RESPONSE TO QUERIES. Reference Description Queries/Request from Prospective Applicants APIIC Response

Size: px
Start display at page:

Download "RESPONSE TO QUERIES. Reference Description Queries/Request from Prospective Applicants APIIC Response"

Transcription

1 Request for Proposal for Selection Project Management Consultant (PMC) for implementation Dr. B. R. Ambedkar Smruthi Vanam and Convention Centre at Amaravati, Andhra Pradesh RESPONSE TO QUERIES 1. Clause 1.4 RFP document can be downloaded from the ficial website APIIC (www. apiic.in) from onwards. The proposal should be accompanied with a n-refundable Processing Fee Rs 20,000/-(Rupees twenty thousand only) and a refundable Proposal Security Rs 5,00,000 (Rupees five Lakh only). The Processing Fee and Proposal Security shall be in the form a Demand Draft issued by one the Nationalised/Scheduled Banks in India in favour the Andhra Pradesh Industrial Infrastructure Corporation Limited payable at Vijayawada. Proposals without the aforesaid Processing Fee and Proposal Security shall be summarily rejected. 2. Request you to wave - f: We request you to allow the consultants to submit the Refundable Proposal Security through either Bank Guarantee or Demand Draft. (a) n-refundable Processing Fee Rs 20,000 (Rupees twenty thousand only) (b) Refundable Proposal Security Rs 5,00,000 (Rupees five Lakh only). 3. We request you to consider the proposal processing fee Rs. 10,000/- 4. We request you to consider the proposal security Rs. 1,00,000/- 5. We request APIIC to kindly accept Bank Guarantee s as a mode Proposal Security EMD payment. We also request APIIC to kindly share the Bank Guarantee format in which the Security need to be submitted. Request not considered. Clause 1.4 the RFP shall prevail. Request not considered. Clause 1.4 the RFP shall prevail. Request not considered. Clause 1.4 the RFP shall prevail. Request not considered. Clause 1.4 the RFP shall prevail. Request not considered. Clause 1.4 the RFP shall prevail. 6. Clause 1.8 (4) Proposal Due Date or PDD shall be 15:00 hours on We request you to kindly allow 3 weeks time from the issue replies to the pre bid queries for the submission proposal. 7. Kindly extend the proposal due date by two weeks i.e Applicants shall note the Proposal Due Date (PDD) is hereby extended upto 15:00 hours on Opening Technical Proposals shall be conducted at 15:30 hours on in the presence the Applicants who choose to attend. 8. Clause 1.8 (6) Presentation by Applicants on Project vision, concept design, Methodology and Work Plan, Implementation Schedule, experience proposed Key Personnel and the Deployment Project Team Please clarify if we will receive at least 15 days after announcement shortlisted team to prepare concept presentation. All those Applicants whose proposals are responsive in terms Clause the RFP shall be called for presentation on the date to be notified by APIIC. Andhra Pradesh Industrial Infrastructure Corporation Limited 1

2 9. Clause (A) RFP (A) Technical Capacity: The Applicant should be a pressional firm having experience in Project Management Consultancy and having a minimum 5 (five) years continuous existence as a legal entity as on 31 st December (Copy Registration certificate should be enclosed). Can Proprietorship consultancy firms also apply since they do not require any registration except with the Council Architecture? As per guidelines Council Architecture, proprietorship firms/ partnership firms can apply in any government project. The Applicant should be a pressional firm having experience in Project Management Consultancy and having a minimum 5 (five) years continuous existence as a legal entity as on 31st December The Applicant may be either a body incorporated in India under the Companies Act, 1956 (including any amendment thereto) or a partnership firm registered in India or a proprietary firm registered in India. The proposal shall be accompanied with a copy : certificate incorporation (in case companies), registered partnership deed (in case partnership firms), certificate / registration document issued by Sales Tax / Service Tax / Pressional Tax Authorities (in case proprietary firms). In case Consortium, the above certificates/ documents shall be furnished for all the members. 10. Clause (A) RFP The Applicant shall have, over the past 10 (ten) years preceding the PDD, undertaken the assignments mentioned in Category 1 and Category 2 as specified below. Eligible Assignments: For the purposes satisfying the Conditions Eligibility and for evaluating the Proposals under this RFP, below mentioned advisory/consultancy assignments shall be deemed as eligible assignment. (i) Category-1: Experience providing consultancy for architectural design for either the following: (a) at least one Convention Centre with seating capacity not less than 5000 costing not less than INR 100 Crore (excluding Cost Land); Stadiums are similar in nature to convention centres and we request their inclusion in the eligibility Category-1: Experience providing consultancy for architectural design for either the following: (a) at least one Convention Centres / Stadium with seating capacity not less than 5000 costing not less than INR 100 Crore (excluding Cost Land); (b) two Convention Centres / Stadium with seating capacity not less than 2500 each and costing not less than INR 50 Crore each (excluding Cost Land); (c) three large projects* and each INR 35 Crore (excluding Cost Land); or one large project with cost not less than INR 105 Crore Clause (A) the RFP is amended to read as follows: The Applicant shall have, over the past 10 (ten) years preceding the PDD, undertaken the assignments mentioned in Category 1 and Category 2 as specified below. Eligible Assignments: For the purposes satisfying the Conditions Eligibility and for evaluating the Proposals under this RFP, below mentioned advisory/consultancy assignments shall be deemed as eligible assignment. (i) Category-1: Experience providing consultancy for architectural design for either the following: (a) at least one Convention Centre / Auditorium with seating capacity not less than 3500, costing not less than INR 100 Crore (excluding cost land); Andhra Pradesh Industrial Infrastructure Corporation Limited 2

3 11. (b) two Convention Centres with seating capacity not less than 2500 each and INR 50 Crore each (excluding Cost Land); (c) three large projects* and each costing not less than INR 35 Crore (excluding Cost Land); (ii) Category-2: Experience providing Project Management Consultancy (PMC) for either the following: (a) at least one Convention Centre with seating capacity not less than 5000 costing not less than INR 100 Crore (excluding Cost Land); (b) two Convention Centres with seating capacity not less than 2500 each and INR 50 Crore each (excluding Cost Land); (c) three large projects* and each costing not less than INR 35 Crore (excluding Cost Land). *For the purposes satisfying the Conditions Eligibility and for evaluating the Proposals under this RFP, large projects would mean Convention Centre, Auditorium, Commercial Complexes/Towers (Offices and/or Retail), Commercial/Central Business Districts, Star Category Hotels, Integrated Townships/Housing (excluding pure residential/plotted development projects), Airport Terminal Building or buildings similar nature with interiors or finishes, etc. Category-1: Experience providing consultancy for architectural design / Detailed Project Report / Feasibility Report for either the following: (a) at least one Convention Centre with seating capacity not less than 5000 INR 100 Crore (excluding Cost Land); (b) two Convention Centres with seating capacity not less than 2500 each and INR 50 Crore each (excluding Cost Land); (c) three large projects* and each INR 35 Crore (excluding Cost Land); 12. Category-1: Experience providing consultancy for architectural design for either the following: (a) at least one Convention Centre with seating capacity not less than crore (excluding Cost Land) Stadiums are similar in nature to convention centres and we request their inclusion in the eligibility Category-2: Experience providing Project Management Consultancy (PMC) for either the following: (a) (b) (c) at least one Convention Centres / Stadium with seating capacity not less than 5000 costing not less than INR 100 Crore (excluding Cost Land); two Convention Centres / Stadium with seating capacity not less than 2500 each and costing not less than INR 50 Crore each (excluding Cost Land); three large projects* and each INR 35 Crore (excluding Cost Land); (b) two Convention Centre / Auditorium with seating capacity not less than 2000 each and costing not less than INR 50 Crore each (excluding cost land); (c) large projects* each INR 35 Crore (excluding Cost Land). The sum total the cost such large projects* shall be more than INR 100 Crore (excluding cost land). (ii) Category-2: Experience providing Project Management Consultancy (PMC) for either the following: (a) at least one Convention Centre / Auditorium with seating capacity not less than 3500, costing not less than INR 100 Crore (excluding Cost Land); (b) two Convention Centre / Auditorium with seating capacity not less than 2000 each and costing not less than INR 50 Crore each (excluding Cost Land); (c) large projects* each INR 35 Crore (excluding Cost Land). The sum total the cost such large projects shall be more than INR 100 Crore (excluding cost land). *For the purposes satisfying the Conditions Eligibility and for evaluating the Proposals under this RFP, large project would mean Convention Centre or Auditorium or Indoor Stadium or Hospital or Educational Institute or Commercial Complex/Tower (Offices and/or Retail) or Commercial/Central Business District or Star Category Hotel or Integrated Township/Housing (excluding plotted Andhra Pradesh Industrial Infrastructure Corporation Limited 3

