TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED

Similar documents
TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LTD (TIDCO) SELECTION OF PROJECT MANAGEMENT CONSULTANT

NAVI MUMBAI MUNICIPAL TRANPORT

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

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

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

Tamil Nadu Energy Development Agency

RESPONSE TO QUERIES (To Form Part of the Bid Document)

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

KINFRA DEFENSE PARK PALAKKAD, KERALA REQUEST FOR PROPOSAL

Construction of CISF staff quarters multi-storeyed building, BNPM premises, Mysuru. CORRIGENDUM NO. 1 DATED FOR

TIDEL PARK COIMBATORE LIMITED (A JV of TIDCO, ELCOT, TIDEL & STPI)

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

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

NIT No: Civil/IMSc/11/2015

West Bengal Renewable Energy Development Agency

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

NOTICE INVITING TENDER NIQ NO: - 28/WBTDCL OF

CORRIGENDUM. I. Prequalification of PMC Firms, Page 3 of the Prequalification Document

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

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

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

Tamil Nadu Road Development Company Ltd. (TNRDC)

Clarifications Sought No. 1 In what format the Bank Guarantee will be accepted if Bank Guarantee is from outside India.

TENDER DOCUMENT TENDER FOR THE SUPPLY AND INSTALLTION OF GLOW SIGNAGE BOARDS FOR TACTV S CONTROL ROOMS/DISTRICT OFFICES ALL OVER TAMIL NADU.

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

NOTICE INVITING TENDERS

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

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

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

TENDER DOCUMENT FOR APPOINTING CREDIT RATING AGENCIES FOR PRIVATE PLACEMENT OF BONDS

WEST BENGAL TEXT BOOK CORPORATION LIMITED. (A Govt. of West Bengal Undertaking) 11, B.T. Road, Kolkata

Responses to the Bidder Queries

TENDER DOCUMENT FOR CONDUCT OF EVENT AT ISLAND GROUNDS, CHENNAI-09 FOR 35 DAYS FROM TO

CHARTERED ACCOUNTANT /COST ACCOUNTANT FIRMS

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) Jangpura, New Delhi

REQUEST FOR PROPOSAL (e-procurement mode only)

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

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

NOTICE INVITING TENDER (NIT)

Notice InvitingTender (NIT)

CLARIFICATIONS TO PRE-BID QUERIES

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Corrigendum 2. Modifications in the Tender Document

Addendum Tender for Rate contract for supply of contactless Smartcard Tender No. CMR/OPN/RC/Ticket Media /TEN-02/2017

V.M. No /VI/Accounts/241/ June 2017 NOTICE INVITING TENDER

NIT for Tender No. GCO 8770 P19. Oil India Limited, a Government of India Enterprise intends for Hiring the services as stated below.

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT

CLARIFICATIONS TO PRE-BID QUERIES

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

GOVT OF KARNATAKA. (two cover e Procurement)

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

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

Tamil Nadu Energy Development Agency, Chennai-6

Gangtok Smart City Development Limited

at Bandra Kurla Complex, Mumbai. The work is estimated to cost Rs lakh and is to be completed within 3 months.

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

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

SOFTWARE TECHNOLOGY PARKS OF INDIA

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

NOTICE INVITING TENDER (NIT) E Tender No. NMRC/Stn./Housekeeping/22/2018/HK-C1. Description

BID-DOCUMENT CONSULTANT - GST FOR THE FINANCIAL YEAR TERMS OF REFERENCE

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER AS ARRANGER

NIT for Tender No. GCO 8524 P19

BASTAR VISHWAVIDYALAYA

TAMILNADU TRADE PROMOTION ORGANISATION

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Tamil Nadu Road Development Company Ltd. (TNRDC)

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

Tamil Nadu Energy Development Agency

REQUEST FOR PROPOSAL (RFP)

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

Government of Tamil Nadu

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

Government of India. Ministry of Youth Affairs and Sports. Department of Sports

Baroda Rajasthan Kshetriya Gramin Bank (Head Office : Ajmer)

