SUPPORT OAG & DOJ TO BE ISO 9001:2015 AND ISO/IEC 27001:2103 CERTIFIED TENDER NO.

More information

Standard Request for Proposals Selection of Consultants

Standard Request for Proposals Selection of Consultants STANDARD PROCUREMENT DOCUMENTS Standard Request for Proposals Selection of Consultants Caribbean Development Bank October 2011 Foreword 1. This Standard Request for Proposals ( SRFP ) has been prepared

More information

Selection of Consultants

Selection of Consultants Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized STANDARD REQUEST FOR PROPOSALS Selection of Consultants The World Bank Washington, D.C.

More information

Procurement of Consultancy Services for Carrying Out the Environmental Impact Assessment for the Proposed 20 MW Seethawaka Ganga Hydro Power Project

Procurement of Consultancy Services for Carrying Out the Environmental Impact Assessment for the Proposed 20 MW Seethawaka Ganga Hydro Power Project REQUEST FOR PROPOSALS Quality and Cost Based Selection (QCBS) Procurement of Consultancy Services for Carrying Out the Environmental Impact Assessment for the Proposed 20 MW Seethawaka Ganga Hydro Power

More information

Selection of Consultants

Selection of Consultants STANDARD REQUEST FOR PROPOSALS Selection of Consultants including Standard and Sample Contracts for Consultants Services: Complex Time-Based Assignments Consultants Services: Lump-Sum Remuneration and

More information

Request for Proposal Procurement of Services

Request for Proposal Procurement of Services Request for Proposal Procurement of Services Bhutan Telecom Limited March 2018 Project Name: Risk Based Internal Audit Manual Development Procuring Agency: Bhutan Telecom Limited Thimphu; Bhutan CONTENTS

More information

Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh

Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh 1 Letter of invitation of bids for appointment of Transaction Advisor for the selection of HSRP Vendor in the State of Madhya Pradesh Table of Contents 1. Letter of invitation.. 3-4 2. Data Sheet.. 5-6

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REPÚBLICA DEMOCRÁTICA DE TIMOR-LESTE COMISSAO NACIONAL DE APROVISIONAMENTO Rua dos Direitos Humanos, Dili, Timor Leste REQUEST FOR PROPOSALS CONSULTING SERVICES FOR CONSTRUCTION SUPERVISION FOR THE UPGRADING

More information

CONSULTANCY SERVICES FOR EBENE URBAN REGENERATION DEVELOPMENT FRAMEWORK

CONSULTANCY SERVICES FOR EBENE URBAN REGENERATION DEVELOPMENT FRAMEWORK Project: CONSULTANCY SERVICES FOR EBENE URBAN REGENERATION DEVELOPMENT FRAMEWORK Ref: LM/ADM/SP17/92 REQUEST FOR PROPOSAL for Selection of Consultants Landscope (Mauritius) Ltd 7 th Floor, Wing A Cyber

More information

MATSAPHA TOWN COUNCIL

MATSAPHA TOWN COUNCIL MATSAPHA TOWN COUNCIL REQUEST FOR PROPOSALS FOR THE PROVISION OF CONSULTANCY SERVICES ON THE FORMULATION OF 2018 2024 Integrated Development Programme (IDP) TENDER NUMBER: 26 OF 2017/18 22 nd January 2018

More information

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA)

REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) REQUEST FOR PROPOSAL DOCUMENT CONSULTANCY SERVICES FOR CUSTOMER SATISFACTION SURVEY FOR PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) TENDER NO. PPRA/23/ 2016 2017 SUBMISSION DEADLINE 11 TH APRIL, 2017

More information

EASTERN CARIBBEAN TELECOMMUNICATIONS AUTHORITY REQUEST FOR PROPOSALS

EASTERN CARIBBEAN TELECOMMUNICATIONS AUTHORITY REQUEST FOR PROPOSALS EASTERN CARIBBEAN TELECOMMUNICATIONS AUTHORITY REQUEST FOR PROPOSALS Title of Consulting Services: Recommendation of a new Retail Price Regulation Regime for the ECTEL Member States. 6 th April, 2018 CONTENTS