4 (d) one large project with cost not less than INR 105 Crore 14. In definition for large projects, we request you to kindly include large educational institutional complexes such as Engineering colleges, Universities, Medical college complexes, Hospitals costing more than 100 crores. 15. In definition for large projects, we request you to kindly include industrial, Hospital and pure residential projects. 16. In definition for large projects, we request you to consider area/city based infrastructure projects as well development projects) or Airport Terminal Building or building similar nature with interiors or finishes, etc. Request not considered. 17. Clause (B) RFP (B) Financial Capacity: The Applicant shall have received a minimum Rs. 5 Crore (Rupees five crore) per annum as pressional fees during each last 3 (three) financial years i.e , and For the avoidance doubt, pressional fees hereunder refer to fees received by the Applicant for providing advisory or consultancy to its clients. (B) Financial Capacity: The Applicant shall have received a minimum Rs. 3.6 Crore per annum as pressional fees during each last 3 (three) financial years i.e , and For the avoidance doubt, pressional fees hereunder refer to fees received by the Applicant for providing advisory or consultancy to its clients. Request not considered. Clause (B) the RFP shall prevail. 18. Clause (D) RFP (D) Conditions Eligibility for Key Personnel: Each the Key Personnel must fulfill the Conditions Eligibility as specified below: We understand the need for Masters for specialized role like Urban Design and structure, but request relaxation for the other experts by allowing Bachelor s degree and # Position Educational Minimum additional 5 years experience in lieu Master s Qualifications Experience Degree. Team Leader: Bachelor s Degree in Engineering / 1. Team Master s Degree 15 years; should Architecture Leader in Engineering / have planned, Architecture designed and Architect: Bachelor s Degree in Architecture supervised atleast 3 Electrical & HVAC Engineer: Bachelor s Degree in (three) large Electrical Engineering projects*, each Water Supply & Sewerage Engineer: Bachelor s Degree in Civil Engineering INR 50 Crore. Out 19. such 3 (three) The educational Qualifications mentioned for positions 1 projects at least 1 to 6 are Post graduate with certain minimum years (one) shall be a experience. We request you to please give an alternative Convention / Eligibility conditions for Graduate candidate and Exhibition Centre. minimum experience for these positions. Clause (D) the RFP is amended to read as follows: (D) Conditions Eligibility for Key Personnel: Each the Key Personnel must fulfill the Conditions Eligibility as specified below: # Position 1. Team Leader Educational Qualifications Master s Degree in Engineering / Architecture Minimum Experience 15 years; should have planned, designed and supervised atleast 3 (three) large projects*, each INR 35 Crore. Out such 3 (three) projects at least 1 Andhra Pradesh Industrial Infrastructure Corporation Limited 4

5 Architect Master s Degree in Architecture 3. Urban Designer/ Urban Planner Master s Degree in Urban Design / Urban Planning / Architecture have undertaken detail designing and execution atleast 3 (three) large projects*, each INR 50 Crore. Out such 3 (three) projects at least 1 (one) shall be a Convention / Exhibition Centre. have undertaken Master Planning atleast 3 (three) large projects*, each INR 50 Crore. Out such 3 (three) projects at least 1 (one) shall be a Convention / Exhibition Centre. As per the Qualification requirements it is required that all the top 6 key personnel should have Master s Degree in their relevant field, we request APIIC that Master s Degree should be considered as a desirable qualification. Our suggestive qualification for each position is give below: Team Leader Master s Degree in Engineering / Architecture with 15 years experience B Tech Civil/ Architecture with 20 years experience Architect Master s Degree in Architecture with 10 years experience B Architecture with 12 years experience Electrical & HVAC Engineer Master s Degree in Electrical Engineering with 10 years experience B Tech Electrical with 12 years experience Water Master s Degree in Civil Engineering with Supply & 10 years experience 4. Structural Master s Degree Sewerage Engineer in Structural/ have undertaken Engineer B Tech Civil with 12 years experience Civil Engineering structural design and Pro checking atleast 3 (three) 21. Kindly allow a person with Degree in Architecture also as large projects*, each eligible key personnel. 22. INR 50 Crore. Out We request you to please include Convention / Exhibition such 3 (three) projects at least 1 (one) shall be a Convention / Exhibition Centre. / Auditorium / Mixed used development in the Out 3 (three) at least 1 (one) project requirement for the positions Team Leader, Architect, Urban Designer/Urban Planner, Structural Engineer, Electrical and HVAC engineer, Water Supply & Sewerage Engineer, Quantity Surveyor. 2. Architect Bachelor s Degree in Architecture 3. Urban Designer/ Urban Planner 4. Structural Engineer 5. Electrical & HVAC Engineer Degree in Urban Design / Urban Planning / Architecture Master s Degree in Structural/ Civil Engineering Bachelor s Degree in Electrical Engineering (one) shall be a Convention Centre / Auditorium. have undertaken detail designing and execution atleast 3 (three) large projects*, each INR 35 Crore. Out such 3 (three) projects at least 1 (one) shall be Convention Centre / Auditorium. have undertaken Master Planning atleast 3 (three) large projects*, each INR 35 Crore. have undertaken structural design and Pro checking atleast 3 (three) large projects*, each INR 35 Crore. have undertaken design and Pro checking atleast 3 (three) large projects*, each Andhra Pradesh Industrial Infrastructure Corporation Limited 5

6 Electrical & HVAC Engineer 6. Water Supply & Sewerage Engineer 7. Acoustic Expert 8. Light & Sound Expert Master s Degree in Electrical Engineering Master s Degree in Civil Engineering Graduate Degree in Engineering Bachelor s Degree in Engineering in Electrical / Electronics / have undertaken design and Pro checking atleast 3 (three) large projects*, each INR 50 Crore. Out such 3 (three) projects at least 1 (one) shall be a Convention / Exhibition Centre. have undertaken design and Pro checking atleast 3 (three) large projects*, each INR 50 Crore. Out such 3 (three) projects at least 1 (one) shall be a Convention / Exhibition Centre. have experience designing acoustics for atleast 3 (three) Auditoriums / multiplexes minimum seating capacity not less than He/she should have been involved as Light & Sound Expert for atleast 3 (three) large projects*, each Qualifying criteria for Key Personnel requires project experience 3 works not less than 50 crores each whereas the eligibility criteria for category 1&2 desires three works lesser value. Kindly relook into it? 6. Water Supply & Sewerage Engineer 7. Acoustic Expert 8. Light & Sound Expert 9. Quantity Surveyor Bachelor s Degree in Civil Engineering Bachelor s Degree in Engineering Bachelor s Degree in Engineering in Electrical / Electronics / Instrumentation / Computer Science or equivalent Bachelor s Degree in Civil Engineering INR 35 Crore. have undertaken design and Pro checking atleast 3 (three) large projects*, each INR 35 Crore. have experience designing acoustics for atleast 3 (three) auditoriums / multiplexes minimum seating capacity not less than years; should have been involved as Light & Sound Expert for atleast 3 (three) large projects*, each INR 35 Crore. 5 years; should have undertaken design, estimation, bill quantities atleast 3 (three) large projects*, each INR 35 Crore. *For the purposes satisfying the Conditions Eligibility and for evaluating the Proposals under this RFP, large project would mean Convention Centre or Auditorium or Indoor Stadium or Hospital or Educational Institute or Andhra Pradesh Industrial Infrastructure Corporation Limited 6