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

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

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

NOTICE INVITING TENDER (NIT)

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

TIDEL PARK COIMBATORE LTD. Regd. Office: No.4, Rajiv Gandhi Salai Taramani, Chennai

TENDER FOR SALE OF OLD/CONDEMNED VEHICLE OF CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

Phone Office: /89 Maulana Azad Campus, Chelmsford Road New Delhi

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

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

STATION MANAGEMENT SERVICES (SMS ) TENDER

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

Transcription:

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 in Sriperumbudur Aerospace Park Pre Bid Meeting held on at 3.00 pm at TIDCO - Response /Clarification to the queries raised Sl. Queries by STUP Consultants Pvt. Ltd., Mumbai 1. Section III Para 3 (f) & Section X a. (4) 13 & 39 Consortium of consultants/bidders is not allowed Whether registered under appropriate Bodies similar to Council of Architecture/Indian Institute of Architecture : It may be kindly considered that the invitation is for selection of PMC and as such, PMC is generally not registered with Council of Architecture/Indian Institute of Architecture It is therefore requested to either waive off this condition or allow for consortium to be formed with Architect having required registration The Architect of the Consultancy firm should be registered with appropriate bodies similar to Council of Architecture / Indian Institute of Architecture. The organization / bidding company as such is not necessarily to be the member of the above institution. Allowing Consortium of consultants/ bidders for this assignment will not be helpful in completion of this assignment, rather dealing with the consortium will lead to confusion and inefficiency. Hence, Consortium of consultants / bidders is not allowed. 2. Section IV (iii) 14 The Bidder who has quoted the lowest lump sum amount will be considered as L1 and preferred Bidder. The L1 Bidder will be invited for negotiation It may be considered that invitation is open for International Bidding and that too for project of this complexity and prestige: hence it is requested to consider Quality and Cost Based Selection in ration of 80:20(: Financial) Page 1 of 10 Adequate care has been given in fixing the technical eligibility criteria. It is considered that the eligibility criteria set out itself will allow only technically strong bidders to be evaluated. Hence, the methodology as spelt out in the tender conditions of RFP document will be followed.

It is also requested to specify CVs that need to be submitted along with the bid for evaluation. Further, the Sl. no (iii) of the Para 4.0 of Section IV is replaced and may be read as below: -The Bidder who has quoted the lowest average of lump sum fee in all three ranges of the project cost will be considered as L1 and preferred bidder. The L1 Bidder will be invited for negotiation. The CV for the minimum key technical personnel listed in the Format G (Manpower Deployment) should only be submitted along with the bid. 3. Section VI Para 6.8 20 The fee payable to the PMC will be considered on the percentage of the rate quoted by PMC under their scope excluding land and unrelated cost for the built up area of approximately 5 lakhs sq. ft. with a cap of Rs.3,000/- sq. ft. as unit cost of built up area. The quoted rate will be valid for plus or minus 25% variation of proposed built up area of 5 lakhs sq. ft. If the area of work proposed increases/ decreases beyond 25%, new rate may be settled with mutual agreement by both parties. No extra payment will be paid if the completion of the project is extended due to slow progress by the contractors. The PMC should see that the project is completed within the scheduled time. This clause is onerous for consultants. Requesting to consider: 1. Project cost to be based on cost estimates provided by the Consultants and approved by TIDCO. This may be subsequently adjusted as per the price bids received from the Contractors. 2. Variation in area +/- to be capped at 10% instead of 25%. Page 2 of 10 In order to remove ambiguities, the format given in the page no 4 in the Financial tender Volume II is replaced and may be read as below: Project Management Consultant s Fees Description Project Cost Lump sum Fee (in words and figure) For all stages of 150 Crore works as 150 180 Crore mentioned 180 200 crore Average Terms of payment will be as per the schedule in Terms of Reference. The fee payable to the Project Management Consultant (PMC) will be considered on the lump sum amount on the project cost excluding land and unrelated cost with a cap of Rs.3,000-/sq.ft. as unit cost of actual built up area which will be measured after completion of the