More information

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, BANGALORE

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, BANGALORE Page 1 of 47 KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, BANGALORE REQUEST FOR PROPOSALS (RFP NO. ) FOR THE CONSULTANCY ASSIGNMENT Appointment of chartered accountant for maintenance of accounts through

More information

Procurement of Licences of Business Objects BI Platform

Procurement of Licences of Business Objects BI Platform RESERVE BANK OF INDIA Request For Proposal (RFP) For Procurement of Licences of Business Objects BI Platform Date of Issue: January 25, 2016 Department of Statistics and Information Management Reserve

More information

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS) National Competitive Tendering (NCT) VOLUME I Tender Reference:. Issue Date: Day/Month/Year Public Procurement Authority Accra, Ghana

More information

MILLENNIUM CHALLENGE ACCOUNT NAMIBIA FUNDED BY THE UNITED STATES OF AMERICA THROUGH THE MILLENNIUM CHALLENGE CORPORATION REQUEST FOR PROPOSALS

MILLENNIUM CHALLENGE ACCOUNT NAMIBIA FUNDED BY THE UNITED STATES OF AMERICA THROUGH THE MILLENNIUM CHALLENGE CORPORATION REQUEST FOR PROPOSALS MILLENNIUM CHALLENGE ACCOUNT NAMIBIA FUNDED BY THE UNITED STATES OF AMERICA THROUGH THE MILLENNIUM CHALLENGE CORPORATION REQUEST FOR PROPOSALS MCAN/COM/RFP/1A02011 FOR TECHNICAL ASSISTANCE TO THE MINISTRY

More information

SWAZILAND CIVIL AVIATION AUTHORITY

SWAZILAND CIVIL AVIATION AUTHORITY P.O. BOX D361 THE GABLES. SWAZILAND. TEL: (+268) 2333 5000 Fax (+268) 25184199 SWAZILAND CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSALS FOR THE PROVISION OF SECURITY SERVICES AT KING MSWATI III INTERNATIONAL

More information

REQUEST FOR PROPOSALS (RFP/UNDP/INDIA/2014/002)

REQUEST FOR PROPOSALS (RFP/UNDP/INDIA/2014/002) REQUEST FOR PROPOSALS Selection of Cluster Level Agencies (CLA) to support implementation of energy efficient production in small scale steel industry in India (RFP/UNDP/INDIA/2014/002) United Nations

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED

REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWD BRTS COMPANY LIMITED REQUEST FOR PROPOSALS FOR HIRING OF CHARTERED ACCOUNTANT FIRM FOR INTERNAL AUDIT OF HUBLI-DHARWAD BRTS COMPANY LIMITED HDBRTSCO/ADMIN/CA/PROC/2015-16/2016 28 th MARCH 2016 HUBLI-DHARWD BRTS COMPANY LIMITED

More information

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( ) Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy (2009-14) PREQUALIFICATION CUM TENDER NOTICE FOR CONSULTANT FOR AVAILING DUTY CREDIT SCRIP UNDER FOREIGN

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS)

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IFRS CONVERGED INDIAN ACCOUNTING STANDARDS (IND AS) TENDER REFERENCE NO. : BOI/FIN/06/2016 DATED: 18 th JUNE 2016 BANK OF INDIA

More information

AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND. STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor)

AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND. STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor) AFRICAN DEVELOPMENT BANK AFRICAN DEVELOPMENT FUND STANDARD LETTER OF INVITATION TO CONSULTANTS (Price is a Factor) PROCUREMENT MONITORING AND CONSULTING SERVICES UNIT JANUARY 1997 PREFACE This Standard

More information

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION 1 P a g e Uttar Pradesh Rajkiya Nirman Nigam Ltd 168 C, Ashok Nagar, Ranchi (Jharkhand) Ref:

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL For SELECTION OF PROJECT MANAGEMENT CONSULTANT (PMC) TO DESIGN, DEVELOP, MANAGE AND IMPLEMENT SMART CITY PROJECTS UNDER SMART CITY MISSION (SCM) IN DHARAMSHALA, HIMACHAL PRADESH Issued

More information

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal UNIVERSITY OF KARACHI KARACHI Ref: P.O./2018-112488 Cost of form Rs. 2,000/= =(Non refundable) BIDDING DOCUMENT EXAMINATIONN TABLES, EXAMINATION CHAIRS, SHAMIANAS, QANATS ETC. ARE REQUIRED ON HIRING BASIS

More information

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks.

Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. Draft Document for Expression of Interest (EOI) for Empanelment of Consultancy Firms for various Regulatory tasks. 1. INTRODUCTION Brihanmumbai Electric Supply & Transport Undertaking (BEST Undertaking)

More information

INDUSTRIAL EXTENSION BUREAU (A Government of Gujarat Undertaking)

INDUSTRIAL EXTENSION BUREAU (A Government of Gujarat Undertaking) INDUSTRIAL EXTENSION BUREAU (A Government of Gujarat Undertaking) REQUEST FOR PROPOSALS FOR PROJECT MANAGEMENT CONSULTANCY FOR EPC OF MAHATMA MANDIR CONVENTION CENTER PHASE 1 B AT, GANDHINAGAR - PHASE

More information

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION

STCI FINANCE LIMITED REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION REQUEST FOR PROPOSAL ENGAGEMENT OF CONSULTANT FOR UNDERTAKING EQUITY VALUATION 1. Background STCI Finance Limited ( STCI or the Company ), is a Systemically Important Non-Deposit Taking Non-Banking Financial

More information

BASTAR VISHWAVIDYALAYA

BASTAR VISHWAVIDYALAYA BASTAR VISHWAVIDYALAYA JAGDALPUR (Dharampura) Distt. BASTAR (C.G.) 494001 Phone-07782-229037 E-Mail-registrar@bvvjdp.ac.in EXPRESSION OF INTEREST (EOI) For DGPS Survey ISSUED TO:- ------------------------------------------------------------------------------------------------------------------------------

More information

REQUEST FOR PROPOSAL (e-procurement mode only)

REQUEST FOR PROPOSAL (e-procurement mode only) GOVERNMENT OF KARNATAKA DEVELOPMENT OF BENGALURU SIGNATURE BUSINESS PARK ADJACENT TO KEMPEGOWDA INTERNATIONAL AIRPORT AT DEVENAHALLI, BENGALURU REQUEST FOR PROPOSAL (e-procurement mode only) PROJECT CONSULTANCY

More information

PRE-QUALIFICATION DOCUMENT FOR CONSULTANTS

PRE-QUALIFICATION DOCUMENT FOR CONSULTANTS SUKKUR INSTITUE OF BUSINESS ADMINISTRATION Details of work: PRE-QUALIFICATION DOCUMENT FOR CONSULTANTS Master planning Civil Work. Electrical Work. Plumbing Work. Drainage/sewerage system. Land scapping

More information

Notice No nd June, 2015 Notice Inviting Application

Notice No nd June, 2015 Notice Inviting Application Notice No. 1694 22 nd June, 2015 Notice Inviting Application Madhya Pradesh Warehousing & Logistics Corporation (MPWLC) Office Complex, Block 'A' Gautam Nagar, Bhopal Phone : +91-755-2600509, 510 Fax :

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Standard Request for Proposals Edited by C. Fletcher (Aug 10, 2011) For submission to HOPs (July 28, 2011) SELECTION OF CONSULTANT REQUEST FOR PROPOSAL RFP No. : CBUD/IPSCDL/3/GOA Country: INDIA Credit

More information

for SUPPLY OF HP TONER CARTRIDGE

for SUPPLY OF HP TONER CARTRIDGE SHORT TERM TENDER for SUPPLY OF HP TONER CARTRIDGE Tender no. SPIC/2015/29897/A Date: 24/09/2015 Society for Promotion of Information Technology in Chandigarh ( Under the aegis of Department of Information