7 9. Quantity Surveyor Instrumentation / Computer Science or equivalent Graduate Degree in Civil Engineering INR 50 Crore. 8 years; should have undertaken design, estimation, bill quantities atleast 3 (three) large projects*, each INR 50 Crore. Out such 3 (three) projects at least 1 (one) shall be a Convention / Exhibition Centre. *For the purposes satisfying the Conditions Eligibility and for evaluating the Proposals under this RFP, large projects would mean Convention Centre, Auditorium, Commercial Complexes/Towers (Offices and/or Retail), Commercial/Central Business Districts, Star Category Hotels, Integrated Townships/Housing (excluding pure residential/plotted development projects), Airport Terminal Building or buildings similar nature with interiors or finishes, etc. Commercial Complex/Tower (Offices and/or Retail) or Commercial/Central Business District or Star Category Hotel or Integrated Township/Housing (excluding plotted development projects) or Airport Terminal Building or building similar nature with interiors or finishes, etc 24. Clause RFP For the purposes determining Conditions Eligibility and for evaluating the fulfillment qualification requirement, the following shall be considered: i. The project for which the Applicant is claiming credit for an Eligible Assignment should have, prior to Proposal Due Date (PDD), been completed and operational Please indicate approximate value the Project Refer the Clause (A) the RFP. 25. Clause (k) Key Personnel should have attained the age 65 years at the time submitting the proposal; and. Kindly allow key personnel who have attained the age up to 70 years Clause (k) the RFP is amended to read as follows: k) no Key Personnel should have attained the age 70 years at the time submitting the proposal; and.. Andhra Pradesh Industrial Infrastructure Corporation Limited 7

8 26. Clause 2.15 Financial proposal We request you to provide the broad investment cost to understand the extent work, which will help to quote in competitive manner. 27. Also, we request you to invite the financial proposal in % project cost instead lump sum. 28. Kindly indicate the cost project or provide us the built up area details for calculation financial bid? Request not considered. Request not considered. Request not considered. 29. Clause RFP APIIC expects the Key Personnel to be available during implementation the Agreement. Post signing the Agreement, APIIC will not consider substitution the Key Personnel except for reasons any incapacity or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction APIIC. Without prejudice to the foregoing, substitution the Key Personnel shall only be permitted subject to reduction payment equal to 10% (ten per cent) the fee quoted by the Selected Applicant for delivering the consulting. The resource shall be dedicated towards the project. For reasons attributable towards incapacity / health / resignations and for reasons beyond the control PMC, we request the reduction in payment equal to 10% ( ten percent) fee quoted by selected application shall not be applicable. Kindly acknowledge. Clause the RFP is amended to read as follows: APIIC expects the Key Personnel to be available during implementation the Agreement. Post signing the Agreement, APIIC will not consider substitution the Key Personnel except for reasons any incapacity or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction APIIC. Without prejudice to the foregoing, substitution the Key Personnel shall only be permitted subject to reduction payment equal to 10% (ten per cent) the fee quoted by the Selected Applicant for delivering the consulting. However, in exceptional cases, APIIC may in its absolute discretion, but without being under any obligation to do so, may permit substitution the key personnel without reduction payment. 30. Clause RFP Scoring Criteria We request you to consider the project cost for current year while giving the multiplication/ enhancement factor 10% every year. Multiplication factor for calculation current project cost for evaluation: Within 1 year PDD 1 1 year before PDD years before PDD years before PDD years before PDD years before PDD 1.5 Request not considered. Andhra Pradesh Industrial Infrastructure Corporation Limited 8

9 31. Clause (1) RFP The scoring criteria to be used for evaluation shall be as follows.. Criteria Scoring Criteria Max Mark 1 Experience the Applicant 1.1 Experience in providing consultancy for architectural design Experience providing consultancy for architectural design for Convention Centre with seating capacity not less than 5000 INR 100 Crore (excluding Cost Land) - 10 marks for each such project Experience providing consultancy for architectural design for Convention Centres with seating capacity not less than 2500 and each costing not less than INR 50 Crore (excluding Cost Land) - 5 marks for each such project Experience providing consultancy for architectural design for large projects* and each costing not less than INR 35 Crore The scoring criteria mentioned at Clause (1) the RFP is amended to read as follows:. Criteria Scoring Criteria Max Mark 1 Experience the Applicant 1.1 Experience in providing consultancy for architectural design Experience providing consultancy for architectural design for Convention Centre / Auditorium with seating capacity not less than 3500 costing not less than INR 100 Crore (excluding cost land) - 10 marks for each such project undertaken over the past 10 (ten) years preceding the PDD. Experience providing consultancy for architectural design for Convention Centre / Auditorium with seating capacity not less than 2000 and each costing not less than INR 50 Crore (excluding cost land) - 5 marks for each such project undertaken over the past 10 (ten) years preceding the PDD Andhra Pradesh Industrial Infrastructure Corporation Limited 9

10 1.2 Experience in providing Project Management Consultancy (PMC) (excluding Cost Land) - 4 marks for each such project *Large Projects would mean Convention Centre, Auditorium, Commercial Complexes/Towers (Offices and/or Retail), Commercial/Central Business Districts, Star Category Hotels, Integrated Townships/Housing (excluding pure residential/plotted development projects), Airport Terminal Building or buildings similar nature with interiors or finishes, etc. Experience providing Project Management Consultancy (PMC) for Convention Centre with seating capacity not less than 5000 costing not less than INR 100 Crore (excluding Cost Land) - 10 marks for each such project Experience providing Project Management Consultancy (PMC) for architectural design for Convention Centres Experience in providing Project Experience providing consultancy for architectural design for large projects* each INR 35 Crore (excluding cost land) - Sum total the cost such large projects, undertaken over the past 10 (ten) years preceding the PDD, shall be calculated and 4 marks shall be provided on every sum INR 50 Crore. *Large Project would mean Convention Centre or Auditorium or Indoor Stadium or Hospital or Educational Institute or Commercial Complex/Tower (Offices and/or Retail) or Commercial/Central Business District or Star Category Hotel or Integrated Township/Housing (excluding plotted development projects) or Airport Terminal Building or building similar nature with interiors or finishes, etc Experience providing Management Project 20 Andhra Pradesh Industrial Infrastructure Corporation Limited 10

11 with seating capacity not less than 2500 and each costing not less than INR 50 Crore (excluding Cost Land) - 5 marks for each such project Experience providing Project Management Consultancy (PMC) for architectural design for large projects* and each costing not less than INR 35 Crore (excluding Cost Land) - 4 marks for each such project *Large Projects would mean Convention Centre, Auditorium, Commercial Complexes/Towers (Offices and/or Retail), Commercial/Central Business Districts, Star Category Hotels, Integrated Townships/Housing (excluding pure residential/plotted development projects), Airport Terminal Building or buildings similar nature with interiors or finishes, etc. Management Consultancy (PMC) Consultancy (PMC) for Convention Centre / Auditorium with seating capacity not less than 3500 costing not less than INR 100 Crore (excluding cost land) - 10 marks for each such project undertaken over the past 10 (ten) years preceding the PDD. Experience providing Project Management Consultancy (PMC) for Convention Centre / Auditorium with seating capacity not less than 2000 and each costing not less than INR 50 Crore (excluding cost land) - 5 marks for each such project undertaken over the past 10 (ten) years preceding the PDD. Experience providing Project Management Consultancy (PMC) for large projects* each costing not less than INR 35 Crore (excluding cost land) - Sum total the Andhra Pradesh Industrial Infrastructure Corporation Limited 11