3. If the project duration extends beyond the stipulated period, for reason not attributed to Consultants, the Consultants should be paid additionally monthly fee on pro-rata basis to retain their team on the site. It is further requested that the fee to be based on percentage quoted by the consultant applied on the actual cost. Various stages of payment shall be paid in the following manner: Payments for stages prior to acceptance of Design & estimate by Clients: Cost of the Project assumed as Rs.180 crore as in the RFP Payments for stages after the acceptance of Design & estimates by Clients: Cost of the project as per approved estimate. Payments for stages after appointment of Contractors: Cost of the project taken as ed value for all works. Final Payment: Cost of the project shall be the actual cost paid to Contractors + Cost of material supplied by clients. project for settlement of final bills. This construction cost of Rs.3000/sq. ft. will be reckoned only for calculation of fee payable to PMC, whereas actual cost may be higher than Rs.3000/sq. ft. For calculation of construction cost, cost for construction of facility including built up parking space will be taken into account, excluding statutory fee and other unconnected costs like bringing power, water, etc from outside of the project site. The quoted rate will be valid for the ranges and new rate may be settled with mutual agreement by both parties if it goes beyond ranges. No extra payment will be paid if the completion of the project is extended due to slow progress by the contractors. The PMC should see that the project is completed within the scheduled time. The lump sum fee should be quoted for each range of the project instead of percentage basis. The final selection will be based on the average of lump sum fees quoted by the bidder in all the three ranges of the project cost. 4. Section XI Format A Sl. no, 6,7,8, 9 43 It may be considered that STUP is one of the oldest Consultancy firm in India with over 50 years of establishment. At any given point of time, STUP manage approx. 300-400 projects. It is difficult to keep record of eternal past, hence it is requested that information sought under these point may be restricted to last 3 years. Page 3 of 10 And also, the Para 6.8 of Section VI of Volume I is replaced and may be read as above. The information to be furnished under Sl. no, 6,7,8, 9 of Format A in Section XI should be given for last 5 years

5. Section XI Format D 47 6. Section V Para 5.9 17 It will not be possible to give name of each project, however, we will submit overall turnover from the Consultancy business for each year The minutes of the Pre-bid meeting will be circulation to all those tenderers who have purchased the tenders : Since there is provision in the RFP that bidder can submit nonrefundable processing fee along with Documents at the time of submission of proposals, it is requested that pre-bid clarification to be circulated to all consultants who have raised pre-bid queries. Under the column of Name of the Project in Format D of Section XI, the total no. for projects from which the professional fees received for providing consultancy services in each financial year and the name of the 10 major projects may be furnished. Accepted. Clarifications requested through email and during the Pre Bid meeting will be communicated to the all those who have raised the pre-bid queries and the same will be uploaded in the website 7. General Level of documentation required for bid preparation is quite exhaustive and also considering that pre-bid clarifications issued by the Client has significant bearing on preparation of technically sound and competitive proposal; it is requested to allow for at least 20 days submitting our proposal from the date of issue of such clarifications. Query by Mukesh & Associates, Salem 8. Section III Para 3 (a) Bidder should have been in the business for a period of 10 years and should have provided Comprehensive Consultancy / Engineering Services (single point responsibility) involving conceptual, basic design, structural designs, development of No change in the last date for submission of proposals. The tender conditions already stipulated will remain. However, it is clarified that the floors below ground level also will also be considered for number of floors for reckoning purposes. Page 4 of 10