More information

GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE

GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE GOVERNMENT OF KARNATAKA INDIA DEVELOPMENT OF BENGALURU INTERNATIONAL CONVENTION CENTRE REQUEST FOR PROPOSAL FOR CONSULTANCY SERVICES FOR CONCEPT DESIGN & PROJECT MANAGEMENT Karnataka State Industrial &

More information

REQUEST FOR PROPOSALS (RFP) FOR

REQUEST FOR PROPOSALS (RFP) FOR REQUEST FOR PROPOSALS (RFP) FOR CONSULTANCY SERVICES FOR PREPARATION OF RESETTLMENT ACTION PLAN FOR THE STANDARD GAUGE RAILWAY (SGR) PHASE 2A NAIROBI-NAIVASHA TENDER NO. KRC/PLM/004/2016-2017 CLOSING DATE:

More information

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA) Plot No. G-5 & 6, Sector 10, Dwarka New Delhi

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA) Plot No. G-5 & 6, Sector 10, Dwarka New Delhi NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA) Plot No. G-5 & 6, Sector 10, Dwarka New Delhi 110 075 Independent Engineer services for 4 Laning of Goa / Karnataka

More information

WAJIR COUNTY GOVERNMENT

WAJIR COUNTY GOVERNMENT REPUBLIC OF KENYA WAJIR COUNTY GOVERNMENT CONSULTANCY SERVICES FOR HUMAN RESOURCE AND PAYROLL AUDIT FOR WAJIR COUNTY GOVERNMENT TENDER No.: WCG/T/415/2017-2018 1 COUNTY SECRETARY WAJIR COUNTY GOVERNMENT

More information

RECRUITMENT OF PUBLICRELATION &MEDIA CONSULTANT RFP NO. CPF/RFP/007/2018 FOR RECRUITMENT OF PUBLIC RELATION & MEDIA CONSULTANT

RECRUITMENT OF PUBLICRELATION &MEDIA CONSULTANT RFP NO. CPF/RFP/007/2018 FOR RECRUITMENT OF PUBLIC RELATION & MEDIA CONSULTANT RECRUITMENT OF PUBLICRELATION &MEDIA CONSULTANT RFP NO. CPF/RFP/007/2018 FOR RECRUITMENT OF PUBLIC RELATION & MEDIA CONSULTANT JULY 2018 CONTENTS IMPORTANT NOTICE AND INFORMATION TO BIDDERS... 5 Section

More information

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS. RFP REFERENCE NO. SBI/FRT/IFRS/02/2016 DATED: 30 th March 2016

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS. RFP REFERENCE NO. SBI/FRT/IFRS/02/2016 DATED: 30 th March 2016 REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANT FOR IMPLEMENTATION OF IND AS RFP REFERENCE NO. SBI/FRT/IFRS/02/2016 DATED: 30 th March 2016 STATE BANK OF INDIA, IFRS DEPARTMENT, 10-D, CENTRE-1,

More information

REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF CONSULTANT TO OPTIMIZE BALANCE SHEET AND MAXIMIZE RETURN ON ASSET AND PRE-PROVISION OPERATING PROFIT

REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF CONSULTANT TO OPTIMIZE BALANCE SHEET AND MAXIMIZE RETURN ON ASSET AND PRE-PROVISION OPERATING PROFIT REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF CONSULTANT TO OPTIMIZE BALANCE SHEET AND MAXIMIZE RETURN ON ASSET AND PRE-PROVISION OPERATING PROFIT RFP REFERENCE NO: PPR/RFP/1/2018 DATED: June 21, 2018

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information

Request for Proposal (RFP) Bid Document. for. Engagement of Consultants for providing Consultancy Services to the APDCL

Request for Proposal (RFP) Bid Document. for. Engagement of Consultants for providing Consultancy Services to the APDCL ASSAM POWER DISTRIBUTION COMPANY LIMITED Request for Proposal (RFP) Bid Document for Engagement of Consultants for providing Consultancy Services to the APDCL NIT NO: 01/2017 June, 2016 Office of The Chief