12 cost such large projects, undertaken over the past 10 (ten) years preceding the PDD, shall be calculated and 4 marks shall be provided on every sum INR 50 Crore. *Large Project would mean Convention Centre or Auditorium or Indoor Stadium or Hospital or Educational Institute or Commercial Complex/Tower (Offices and/or Retail) or Commercial/Central Business District or Star Category Hotel or Integrated Township/Housing (excluding plotted development projects) or Airport Terminal Building or building similar nature with interiors or finishes, etc 32. Schedule-1 Terms Reference As per the project components given in the RFP we assume that Preliminary architecture design Statue, Convention Hall, Meditation Hall, OAT, Library and Park is included in consultants scope under this project. We request APIIC to kindly confirm the same Yes, the scope work includes preparation preliminary design/ drawings. 33. Para 2 (i) & (ii) Section-2 Topographic Survey and Infrastructure Mapping The Project is proposed to be developed on the Project Site admeasuring 20 acres. Topographic survey the Project Please clarify whether APIIC will make the payment to survey agency directly. APIIC shall make payments to the PMC as per the schedule provided at Section-4 Schedule-1 the RFP. While submitting the Financial Proposal, the Applicant shall take into account all expenses and tax liabilities. Andhra Pradesh Industrial Infrastructure Corporation Limited 12

13 Schedule-1 site shall be carried out using Total Station capturing all physical features the site, its approach and abutting roads, topography (contours at every 0.5 meters interval and spot levels at 5 meters grid), existing infrastructure networks (electrical/power supply, sewerage, telephone, water supply, drainage etc.), street furniture & other facilities (light poles, benches, hoardings, kiosks, medians, bollards etc.), vegetations (trees and shrubs) and other physical features like boundary wall, damp areas the site, pits, etc. The Site Survey drawing appropriate readable scale shall be submitted in both Hard and St Copies (AutoCAD) with area statement and detailed legend. Applicants shall also ensure that all the costs associated with the assignment are included in its Financial Proposal. Soil Investigations Necessary soil investigation shall be carried out at the site to assess the nature soil. The soil tests would be undertaken in sufficient detail so as to arrive at the safe bearing capacity (design parameter) with a minimum 20 boreholes spread uniformly within the Project site to determine the (SPTN) values at every 1.5 meters depth. Soil samples taken from boreholes shall be classified and index properties shall be determined and presented. The boreholes shall be carried out till reaching the refusal/hard strata or up to 15 meters, whichever is achieved earlier. The soil test report, findings and recommendations for foundations / design foundation shall be submitted as a report in both Hard and St Copies Para 2 (iv) Section- 2 Schedule-1 A few the critical Project clearances required, but not limited to below have been identified that are generally required for a Project this nature: a) Approval from Pollution Control Board; b) Environmental Clearance, if applicable; c) Building Height clearance from Airports Authority India (AAI); d) Land use from APCRDA, if applicable; We assume that all statutory approvals from various agencies like Pollution control board, Environment Clearance, EIA, AAI, etc. will be obtained by APIIC. Role PMC consultant will be limited to providing assistance to APIIC in preparing requisite documents Please clarify whether APIIC will make the payment to the Government Agencies / certifying bodies. Role PMC consultant will include, but not limited to, preparation requisite documentation, filling application and co-ordinating / liaisoning with the concerned Government Agencies / certifying bodies till the required clearances are obtained. APIIC shall pay the statutory fees which is to be paid to the concerned Government Agencies / certifying bodies for all the required clearances. Andhra Pradesh Industrial Infrastructure Corporation Limited 13

14 e) Building plan and other approvals from APCRDA; f) Approval for Power and Water Supply and Sewerage disposal from concerned Authorities; The PMC shall identify all the required clearances that may be required for the Project and shall assist APIIC in the preparation the requisite documentation for seeking the clearances. The PMC shall advise APIIC on the appropriate process to be followed for seeking the clearances, appropriate time for applying for the same and also assist APIIC in seeking the clearances by coordinating with the respective Government Agencies / certifying bodies. 36. Phase-II Section-2 Schedule-1 The shall briefly comprise the following: i.) Pro Checking the designs and drawings submitted by the EPC Contractor(s) ii.) Construction Supervision and Project Management Services (includes 100% supervision, check measurements (wherever required), quality control, bill checking and certifications, monitoring time schedules, prior identification risks such as likely delays and mitigating the same, plans & records, documentation, testing / trial running etc. Final settlement Contractors bill and submission as built drawings) As per RFP the scope for PMC during Construction stage involved full time day to day supervision construction works at site. However in the RFP no Man-power and Man-month are given. The key personnel requirement mentioned on page 10 clause (D) is for the Preliminary Engineering and Design Phase, for supervision phase a separate Site Team is required We request APIIC to kindly provide us the list desired staff at site during execution phase along with their manmonth input. It is required so that all consultant quote at same standard format 37. Kindly confirm the minimum number personnel to be posted at site for PMC work? 38. We request APIIC to kindly provide list positions for Design as well as Construction Phase for which CV need to be submitted The PMC shall ensure that the full-time staff at the project site during execution phase includes Civil Engineer and Quantity Surveyor. On-site deployment remaining experts and specialists (including managerial/support staff) shall be on need basis such that the PMC should be able to complete the Consultancy without effecting the progress work and within the time schedule specified in the Section-4 Schedule-1. The PMC team during execution phase shall comprise competent and experienced pressional personnel in the relevant areas expertise (where applicable) as required for successful completion the Consultancy. 39. Para 11 (ii) Section- 2 Schedule-1 The PMC shall provide all the approved Project personnel (team leader & his team), full-fledged fice, administrative support, at the Project Site so as to coordinate the activities between APIIC and the EPC We request to please provide a space 2000 sqft at the site at no additional cost to PMC for development Site fice. While preparing concept master plan, the PMC shall earmark suitable piece land for their temporary site fice without effecting the overall master plan. Such site will be provided to PMC without any charge / additional cost. Andhra Pradesh Industrial Infrastructure Corporation Limited 14

15 40. Contractor(s) and perform the Roles envisaged in this TOR. We assume that Office space along with table, chair, internet, telephone, portable water, electricity etc. shall be provided to PMC team by Client/ Contractor Kindly confirm the same PMC shall make their own arrangements at their own cost for establishing the temporary site fice. 41. Para 11 (iii) (v) Section-2 Schedule-1 (i) The PMC should perform performance tests on all the works to the satisfaction APIIC. We request to please list down any specific tests that are required to be performed. Indian Standard (IS) Codes / National Building Code (NBC) / Andhra Pradesh Detailed Standards Specification (APDSS) shall be referred while performing tests. 42. Section-2 Schedule-1 Phase II: Pro Checking and Project Management Consultancy (Project Execution Stage) We understand that PMC fees will be paid at different stages execution work but should be paid monthly or pro-rata basis. Kindly confirm Request not considered. Payments shall be made as per the schedule provided at Section-4 Schedule-1 the RFP. 43. Section-3 Schedule-1 The scope specified in the Section-2 this TOR are not exhaustive and the PMC shall undertake such other tasks as may be necessary for the Project. PMC endeavours to complete all tasks as listed under the scope work. However any increase in scope beyond the defined shall be part variation to the agreement. Request not considered. 44. Section-4 Schedule-1 Deliverables, Timelines and Payment Schedule As per the time schedule given it is assumed that the entire scope under Phase I the project will be accomplished within 6 months the start work. We assume that the time taken by agencies in granting necessary statutory approvals and time taken by Client in approving designs and reports is excluded. Kindly confirm 45. As given in the RFP the consultant has to provide day to day supervision at site, hence the PMC consultant need to permanently deploy their team at site. We therefore request APIIC that for Phase-II (Design Pro Checking and Project Management Consultancy Services), the payment to PMC shall be made on manmonths/monthly basis. This is so required to manage the overhead and cost the PMC team 46. We request APIIC to kindly provide mobilisation advance to consultant as they have to deploy their team at site. This advance can be paid against Bank Guarantee Time schedule for important Deliverables the Consultancy shall be as per the schedule provided at Section-4 Schedule-1 the RFP. APIIC will make best endeavours to provide timely approvals. Request not considered. Payments shall be made as per the schedule provided at Section-4 Schedule-1 the RFP. Request not considered. Payments shall be made as per the schedule provided at Section-4 Schedule-1 the RFP. Andhra Pradesh Industrial Infrastructure Corporation Limited 15