13 detailed drawings, project monitoring for construction of Nonresidential multi storeyed buildings such as IT park/office/commercial/technology Park with associated infrastructure & facilities including Electrical, ACMV, DG, Fire Fighting, BMS, Lifts etc. for single project with a project cost not less than Rs.150 crore and for a separate single project with minimum G + 10 Floors having not less than 5 Lakhs sq. ft. area during last five years (Format- C) 9. Section III Para 3 (a) 13 10 Section IV Para 4.0 14 : 1. We respectfully request you to consider projects fulfilling the built-up area (i-e) 5 lakhs sq. ft. and not to insist G+10 floors. 2. We respectfully request you to consider industrial projects/automobile manufacturing plants also for fulfilling the above criteria. Please consider. Please let us know if commercial projects shall also include Industrial Park sectors. Kindly confirm whether residential project shall be considered for satisfying G+10 criteria 1. Kindly provide u with the breakup for Score evaluation 2. Also kindly let us know the minimum mark eligible for technical qualification Page 5 of 10 Residential projects will not be considered The consultants who have been qualified in the technical evaluation as per the technical qualification criteria set out in Section III would be eligible. There will not be any evaluation by awarding scores to technical criteria. The financial bids of those technically qualified only will be opened and the technically qualified one, who quotes the lowest financial quote, will be awarded with the work order.

11 Section V Para 5.7 (h) 17 12 Financial Volume II 4 1. Kindly let us know whether conceptual design has to be submitted along with the technical proposal 2. If so, please provide us with the details on deliverables and mark breakup (if applicable) for the conceptual design. 3. We respectfully request you to provide us with the site layout in AutoCAD format and other documents related to site for preparation of conceptual design Kindly let us know the fee to be quoted in the financial proposal should be in percentage or lump sum basis Queries by Infrastructure Development Corporation (Karnataka) Ltd, Bangalore 13 Section III Para 3 (a) 13 Mentioned in Sl. 8 of this table : Since the approx. value of the tendered assignment is Rs.180 crore, Request to modify eligible project cost requirement as per clause to Rs,100 crore Request to relax G+10 Floors experience requirement and modify the clause to G+5 floors Submission of Conceptual design is not required at bidding stage. Only the selected PMC would need to submit the conceptual design and drawings as per Scope of Work. Fees to be quoted in lump sum basis. Please refer Sl.3 of this response/clarification. Not accepted. The tender conditions already stipulated will remain. There will not be any relaxation in this connection. Please refer to our reply in Sl. 8 of this response/clarification. 14 Section III Para 3 (b) 13 Consultant should have a fully functional office in Chennai, operational for the duration of at least one major project previously, during last five years. : Request to allow setting-up office at Chennai post Award of Contract Not accepted. The tender conditions in RFP document already stipulated will remain. Page 6 of 10

15 Section V Para 5.11 18 s will be received by the Owner at TIDCO, Egmore, Chennai 600 008 not later than 15.00 hrs on 04.07.2018. : Request to extend the submission deadline at least by 10 days post response to pre-bid queries to cover the changes/modification Not accepted. The deadline for submission as given in RFP document will remain. Please refer Sl.7 of this response/clarification. Queries by C R Narayana Rao Consultants Pvt Ltd, Chennai 16 Section I EMD 6 Earnest Money Deposit (EMD) -Rs.5.00 Lakhs (Rupees Five Lakhs Only) to be paid by Demand Draft payable at Chennai in favour of TIDCO, Chennai. : EMD(Rs.5 Lakhs) to be paid by Demand Draft payable at Chennai or Bank Guarantee in favour of TIDCO, Chennai. Please confirm EMD for Rs.5 lakhs should be paid by Demand Draft only 17 Section II Para 2.4 8 : The Government vide its GO 244 dated 08.10.2015 has directed TIDCO to undertake implementation of Advanced Computing and Design Engineering Centre through a Special Purpose Vehicle (SPV) Company. Subsequently, TIDCO has completed a Detailed Project Report (DPR) through a Consultant viz. M/s. IL&FS Cluster Development Initiative Ltd. The SPV Company is under formation by TIDCO, TIDEL & ELCOT to implement this Project. Selected PMC has to validate the designs prepared by the earlier consultant viz., M/s. IL&FS Cluster Development Initiative Ltd. and to prepare afresh if earlier one is not feasible for Good to Go Purposes. The selected PMC shall prepare conceptual design, master plan, architectural design, DPR etc to meet the expectations of the management. All the above activities are very much within the scope of the selected PMC. Page 7 of 10