More information

African Union REQUEST FOR PROPOSALS BY THE AFRICAN UNION COMMISSION FOR

African Union REQUEST FOR PROPOSALS BY THE AFRICAN UNION COMMISSION FOR ! African Union REQUEST FOR PROPOSALS BY THE AFRICAN UNION COMMISSION FOR CONSULTANCY SERVICES FOR THE ESTABLISHMENT AND OPERATION OF AFRICA CENTRES FOR DISEASE CONTROL AND PREVENTION TRAINING AND DEVELOPMENT

More information

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL SELECTION OF CONSULTANTS- Individual Introduction This Standard Procurement Documentation has been prepared by the NPTA for use by the Procuring Entities

More information

MATSAPHA TOWN COUNCIL

MATSAPHA TOWN COUNCIL MATSAPHA TOWN COUNCIL REQUEST FOR PROPOSALS FOR THE PROVISION OF CONSULTANCY SERVICES FOR THE FORMULATION OF THE MATSAPHA DISASTER RISK ASSESSMENT & MANAGEMENT PLAN TENDER NUMBER: 1 OF 2018/19 7 th JUNE

More information

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

BHEL : ROD : MUMBAI NOTICE INVITING TENDER BHEL : ROD : MUMBAI NOTICE INVITING TENDER The bidder should ensure the pre-qualification criteria set in the Technical Bid Part A before submission of the bid: Unit : ROD Mumbai Address : 15 th Floor,

More information

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT BIDDING DOCUMENT DEPARTMENT OF GOVERNMENT INFORMATION BID No: DI/PRO/04/19/2016/TEC 05 Bids will be closed at 1100 hours on.01.08.2018

More information

SELECTION OF CONSULTANTS REQUEST FOR PROPOSALS. RFP No.: CBUD/UP/50/Navi Mumbai. Country: India

SELECTION OF CONSULTANTS REQUEST FOR PROPOSALS. RFP No.: CBUD/UP/50/Navi Mumbai. Country: India Standard Request for Proposals SELECTION OF CONSULTANTS REQUEST FOR PROPOSALS RFP No.: CBUD/UP/50/Navi Mumbai Country: India Project Name : Capacity Building for Urban Development Credit #: 4997-IN Selection

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

RE- ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES ON THE PRIVATIZATION OF PUBLIC SECTOR OWNED HOTELS

RE- ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES ON THE PRIVATIZATION OF PUBLIC SECTOR OWNED HOTELS ISO 9001:2008 Certified RE- ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES ON THE PRIVATIZATION OF PUBLIC SECTOR OWNED HOTELS REF NO: PC/RFP/014/2017-2018 (QUALITY COST BASED SELECTION

More information

Part A TECHNICAL BID (To be returned duly signed on all pages)

Part A TECHNICAL BID (To be returned duly signed on all pages) TAMIL NADU SALT CORPORATION LIMITED (A GOVERNMENT OF TAMILNADU ENTERPRISE) LLA Building, IV Floor, 735, ANNA SALAI CHENNAI 600 002. PHONE: +91-44-28418344 Fax :+91-44-28525846 +91-4576-262224 +91-4576-262227

More information

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED Last date for submission of application : 20.01.2019 WEBEL TECHNOLOGY LIMITED

More information

INDIAN INSTITUTE OF SCIENCE BENGALURU

INDIAN INSTITUTE OF SCIENCE BENGALURU INDIAN INSTITUTE OF SCIENCE 30.09.2015 NOTICE INVITING TENDER The Registrar, Indian Institute of Science, Bengaluru invites sealed tenders in Two Bid System (Technical bid and Price bid) from reputed,

More information

Notice inviting applications for Empanelment of Forensic Auditors

Notice inviting applications for Empanelment of Forensic Auditors Notice inviting applications for Empanelment of Forensic Auditors IFCI Limited invites applications from interested Chartered Accountants / Chartered Accounting Firms/ Cost Accountants and Cost Accountant

More information

SWAZILAND ENVIRONMENT AUTHORITY

SWAZILAND ENVIRONMENT AUTHORITY SWAZILAND ENVIRONMENT AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTANCY SERVICES TO UNDERTAKE A REVIEW OF CHEMICALS LEGISLATION WITH PARTICULAR EMPHASIS ON PCB MANAGEMENT (IMPORT, EXPORT, USE AND WASTES).