16 47. We request APIIC to kindly confirm how a PMC consultant will be paid during Contractors mobilisation phase Payments shall be made as per the schedule provided at Section-4 Schedule-1 the RFP. 48. Clause 2.8 Schedule-2 The Authority may, by written notice suspension to the PMC, suspend all payments to the PMC hereunder if the PMC shall be in breach this Agreement or shall fail to perform any its obligations under this Agreement, including the carrying out the Services; provided that such notice suspension (i) shall specify the nature the breach or failure, and (ii) shall provide an opportunity to the PMC to remedy such breach or failure within a period not exceeding 15 (fifteen) days after receipt by the PMC such notice suspension. Request to revise 30 days instead 15 days. Clause 2.8 Schedule-2 the RFP is amended to read as follows: The Authority may, by written notice suspension to the PMC, suspend all payments to the PMC hereunder if the PMC shall be in breach this Agreement or shall fail to perform any its obligations under this Agreement, including the carrying out the Services; provided that such notice suspension (i) shall specify the nature the breach or failure, and (ii) shall provide an opportunity to the PMC to remedy such breach or failure within a period not exceeding 30 (thirty) days after receipt by the PMC such notice suspension. 49. Clause Schedule-2 The Authority may, by not less than 15 (fifteen) days written notice termination to the PMC, such notice to be given after the occurrence any the events specified in this Clause 2.9.1, terminate this Agreement if: (a) the PMC fails to remedy any breach here or any failure in the performance its obligations hereunder, as specified in a notice suspension pursuant to Clause 2.8 hereinabove, within 15 (fifteen) days receipt such notice suspension or within such further period as the Authority may have subsequently granted in writing;. Request to revise 30 days instead 15 days Clause Schedule-2 the RFP is amended to read as follows: The Authority may, by not less than 30 (thirty) days written notice termination to the PMC, such notice to be given after the occurrence any the events specified in this Clause 2.9.1, terminate this Agreement if: (a) the PMC fails to remedy any breach here or any failure in the performance its obligations hereunder, as specified in a notice suspension pursuant to Clause 2.8 hereinabove, within 30 (thirty) days receipt such notice suspension or within such further period as the Authority may have subsequently granted in writing;. 50. Clause 3.3 Schedule-2 Confidentiality Consultant will be subjected to periodic process audits by the British Standards Institute (BSI) or any other such auditors, as part ISO certification PjM (India). The Authority acknowledges and agrees that in order to facilitate such audits, Consultant may disclose certain Confidential Information to British Standards Institute (BSI) or any such auditors and the same shall not amount The PMC, its Sub-Consultants and the Personnel either them shall not disclose any proprietary/confidential information without the prior written consent APIIC. Andhra Pradesh Industrial Infrastructure Corporation Limited 16

17 to breach this Agreement. All such auditors shall execute and shall be bound by a non-disclosure agreement between themselves and Consultant. 51. Clause Schedule-2 The Parties hereto agree that in case negligence or wilful misconduct on the part the PMC or on the part any person or firm acting on behalf the PMC in carrying out the Services, the PMC, with respect to damage caused to the Authority s property shall not be liable to the Authority: (i) for any indirect or consequential loss or damage; and (ii) for any direct loss or damage that exceeds (a) the Agreement Value set forth in Clause 6.1 this Agreement, or (b) the proceeds the PMC may be entitled to receive from any insurance maintained by the PMC to cover such a liability, whichever (a) or (b) is higher The Parties hereto agree that in case breach contract, negligence or wilful misconduct on the part the PMC or on the part any person or firm acting on behalf the PMC in carrying out the Services, the PMC, with respect to damage caused to the Authority s property or for any other loss or damage, shall not be liable to the Authority: (i) for any indirect or consequential loss or damage; and (ii) for any direct loss or damage that exceeds (a) the Agreement Value paid as set forth in Clause 6.1 this Agreement, or (b) the proceeds the PMC may be entitled to receive from any insurance maintained by the PMC to cover such a liability, whichever (a) or (b) is lower. Clause Schedule-2 the RFP is amended to read as follows: The Parties hereto agree that in case breach contract or negligence or wilful misconduct on the part the PMC or on the part any person or firm acting on behalf the PMC in carrying out the Services, the PMC, with respect to damage caused to the Authority s property or any other loss or damage, shall not be liable to the Authority: (i) for any indirect or consequential loss or damage; and (ii) for any direct loss or damage that exceeds (a) the Agreement Value set forth in Clause 6.1 this Agreement, or (b) the proceeds the PMC may be entitled to receive from any insurance maintained by the PMC to cover such a liability, whichever (a) or (b) is higher. 52. Clause Schedule-2 This limitation liability specified in Clause shall not affect the PMC s liability, if any, for damage to Third Parties caused by the PMC or any person or firm acting on behalf the PMC in carrying out the Services subject, however, to a limit equal to the Agreement Value. This limitation liability specified in Clause shall not affect the PMC s liability, if any, for damage to Third Parties caused by the gross negligence or wilful misconduct the PMC or any person or firm acting on behalf the PMC in carrying out the Services subject, however, to a limit equal to the Agreement Value. (i) representation or recommendation is or will be made by Consultant as to the legal sufficiency, legal effect, tax or accounting consequences any transaction or documentation. (ii) The Authority acknowledges and agrees that Consultant shall not be responsible for: (a) any forecasts financial viability; (b) the designs consultants engaged by the Authority; or Clause Schedule-2 the RFP is amended to read as follows: This limitation liability specified in Clause shall not affect the PMC s liability, if any, for damage to Third Parties caused by the breach contract or negligence or wilful misconduct on the part the PMC or any person or firm acting on behalf the PMC in carrying out the Services subject, however, to a limit equal to the Agreement Value. Andhra Pradesh Industrial Infrastructure Corporation Limited 17

18 (c) the advice or recommendations that may be provided by any consultants or advisers appointed by the Authority. 53. Clause 6.3 Schedule-2 Mode billing and payment If the Authority fails to make payments to the Consultant as per agreed timelines, the Consultant may, without prejudice to its other rights under this Agreement, suspend Services. Refer Clause Schedule-2. The PMC may terminate the agreement after the occurrence any the events specified in the Clause the Schecule-2 the RFP. Clause 6.3 (b) Schedule-2 the RFP is amended to read as follows: The Authority shall cause the payment due to the PMC to be made within 60 (sixty) days after the receipt by the Authority duly completed bills with necessary particulars. 54. Clause 7 Schedule-2 Liquidated damages and penalties Owing to nature, request you to waive-f the performance security or levy any LDs. Request not considered. 55. Clause Schedule-2 In case delay in completion Services, liquidated damages not exceeding an amount equal to 0.2% (zero point two percent) the Agreement Value per day, subject to a maximum 10% (ten percent) the Agreement Value shall be imposed and shall be recovered by appropriation from the Performance Security or otherwise. However, in case delay due to reasons beyond the control the PMC, suitable extension time shall be granted. PMC endeavours to complete the project in stipulated time and budget. In the interest the project we request you to kindly cap the maximum to 5 % (five Per cent) the agreement value. Request not considered. 56. Clause 7.3 Schedule-2 In addition to the liquidated damages not amounting to penalty, as specified in Clause 7.2, warning may be issued to the PMC for minor deficiencies on its part. In the case significant deficiencies in Services causing adverse effect on the Project or on the reputation the Authority, other penal action including debarring for a specified period may also be initiated as per policy the Authority. The penalty clause mentioned in the document should be reduced and there should be a bonus clause as well for the consultants. Request not considered. Andhra Pradesh Industrial Infrastructure Corporation Limited 18