: It is stated that Detailed Project Report (DPR) has been completed by TIDCO through another Consultant, namely M/s IL&FS. Please inform if Conceptual Master Plan, Architectural Design of the proposed building is already prepared. Is the scope of the present bid to develop and adhere to concept designs already made or develop afresh? 18 Section V Para 5.7 g,h,i 17 Submission of Documents g) A detailed description of methodology & approach specially devised by the firm to speed up the work in all the stages of project. h) Lay out planned for optimum utilisation of FSI with all essential facilities for Advanced Computing and Design Engineering Centre (ACDEC) for Aerospace & Defence Park at Sriperumbudur as per the Rules/Regulation of Town & Country Planning, Govt. of Tamil Nadu /local Planning Authority as Applicable. i) Integrated approach to Design, Construction and Commissioning of project within the scheduled time and the Design & Execution of major contracts for Civil, Electrical, DG, ACMV, Lifts etc. keeping in mind techno-economic feasibility. : It is presumed that this will form part of scope and deliverables of successful PMC bidder only and not need at PMC bid stage submittal. Please confirm. The details listed under para 5.7 (g) (h) and (i) are only for information and instruction to bidders and it will be part of the scope of work of the successful PMC bidder and not required to submit with bid at bidding stage. Page 8 of 10

19 Section IX Stage IV Sl no. 40 34 20 Section X C Sl. 9 41 Post Construction Services after Defects Liability Period Attend & rectify all design related issues of the building & systems for which the Architect was originally responsible for design etc. within a reasonable time free of cost for a period of five years after completion of the project. Can the period of 5 years be reduced to one year since DLP is for one year only? Letter of Submission We enclose a Demand Draft for Rs. 5 Lakhs towards Earnest Money Deposit. Is EMD to be submitted as Demand Draft or Bank Guarantee. Pls Clarify Sl. No 40 under Post Construction Services after Defects Liability Period is replaced and may be read as below: Attend & rectify all design related issues of the building & systems for which the architect is responsible for design etc. free of cost for a period of three years after the Defect Liability Period of 24 months Accordingly, the Indemnity/performance Bond period will also change. EMD should be submitted as Demand Draft 21 General Site Office & infrastructure for PMC team It is presumed that as per standard practice the site office with adequate workstations, seating, computers, plotter, communication facilities like phone etc., will be provide to PMC team. Usually, provision of such facilities and operating/maintaining on monthly basis till the end of the project is in executing Contractor scope. Please confirm. Selected PMC has to arrange for such facilities on their own Page 9 of 10

22 Section IV Para 4.0 14 Financial Volume-II 4 & 5 Selection Process- Evaluation Criteria and Methodology Project Management Consultant s Fee & Financial Proposal Submission-Format Please convert the PMC fee quoting form to Lumpsum format. Lumpsum fee is indicated in Page 5 of the Financial Volume II. If operated in percentage format, please clarify how the percentage fee will be applied on the total value of Project cost. Since a cap is fixed at Rs.3000 per Sq. ft. and 5 lakhs Sq. ft., the total cost is capped at Rs.150 crore. Such being the case, how is relevant costing percentage for range of Rs.150 Rs.180 crore and Rs.180-Rs.200 crore. This has been clarified in Sl. 3 of this responses/clarifications to the queries raised in the pre bid meeting. It is requested that Lumpsum fee format be adopted. M/s TAAMAESEK Engineering Consortium, Chennai 23 Section IV Para 4.0 (iii) Section VI Para 6.8 Volume-II 14& 20 Financial Volume-II 4 & 5 In RFP document section-iv clause 4.0 it is mentioned that the Bidder who has quoted lump sum amount will be considered as L1 and preferred bidder and in section VI clause 6.8 it is mentioned as The fee payable to PMC will be considered on the percentage of the rage quoted by PMC. Further in financial tender it is mentioned as fee to be quoted in Percentage and in Financial proposal submission format it is mentioned as lump sum fee. Kindly clarify whether we have to quote the consultant fee as lump sum or in percentage basis. This has been clarified in Sl. 3 of this response/clarifications to the queries raised in the pre-bid meeting. Page 10 of 10