More information

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION MAHARASHTRA ELECTRICITY REGULATORY COMMISSION REQUEST FOR PROPOSAL E-TENDER FOR EMPANELMENT OF SUPPLIER - FOR SUPPLY OF STATIONERY ITEMS, PRINTING & BINDING WORKS IN MAAHRASHTRA ELECTRICITY REGULATORY

More information

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm

Request for Proposal (RFP) For Appointment of Tax Consultancy Firm Request for Proposal (RFP) For Appointment of Tax Consultancy Firm INFRASTRUCTURE DEVELOPMENT AUTHORITY PUNJAB (IDAP) GOVERNMENT OF PUNJAB Ground Floor 7-C-1, Gulberg-III, Lahore Page 1 of 12 Table of

More information

Guidelines for the Employment of Consultants. under Japanese ODA Loans

Guidelines for the Employment of Consultants. under Japanese ODA Loans Guidelines for the Employment of Consultants under Japanese ODA Loans March 2009 1 TABLE OF CONTENTS Part I Page PART I GENERAL... 1 Section 1.01. Introduction...1 Section 1.02 Need for Employment of a

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED Contract No: CC-89 : Water Supply Arrangements for Underground portion of Line-7 (From Nizamuddin to Bhikaji Kama Palace) DELHI METRO RAIL CORPORATION LIMITED Water Supply Arrangements for Underground

More information

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES INVITATION FOR QUOTATIONS FOR CONSTRUCTION OF CIVIL WORKS UNDER SHOPPING PROCEDURES To Dear Sirs, Sub : INVITATION FOR QUOTATIONS FOR CONSTRUCTION

More information

REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016. Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis

REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016. Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis REQUEST FOR PROPOSAL RFP/UNDPKEN/013/2016 Provision of Travel Management Services To UNDP Kenya and partner agencies on Long Term Agreement Basis KENYA November, 2016 Page 1 of 57 Section 1. Letter of

More information

RE-ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR

RE-ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR ISO 9001:2008 Certified RE-ADVERTISEMENT REQUEST FOR PROPOSAL DOCUMENT FOR CONSULTANCY SERVICES ON THE PRIVATIZATION OF TOURISM FINANCE CORPORATION (FORMERLY KTDC) ASSOCIATED COMPANIES (HOTELS) REF NO:

More information

0, 2011) NEPAL ELECTRICITY AUTHORITY (A Government of Nepal Undertaking) REQUEST FOR PROPOSALS RFP No.: GSEEP/CS/QCBS-02

0, 2011) NEPAL ELECTRICITY AUTHORITY (A Government of Nepal Undertaking) REQUEST FOR PROPOSALS RFP No.: GSEEP/CS/QCBS-02 Request for Proposals Distribution Loss Reduction Master Plan 0, 2011) NEPAL ELECTRICITY AUTHORITY (A Government of Nepal Undertaking) REQUEST FOR PROPOSALS RFP No.: GSEEP/CS/QCBS-02 SELECTION OF CONSULTING

More information

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :. Cost of the Tender Document: Rs. 500/- (Rupees Five Hundred only) CENTRAL UNIVERSITY OF KASHMIR Administrative Campus: Nowgam Bypass, Near Puhroo Crossing Nowgam, Srinagar 190 015 (J&K) Phone: 0194-2140130,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Provision of hotel services in Minsk to the UN Agencies (accommodation, organization and conduction of events, catering services) RFP 412/2015 BELARUS United Nations Development Programme

More information

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA.

PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL INDIA. PASCHIM BANGA GRAMIN BANK HEAD OFFICE NATABAR PAUL ROAD, CHATTERJEEPARA MORE, TIKIAPARA, HOWRAH, WEST BENGAL -11 1 INDIA. ATTENTION: INSURANCE BROKERS REQUEST FOR PROPOSAL PASCHIM BANGA GRAMIN BANK intends

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Organization of a study tour for journalists to Denmark Moldova Energy and Biomass Project Republic of Moldova This project is funded by the European Union and implemented by the

More information

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE (Autonomous Institution of DSIR, Ministry of Science & Technology) 2 nd Floor, Core IV-B,

More information

REQUEST FOR PROPOSAL (RFP) ENGAGEMENT OF PRACTICING COMPANY SECRETARIES AS CONSULTANT IN THE BANK ON RETAINERSHIP BASIS.