19 . Response to Queries 57. Clause Schedule-2 Any Dispute which is not resolved amicably by conciliation, as provided in Clause 9.3, shall be finally decided by reference to arbitration by an Arbitral Tribunal appointed in accordance with Clause Such arbitration shall be held in accordance with the Rules Arbitration the International Centre for Alternative Dispute Resolution, Hyderabad (the Rules ), or such other rules as may be mutually agreed by the Parties, and shall be subject to the provisions the Arbitration and Conciliation Act, The venue such arbitration shall be Vijayawada and the language arbitration proceedings shall be English. Any Dispute which is not resolved amicably by conciliation, as provided in Clause 9.3, shall be finally decided by reference to arbitration by an Arbitral Tribunal appointed in accordance with Clause Such arbitration shall be held in accordance with the Rules Arbitration the International Centre for Alternative Dispute Resolution, Hyderabad (the Rules ), or such other rules as may be mutually agreed by the Parties, and shall be subject to the provisions the Arbitration and Conciliation Act, The venue such arbitration shall be Hyderabad and the language arbitration proceedings shall be English. Request not considered. 58. General Information about the present status land We request you to provide the details about land, constraint and revenue/satellite imagery to prepare the broad level concept presentation as desired in the selection process. 59. Please let us know the status land acquisition and the approvals obtained till date. 60. General Environmental Matters Pre-existing Site Conditions (a) The Authority acknowledges that Consultant is not an environmental expert or consultant in the field the Hazardous Materials. The Authority agrees that Consultant is not and shall not be deemed an operator any facility or tenant operations therein or a generator or transporter (or comparable legal status) for purposes any law pertaining to the Hazardous Materials. twithstanding any provision here to the contrary, Consultant shall not be responsible for detecting, handling, removing, remediating, or disposing such Hazardous Materials, except to the extent any Hazardous Materials brought onto the Site by Consultant. Hazardous Materials shall mean any hazardous material or substance which is or becomes defined as a hazardous waste, hazardous substance, hazardous material, pollutant, or contaminant under any applicable law, regulation or rule. The tentative location the project site is presented at Appendix-1 to this document. Applicants are encouraged to inform themselves fully about the local conditions before submitting the Proposal. Andhra Pradesh Industrial Infrastructure Corporation Limited 19

20 (b) Consultant shall not be responsible for detecting or dealing with any pre-existing conditions the Site and shall not be responsible for detecting or dealing with structural or latent defects or other defects whether pre-existing or arising during the term the Agreement. twithstanding anything to the contrary contained herein, the Authority shall indemnify, defend and hold the Consultant harmless from and against all claims asserted against or incurred by the Consultant to the extent such claims result from or arise out any condition or circumstance arising initially prior to the date this Agreement (regardless whether such condition or circumstance continues). Andhra Pradesh Industrial Infrastructure Corporation Limited 20

21 Response to Queries Appendix-1 : Tentative Location the Project Site Tentative Location the Project Site Latitude: N Longitude: E Andhra Pradesh Industrial Infrastructure Corporation Limited 21

Responses to the Bidder Queries

Responses to the Bidder Queries Responses to the Bidder Queries 1. RFP 1.2 (X), page no-11 2. RFP 1.7, page no-13 3. RFP 1.10, page no-14 Request for proposals Bid Security and Performance Security Bid Parameter 4. RFP, page no-9 Schedule

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED Selection of Project Management Consultant (PMC) for implementing an Advanced Computing and Design Engineering Center for Aerospace and Defence Industries

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

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

S.No Original Clause Query Response from DMICDC 1. Experience of preparation of DPR s/detailed Master Plans including Business Plans for

S.No Original Clause Query Response from DMICDC 1. Experience of preparation of DPR s/detailed Master Plans including Business Plans for S.No Original Clause Query Response from DMICDC 1. Experience of preparation of DPR s/detailed Master Plans including Business Plans for Experience of preparation of DPR s/ Detailed Master Plans including

More information

NAVI MUMBAI MUNICIPAL TRANPORT

NAVI MUMBAI MUNICIPAL TRANPORT NAVI MUMBAI MUNICIPAL TRANPORT Corrigendum Subject:- Tender for Appointment of consultant for Construction of Integrated Bus Terminus cum Commercial Complex at Sector 9A, Vashi. Ref:- Tender No. NMMT/TM/Civil/10/2017-2018

More information

Selection of the Developer for a Convention Centre at Visakhapatnam in Andhra Pradesh on PPP basis

Selection of the Developer for a Convention Centre at Visakhapatnam in Andhra Pradesh on PPP basis Selection of the Developer for a Convention Centre at Visakhapatnam in Andhra Pradesh on PPP basis Response to Queries 1. - 2. - 3. 4. 1.1.2 of Instructions to Bidder 5.1.1 (A) (i) of Instructions to Bidder

More information

Corporate Overseas Travel Insurance for employees of Reserve Bank of India from January 14, 2019 to June 30, 2020

Corporate Overseas Travel Insurance for employees of Reserve Bank of India from January 14, 2019 to June 30, 2020 Corporate Overseas Travel Insurance for employees of Reserve Bank of India from January 14, 2019 to June 30, 2020 The Reserve Bank of India (the Bank) intends taking corporate overseas travel insurance

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 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

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA) PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA) Common Set of Deviation (CSD) Issued Post Pre-Bid Meeting Held on 23 rd April 2013, for the Project Consultancy Services for the Work of Construction

More information

Rural Development Department Government of Bihar Main Secretariat, Patna

Rural Development Department Government of Bihar Main Secretariat, Patna Rural Development Department Government of Bihar Main Secretariat, Patna Subject: Clarifications to Pre-bid Queries raised by Bidders in respect of RFP for BUSINESS PROCESS REENGINEERING STUDY & IMPLEMENTATION

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Form of Agreement Between the Client And the Quantity Surveyor

Form of Agreement Between the Client And the Quantity Surveyor Form of Agreement Between the Client And the Quantity Surveyor Second ACQS Edition (May 2009) Contents Agreement 1 Terms of Appointment 1. Quantity Surveyor's obligations 2 2. Client's obligations 2 3.

More information

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019

Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019 Insurance of Property & other assets of Reserve Bank of India for the period of July 1, 2018 to June 30, 2019 The Reserve Bank of India intends taking insurance cover of all the Properties & other assets

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

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair pééuiéïré xéôcéléé méëéæ±éåìaémüð AÍpÉMüsmÉlÉÉ LuÉÇ ÌuÉÌlÉqÉÉïhÉ xéçxjéélé MüÉÇcÉÏmÉÑUqÉ Indian Institute of Information Technology, Design and Manufacturing Kancheepuram, Melakkottaiyur, Chennai 600 127,

More information

REQUEST FOR PROPOSAL. Appointment of Project Development and Management Consultant. for Smart City Projects of Ujjain City. NIT No.

REQUEST FOR PROPOSAL. Appointment of Project Development and Management Consultant. for Smart City Projects of Ujjain City. NIT No. UJJAIN SMART CITY LIMITED, UJJAIN REQUEST FOR PROPOSAL for Appointment of Project Development and Management Consultant NIT No. 01 RFP Publication Date: 22 st Dec, 2016 1 Disclaimer Request for Proposals

More information

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

Request For Proposal (RFP)

Request For Proposal (RFP) Request For Proposal (RFP) FOR Construction of small Sewerage Treatment Plant (STP) having Capacity of 2.0 to 5.0 mld & 5.0 to 10.0 mld on Build Operate and Transfer (BOT) basis in Thane city area. FOR

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

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

EXPRESSION OF INTEREST (EOI) for

EXPRESSION OF INTEREST (EOI) for EXPRESSION OF INTEREST (EOI) for Design and Construction of 66 kv/11 kv Electrical Secondary Substation (SS - 3) and Associated facilities at Kempegowda International Airport, Bengaluru Bangalore International

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

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

COMMERCIAL CARDHOLDER AGREEMENT

COMMERCIAL CARDHOLDER AGREEMENT IMPORTANT: The Commercial Card was issued to you at the request of your Employer. Before you sign or use the Commercial Card, you must read this Agreement, as it governs use of the Commercial Card. All

More information

DELHI MUMBAI INDUSTRIAL CORRIDOR DEVELOPMENT CORPORATION LTD. Website: or

DELHI MUMBAI INDUSTRIAL CORRIDOR DEVELOPMENT CORPORATION LTD. Website:  or DELHI MUMBAI INDUSTRIAL CORRIDOR DEVELOPMENT CORPORATION LTD. Website: www.dmicdc.com or http://eprocure.gov.in. Addendum/ Corrigendum 1 dated November 17, 2017 Request for Proposals for Selection of Operator

More information

Council Assets REGENT STREET CHIPPENDALE NSW Commissioned by LAING O'ROURKE. Report prepared by JOHN MAGLIS

Council Assets REGENT STREET CHIPPENDALE NSW Commissioned by LAING O'ROURKE. Report prepared by JOHN MAGLIS Council Assets 56-64 REGENT STREET CHIPPENDALE NSW 2008 DILAPIDATION REPORT Commissioned by LAING O'ROURKE Report prepared by JOHN MAGLIS 0414 885 748 TYRRELLS PROPERTY INSPECTIONS PTY LIMITED Inspection

More information

GRANT THORNTON DRAFT CONCESSION AGREEMENT

GRANT THORNTON DRAFT CONCESSION AGREEMENT GRANT THORNTON DRAFT CONCESSION AGREEMENT For Establishment of Technical Education Institutes based on PPP mode in the state of Uttar Pradesh Engineering Institutes, Polytechnics and ITIs ( Project ) 12/02/2009

More information

Terms and Conditions for RTGS Transactions. Definitions

Terms and Conditions for RTGS Transactions. Definitions Jana Small Finance Bank shall endeavour to provide to the Customer, the Jana Small Finance Bank RTGS Facility (as defined hereinafter) subject to the terms and conditions specified. Definitions 1. In these

More information

Standard Form of CAWCD Wheeling Contract

Standard Form of CAWCD Wheeling Contract EXHIBIT B DRAFT 11/9/16 Standard Form of CAWCD Wheeling Contract WHEELING CONTRACT BETWEEN THE CENTRAL ARIZONA WATER CONSERVATION DISTRICT AND [ENTITY] This CAWCD Wheeling Contract ("Contract") is made

More information

1. Risk of regularizing illegal connections

1. Risk of regularizing illegal connections 1. Risk of regularizing illegal connections Background: This is an example of a contract provision for mitigating the risk of converting illegal connections to legal connections in a 300,000 population

More information

AIA Document B101 TM 2007

AIA Document B101 TM 2007 AIA Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bangalore 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Request for Proposal (RFP) Document

Request for Proposal (RFP) Document Request for Proposal (RFP) Document Empanelment of Transaction Advisors by Finance Department, Government of West Bengal for Undertaking Projects under Public Private Partnership (PPP) format Govt of West

More information

ARCHITECTURAL CONSULTANCY AGREEMENT TERMS AND CONDITIONS

ARCHITECTURAL CONSULTANCY AGREEMENT TERMS AND CONDITIONS TERMS AND CONDITIONS K20 ARCHITECTURE 325 COVENTRY STREET SOUTH MELBOURNE VICTORIA, 3205 AUSTRALIA t: +61 3 9699 4440 f: +61 3 9699 5550 e: melboffice@k20architecture.com www.k20architecture.com K2O.AU

More information

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR AN ISO 9001 & ISO 14001 COMPANY TENDER DOCUMENT NIT No.: NRO/CON/738/667 date : 12.10.2018 FOR Supply, Installation, Testing, Commissioning & Handing- over of Medical equipments (Group-7F) for Government

More information

ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY )

ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY ) ANIMERS ( ANDAMAN & NICOBAR ISLANDS MEDICAL EDUCATION RESEARCH SOCEITY ) SUBJECT: TENDER FOR ENGAGEMENT OF CHARTERED ACCOUNTANT FOR PREPARATION OF ANNUAL ACCOUNTING STATEMENTS INTERNAL AUDIT AND FILING

More information

Kirtanlal International / Al Zahra Scaffold TRD. LLC. Scaffolding and Formwork Division January Standard Terms and Conditions of trade.

Kirtanlal International / Al Zahra Scaffold TRD. LLC. Scaffolding and Formwork Division January Standard Terms and Conditions of trade. Kirtanlal International / Al Zahra Scaffold TRD. LLC Scaffolding and Formwork Division January 2016. Standard Terms and Conditions of trade. Definitions. Conditions means the Conditions of Trade. Contract

More information

Civil Design Consultants, Inc.

Civil Design Consultants, Inc. Civil Design Consultants, Inc. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Project: CLIENT: Dakota Ridge waterline replacement Dakota Ridge Homeowner s Association ENGINEER: Civil Design Consultants,

More information

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 FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS 2019 2021 REFERENCE NUMBER: RFP/AUDIT01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/AUDIT01/2018 PROVISION OF EXTERNAL

More information

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES (For Works valued less than equivalent of $ 30,000 each. This document is drafted for construction of very small buildings

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

More information

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE. PRICE BID FOR SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE. Issued to, M/s 1. INVITATION FOR TENDER OFFERS LIC invites sealed offers from manufacturers and/or their authorized dealers/agents

More information

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) REQUEST FOR QUALIFICATION (RFQ) for Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT) at Kempegowda International Airport, Bengaluru Bangalore International

More information

Certification Agreement for Applicants and Manufacturers

Certification Agreement for Applicants and Manufacturers THIS AGREEMENT made the day of, 20, by and between: INTERTEK TESTING SERVICES NA, INC. having offices at 545 E. Algonquin Rd, Arlington Heights, IL 60005 USA ("Intertek") and Company, having principle

More information

Corrigendum 2. Modifications in the Tender Document

Corrigendum 2. Modifications in the Tender Document Corrigendum 2 Modifications in the Tender Document Tender No. : MPSEDC/MKT/2010/188 Sl. No. Page No. Existing Clause Modified Clause 1 7 SLA Monitoring 7 Exit Process Support 2 8 Eligibility 3 8 Eligibility

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

ADDENDUM-1 to RFP / Draft Concession Agreement

ADDENDUM-1 to RFP / Draft Concession Agreement ADDENDUM-1 to RFP / Draft Concession Agreement Sl Original Revised as per Addendum-1 REQUEST FOR PROPOSAL 1 13 Schedule of Bidding Process The Authority shall endeavour to adhere to the following schedule:

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER Project: BT Project Name: Architect/Engineer: July 2012 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement ( Agreement ) is made this day

More information

Industries Department Goa Industrial Development Corporation

Industries Department Goa Industrial Development Corporation Industries Department Goa Industrial Development Corporation NOTIFICATION In exercise of the powers conferred by clause (d) of sub-section (1) of Section 51 of the Goa Industrial Development Act, 1965,

More information

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

DGR ENGINEERING Master Agreement for Professional Services Task Order Version DGR ENGINEERING Master Agreement for Professional Services Task Order Version THIS AGREEMENT is entered into on the 7th day of March, 2016, by and between the City of Volga, South Dakota, hereinafter referred

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION This agreement ("Agreement") is made by and between Rocklin Unified School District, a public school

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018

REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS REFERENCE NUMBER: RFP/STR01/2018 REQUEST FOR PROPOSAL FOR THE FACILITATION OF A STRATEGIC PLANNING SESSION FOR THE THREE YEARS 2018 2021 REFERENCE NUMBER: RFP/STR01/2018 1 P a g e REQUEST FOR PROPOSAL (RFP) RFP/STR01/2018 FACILITATION

More information

Of... Annex C to the Living Green in Israel Competition documents Design of a demonstration structure for green construction

Of... Annex C to the Living Green in Israel Competition documents Design of a demonstration structure for green construction Keren Kayemeth LeIsrael - The Jewish National Fund Of... Annex C to the Living Green in Israel Competition documents Design of a demonstration structure for green construction Agreement with the designer