REQUEST FOR PROPOSAL (RFP) ENGAGEMENT OF PRACTICING COMPANY SECRETARIES AS CONSULTANT IN THE BANK ON RETAINERSHIP BASIS. REQUEST FOR PROPOSAL (RFP) ENGAGEMENT OF PRACTICING COMPANY SECRETARIES AS CONSULTANT IN THE BANK ON RETAINERSHIP BASIS. RFP REFERENCE NO. CC/S&B/PSS/2015/01 DATED: 30/10/2015 STATE BANK OF INDIA, SHARES

More information

Industries Department Government of Tamil Nadu

Industries Department Government of Tamil Nadu Industries Department Government of Tamil Nadu Consultancy Services for the Preparation of Detailed Project Report for Improvements to Thiruvottiyur Ponneri Panchetti (TPP) Road, North Chennai Thermal

More information

SOFTWARE TECHNOLOGY PARKS OF INDIA

SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA (An Autonomous Society under Department of Electronics & Information Technology, Ministry of Communications and Information Technology, Govt. of India) Plot No.P1, Phase-1,

More information

INDIAN INSTITUTE OF TECHNOLOGY MADRAS CHENNAI

INDIAN INSTITUTE OF TECHNOLOGY MADRAS CHENNAI INDIAN INSTITUTE OF TECHNOLOGY MADRAS CHENNAI - 600 036 Quotation Notice No: 1 / 2014 15 / Civil On behalf of the Indian Institute of Technology Madras, Chennai, sealed Item rate Quotations are invited

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for Life Insurance Business Reference Number: PBGB/P&D(39)/183/2016 Date of RFP: April 30, 2016 Last Date & Time for Seeking Clarifications to

More information

Ref. No. P&S/F.2/OR/198/ Date:

Ref. No. P&S/F.2/OR/198/ Date: Corporation Bank (A Premier Public Sector Bank) Printing & Stationery Division 8th Cross, Gandhi Nagar, Near Lady Hill Circle Mangaluru 575 003 (Karnataka) Phone: 0824-2453015/ 2454007; FAX: 0824-2456298

More information

VOLUME I INSTRUCTION TO BIDDERS SELECTION OF ENROLMENT AGENCY. Request for Quotation (RFQ) Rural Development Department, Government of Bihar

VOLUME I INSTRUCTION TO BIDDERS SELECTION OF ENROLMENT AGENCY. Request for Quotation (RFQ) Rural Development Department, Government of Bihar Request for Quotation (RFQ) VOLUME I INSTRUCTION TO BIDDERS SELECTION OF ENROLMENT AGENCY Page 1 of 24 28/07/2014 Contents 1. INVITATION TO BID...3 2. INTRODUCTION...3 2.1 About Registrar s project...4

More information

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS) GOVERNMENT OF INDIA

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS) GOVERNMENT OF INDIA NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS) GOVERNMENT OF INDIA Plot No. G-5 & 6, Sector-10, Dwarka New Delhi - 110 075 Independent Engineer Services for construction of

More information

UNIVERSITY OF PERADENIYA

UNIVERSITY OF PERADENIYA UNIVERSITY OF PERADENIYA INVITATION FOR BIDS (IFB) PURCHASING OF PHOTOCOPY PAPERS 1. The Chairman, University Procurement Committee on behalf of the University of Peradeniya now invites sealed bids from

More information

KIDWAI CANCER INSTITUTE.

KIDWAI CANCER INSTITUTE. KIDWAI CANCER INSTITUTE. DR.M.H MARIGOWDA ROAD Bengaluru 560 029 NO-KMIO/FA/TND/AUD/06/2018-19 DATED 03/08/2018 TENDER DOCUMENT FOR INTERNAL AUDIT 1 KIDWAI CANCER INSTITUTE DR. M.H. MARIGOWDA ROAD, BANGALORE

More information

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate MARSYANGDI CORRIDOR 220 KV TRANSMISSION LINE PROJECT BIDDING DOCUMENT FOR Procurement of Plant Design,

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

REPUBLIC OF KENYA THE NATIONAL TREASURY P. O. BOX NAIROBI REQUEST FOR PROPOSALS (RFP) FOR

REPUBLIC OF KENYA THE NATIONAL TREASURY P. O. BOX NAIROBI REQUEST FOR PROPOSALS (RFP) FOR REPUBLIC OF KENYA THE NATIONAL TREASURY P. O. BOX 30007-00100 NAIROBI REQUEST FOR PROPOSALS (RFP) FOR PROVISION OF CONSULTANCY SERVICES FOR THE NATIONAL ASSET & LIABILITY MANAGEMENT IN PUBLIC SECTOR TO

More information

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies

Request for Proposal. For. Review and Development of Internal Credit Rating Model (ICRM) for assessing. Housing Finance Companies RFP No. NHB/RMD/ICRM/13163/2013 Request for Proposal For Review and Development of Internal Credit Rating Model (ICRM) for assessing Housing Finance Companies Scheduled Commercial Banks Regional Rural

More information

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016 त र सनब स क द ल ल 92 Gram: CENBOSEC, Delhi-92 Email:cbsedli@nda.vsnl.net.in Website: www.cbse.nic.in CENTRAL BOARD OF SECONDARY EDUCATION (An Autonomous Organization under the Union Ministry of Human Resource

More information

Information and Communication Technology Agency of Sri Lanka

Information and Communication Technology Agency of Sri Lanka Information and Communication Technology Agency of Sri Lanka BIDDING DOCUMENT Procurement of Supply, Delivery and Installation of Cluster Expandability for Critical Needs of Lanka Government Cloud - 1

More information

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II) Tender for Supply and Delivery of 7 No. Tractors Through National Competitive

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED Bhikaji Cama Place) through operational Line-2 (from Hauz Khas to INA) and construction of underground reservoir and pipe network at Kalindi Kunj Depot and related electrical works of DMRC Project Phase-III.

More information

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tel : 0832-2285381,2284678 & 679, Fax : 0832 2285649 STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE Tender Enquiry No. 3(2)/Ani.Sci./AICRP-ADMAS/2016-17-Stores Dated: 12.01.2017 (Last Date for Submission

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS LONG TERM AGREEMENT (LTA) FOR AUDIT OF THE UNDP PROJECTS EXECUTED BY NATIONAL AGENCIES (NIM) AND NON GOVERNMENTAL ORGANIZATIONS (NGO) Reference: RFP UGA-001-2014 UGANDA United Nations

More information

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016

TENDER No. IFCI/ACCOUNTS/ Dated: January 04, 2016 IFCI Limited Registered Office: IFCI Tower, 61, Nehru Place, New Delhi-110019. Telephone No. +91-11- 41732000, Email: nitin.bhardwaj@ifciltd.com, Website: www.ifciltd.com CIN: L74899DL1993GOI053677 TENDER

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

Scope of Audit. Compilation of Accounts:

Scope of Audit. Compilation of Accounts: C. D. A Notice Inviting Tender/Bids for Appointment of Chartered Accountants for Compilation of Accounts, Internal Audit, Tax Audit and Income Tax Retainers of Cuttack Development Authority, Cuttack for

More information

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT Ref: P.O./L.P./2018-11180 Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT DESIGNING OF WEB BASED SOFTWARE FOR ADMISSIONS, EVENING PROGRAM, UNIVERSITY OF

More information

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business

Request for Proposal (RFP) for. Corporate Agency Arrangement for Life Insurance Business Request for Proposal (RFP) for Corporate Agency Arrangement for Life Insurance Business Date of RFP: March 16, 2016 Last Date & Time for Seeking Clarifications to RFP: March 21, 2016 till 16:00 Hrs Last

More information