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

DELHI DEVELOPMENT AUTHORITY REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF TECHNICAL CONSULTANT FOR

DELHI DEVELOPMENT AUTHORITY REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF TECHNICAL CONSULTANT FOR DELHI DEVELOPMENT AUTHORITY REQUEST FOR PROPOSAL (RFP) FOR SELECTION OF TECHNICAL CONSULTANT FOR PREPARATION OF FEASIBILITY REPORTS AND BID PROCESS MANAGEMENT FOR DEVELOPMENT OF SOCIO CULTURAL CENTRES

More information

CONSULTANT S AGREEMENT

CONSULTANT S AGREEMENT CONSULTANT S AGREEMENT Project No.: This Agreement made as of XXXXX by and between the State University Construction Fund, having its principal office and place of business at The State University Plaza,

More information

CONDITIONS OF CONTRACT FOR QUOTATION

CONDITIONS OF CONTRACT FOR QUOTATION CONDITIONS OF CONTRACT FOR QUOTATION Version 6.0 Page 1 of 18 CONTENTS Clause Subject matter 1 Definitions and Interpretation 2 Scope of Contract 3 Delivery 4 Removal and Replacement 5 Financial Provisions

More information

{Company.Name} {ToContact.DisplayAddress} {Projects.Name}

{Company.Name} {ToContact.DisplayAddress} {Projects.Name} ARCHITECT/ENGINEER AGREEMENT This Architect/Engineer Agreement ( Agreement or Contract ) is entered into effective as of day of, 2014 ( Effective Date ), by and between the Houston Independent School District,

More information

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Notice Inviting Tender for Printing of Accounts Manual of APDCL Tender for Printing of Accounts Manual of APDCL ASSAM POWER DISTRIBUTION COMPANY LTD Single Stage Two Envelope Procedure Tender No: APDCL/CGM(F&A)/PRN/Accounts Manual/2014/3 Date 11.6.2014 Notice Inviting

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

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

NOTICE INVITING TENDERS

NOTICE INVITING TENDERS NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. (A Government of India Enterprise) Technical Services Centre, Tigaon Road, Neemka-121004, District Faridabad (Haryana) NOTICE INVITING

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

Delhi Development Authority. Residential Project Commonwealth Games, 2010 Village

Delhi Development Authority. Residential Project Commonwealth Games, 2010 Village Delhi Development Authority Residential Project REQUEST FOR PROPOSAL TABLE OF CONTENTS Serial No. Page Disclaimer 2 Abbreviations 3 Definitions 4-5 Section Request for Proposal 6 I Introduction 7-9 II

More information

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET GENERAL Agreement means, collectively, these terms and conditions and the Order to which they apply. CSL means The CSL Group Inc., acting through its Canada

More information

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA SOFTWARE TECHNOLOGY PARKS OF INDIA Ministry of Electronics and Information Technology, Government of India Ganga Software Technology Complex, Sector-29, Noida-201303 Phone: +91-120-2470400; Fax: +91-120-2470403

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Lucknow Metro Rail Corporation Ltd (LMRC) invites Open Tenders from eligible applicants, who fulfil qualification criteria as stipulated in

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

Section 7. General Conditions of Contract for the Procurement of Works

Section 7. General Conditions of Contract for the Procurement of Works Section 7. General Conditions of Contract for the Procurement of Works Table of Clauses A. General...3 1. Definitions...3 2. Interpretation...5 3. Language and Law...5 4. Project Manager s Decisions...5

More information

NHS Form of Indemnity A Reference Number [ ]

NHS Form of Indemnity A Reference Number [ ] NHS Form of Indemnity A Reference Number [ ] Equipment on loan A DEED made the... day of...20 BETWEEN: EITHER* NHS Trust/Health Board*............ ( the Authority ); OR NHS Wales Procurement Services as

More information

AIA Document B141 TM 1997 Part

AIA Document B141 TM 1997 Part 1 AIA Document B141 TM 1997 Part Standard Form of Agreement Between Owner and Architect with Standard Form of Architect's Services TABLE OF ARTICLES 1.1 INITIAL INFORMATION 1.2 RESPONSIBILITIES OF THE

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

Trade Credit Insurance Policy Wording Page 1

Trade Credit Insurance Policy Wording Page 1 Trade Credit Insurance Policy 1. SUBJECT OF THE INSURANCE 1.1. In consideration of the subject to the terms, conditions and definitions stipulated hereunder and in the Schedule, the Insurer undertakes

More information

PROJECT AGREEMENT. (Sindh Cities Improvement Investment Program Project 1) between ASIAN DEVELOPMENT BANK. and PROVINCE OF SINDH

PROJECT AGREEMENT. (Sindh Cities Improvement Investment Program Project 1) between ASIAN DEVELOPMENT BANK. and PROVINCE OF SINDH LOAN NUMBER 2499-PAK (SF) PROJECT AGREEMENT (Sindh Cities Improvement Investment Program Project 1) between ASIAN DEVELOPMENT BANK and PROVINCE OF SINDH NORTH SINDH URBAN SERVICES CORPORATION LIMITED DATED

More information

ZONAL OFFICE, UJJAIN ZONE

ZONAL OFFICE, UJJAIN ZONE ZONAL OFFICE, UJJAIN ZONE ARCHITECTS/ CONSULTANTS FOR Furnishing and renovation of Bank s branch premises Situated in various locations of Ujjain Zone Bank of India invites pre-qualification application

More information

CENTRAL UNION HIGH SCHOOL DISTRICT 351 ROSS AVENUE EL CENTRO, CA FOR ARCHITECTURAL SERVICES

CENTRAL UNION HIGH SCHOOL DISTRICT 351 ROSS AVENUE EL CENTRO, CA FOR ARCHITECTURAL SERVICES CENTRAL UNION HIGH SCHOOL DISTRICT 351 ROSS AVENUE EL CENTRO, CA 92243 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL SERVICES JANUARY 28, 2016 2 REQUEST FOR QUALIFICATIONS (RFQ) SELECTION OF ARCHITECT(S)

More information

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility. Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser

More information

Request for Proposal

Request for Proposal Request for Proposal Selection of Technical Consultant for Preparation of DPR of Monorail / LRT Project in Bangalore May 2010 Director (Projects), Bangalore Airport Rail Link Limited 3rd Floor, East Wing,

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

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

Schedule 10 describes, and sets out specifications in respect of, Warrants traded on ASX s market.

Schedule 10 describes, and sets out specifications in respect of, Warrants traded on ASX s market. SCHEDULE 10 WARRANTS Schedule 10 describes, and sets out specifications in respect of, Warrants traded on ASX s market. 10.1 WARRANT RULES 10.1.1 Warrant Rules This schedule 10 applies to Warrants. 10.1.2

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

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT ATTACHMENT A AIA DOCUMENT B141 1987 EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT Winston-Salem/Forsyth County Board of Education June 15-2015 Revised Edition for Project: Architect: Amendments,

More information

Securities and Exchange Board of India ( Alternative Investment Funds ) Regulations,2012

Securities and Exchange Board of India ( Alternative Investment Funds ) Regulations,2012 Securities and Exchange Board of India ( Alternative Investment Funds ) Regulations,2012 Preliminary Short Title and Commencement 1. (1) These Regulation shall be called the Securities And Exchange Board

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No

SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS RFQ No. 16-17-010 CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) COMPLIANCE SERVICES FOR FUTURE PROJECTS QUALIFICATIONS DUE: June 30, 2017, 2:00

More information

CHAPTER II - INITIAL PUBLIC OFFER ON MAIN BOARD

CHAPTER II - INITIAL PUBLIC OFFER ON MAIN BOARD CHAPTER II - INITIAL PUBLIC OFFER ON MAIN BOARD PART I: ELIGIBILITY REQUIREMENTS Reference date 4. Unless otherwise provided in this Chapter, an issuer making an initial public offer of specified securities

More information