NAVI MUMBAI MUNICIPAL TRANPORT

Similar documents
REQUEST FOR PROPOSAL ANNUAL RATE CONTRACT FOR SPECIALISED PATHOLOGICAL TESTS

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

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

AIRPORTS AUTHORITY OF INDIA

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

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

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

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

Responses to the Bidder Queries

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (e-tender)

Engineering Projects (India) Limited Contracts Division- CO, New Delhi DLI/CON/686B/

NOTICE INVITING TENDER (NIT)

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

AGREEMENT FOR CONSULTANCY SERVICES

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

Industrial Extension Bureau

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

RFP : Pre-bid reply

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

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

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

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

Minimum Ports Required : Minimum: 1-USB, 2-HDMI, 1-RJ 45, 1-Component, 1-RS232, 1-VGA

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

Indian Maritime University Mumbai Port Campus (A Central University, Govt. of India) Hay Bunder Road, Mumbai

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

Corrigendum 2. Modifications in the Tender Document

Maharashtra State Pharmacy Council E.S.I.S Hospital Compound, LBS Road, Mulund, Mumbai -

Phone No

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

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

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY

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

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

GOVT OF KARNATAKA. (two cover e Procurement)

NOTICE INVITING e-tender (NIT)

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

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

J A M M U & K A S H M I R S T A T E R O A D T R A N S P O R T C O R P O R A T I O N J&K SRTC BIDS FOR

NOTICE INVITING TENDER (NIT) (e-tender)

RFQ for CONSULTANCY FOR PROVIDING LEGAL ADVISORY SERVICES TO IPE GLOBAL LIMITED FOR THE PAHAL PROJECT

Subject: DDA-CMS-Pre Bid Meeting held on 14 June 2018: Amendments demanded in respect of Payment Release and Turnover Limit

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

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

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

TENDER NOTICE. ESIS Stage Contractor Stage Start Date & Time Expiry Date & Time. - Tender Download : :00

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

ICSI HOUSE, C-36, Sector-62, Noida

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

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

NO. DOCUMENT IN PLACE OF PLEASE READ AS

Ref.: TIFR/PD/CM17-245/ March 16, NIT Cum Tender Document ( ONE PART LIMITED TENDER) for the following item:

Gangtok Smart City Development Limited

INVITATION OF GLOBAL/OPEN BIDS

MOTILAL NEHRU SCHOOL OF SPORTS, RAI (SONIPAT)

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

Corrigendum 8 to the Request for Proposal (RFP) for the Supply of Equipments and Accessories for Canoeing and Kayaking for the 35 th National Games

ICSI HOUSE, C-36, Sector-62, Noida

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

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

Notice Inviting Tender (NIT)

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

RITES Ltd. / Contract Policy Cell / Gurgaon. E - Tendering - Tender and Contract Document for Works. Correction Slip No. 1

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

ZONAL OFFICE, UJJAIN ZONE

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

F. No. S/43-363/ MTO JNCH Date: E-TENDER NOTICE

CONTRACT NO: LKDD- 02

CORRIGENDUM-2 E-Tender Notice No. Tender No.IRCTC/2017/FTP/

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

IDBI Bank Ltd. Alternate Channels & Cards Department, 13 th Floor, IDBI Tower, WTC Complex, Cuffe Parade, Mumbai

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

INDIAN INSTITUTE OF SCIENCE BENGALURU

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL

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

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

TENDER DOCUMENT FOR ANNUAL MAINTENANCE OF UPS. Date of Issue of tender notice: Sale of Tender document till: (1400 Hours)

DELHI METRO RAIL CORPORATION LIMITED

REQUEST FOR PROPOSAL (RfP) ASSAM POWER DISTRIBUTION COMPANY LTD

ICSI HOUSE, C-36, Sector-62, Noida

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

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

Finance Department. Sri H K Dwivedi,IAS, Principal Secretary Sri P Yadav,IAS, Secretary

GUJARAT MARITIME BOARD

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

Request for Proposal for Appointment of Consultant for Strategy Development and Implementation Support

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

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

Transcription:

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 A pre-bid meeting has been conducted on 12/09/2017 regarding above subject. Further prospective bidders submitted their queries/suggestions. Now it is decided that to call offer for consulting services for Construction of Integrated Bus Depot cum Commercial Complex OR Regional Driver Training Center cum commercial complex at the Rabale, Sector-6, Airoli, Navi Mumbai. So the name of the work has been modified as Appoint of Consultant for construction of Integrated Bus Terminus/Bus Depot cum Commercial Complex on plots of NMMT. Accordingly the interested agencies/companies/prospective bidders should submit their financial quote separately for the individual location in the Financial form enclosed here with as Annexure 'A'. For the Financial evaluation, the cost for individual location indicated in the Financial form will be considered. The details of the locations for which the offers are invited through this RFP are as under. Sr. No. Location Plot Designated Use 1 Vashi, Sector 9A 2 Rabale, Sector-6 Plot Area Sqm Permissible FSI Proposed Use Bus Terminus 10276 1.50 Bus Terminus cum Commercial Complex Bus Depot (Refer location 13564 1.50 Bus Depot cum Commercial Complex or Regional Driver enclosed as Training Center cum Annexure-C Commercial complex NMMT reserves the right to accept or reject any or all proposal without assigning reasons. NMMT may be call offers from the short listed bidders in future for any of or all remaining locations of Bus Terminus and Bus Depots of NMMT. Further modifications have been done in some of the tender conditions. These modifications as well as NMMT s decision/clarifications on the queries/suggestions raised by the prospective bidders has been enclosed herewith as Annexure- B. The schedule for submission of offers has been extended as follows: Bidding Activities Schedule Tender Download & Bid From Publication to 23/10/2017, 15:00 Hrs. Preparation Control Transfer of Bids From 24/10/2017 to 26/10/2017 upto 15:00 Hrs Transport Manager Navi Mumbai Municipal Transport

Annexure- A FINANCIAL FORM Name of the work: Appoint of Consultant for construction of Integrated Bus Terminus/ Bus Depot cum Commercial Complex on plots of NMMT Tender No. NMMT/TM/Civil/10/2017-2018 I/We hereby confirm that I/We have examined contents of proposal including addendum (as applicable), conditions of contract etc. forming part of the proposal and accordingly I/We hereby submit our offer to execute the said work as per the proposal in all respects at the rates quoted below : Sr. No Name of Work Total Amount in Rs. (inclusive of all taxes) 1. Appointment of consultant for Construction of Integrated Bus Terminus cum Commercial Complex at Sector 9A, Vashi. 2 Appointment of consultant for Construction of Integrated Bus Depot cum Commercial Complex or Regional Driver Training Center cum Commercial complex at Rabale, Sector 6, Airoli Total (Rupees in words ----------------------------------- --------------------------------------------------------) (Rupees in words ----------------------------------- --------------------------------------------------------) (Total Rupees in words -------------------------------------------------------------------------------------) Note: a. The financial evaluation shall be based on the above proposal. The amount of Individual Location shall, therefore, be the amount for purpose of financial evaluation. b. No escalation on any account will be payable on the above amounts. c. Insurance and any other charges not shown here shall be deemed to be included in the amount. d. All payments shall be made in Indian Rupees and shall be subject to applicable Indian withholding taxes, if any. e. Deduction as admissible will be made towards the various taxes etc. f. As per Governments Notification, GST has been come in to force from 1st july 2017. So while quoting bid, the bidder has to consider the GST factor. Authorised signatory Name of the firm & stamp

NAVI MUMBAI MUNICIPAL TRANPORT Annexure- B Subject:- The Clarification on various queries/suggestion by prospective bidders in the Pre-bid meeting dated 12-09-2017as well as submission received by the e-mails for the 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 Sr. No. Company Name Clause Mentioned in the tender Bidder s Clarification/Suggestion NMMT s Decision/Clarifications 1 CBRE Pg.13 clause 3.8.1 The Bidder may be a single entity or a group of entities (hereinafter referred to as Consortium), or a joint venture with multiple specialties coming together for providing the Services. The term Bidder used hereinafter would therefore apply to both a single entity and a consortium. (Joint Venture/ Consortium Members can be a maximum of three.) 2 Pg.25 clause no 4.1 c) The single bidder / any member of Consortium should have worked on Consultancy assignments of planning, designing of projects for any State / Central Government / Semi Govt. Organization / Local Bodies / Public Transport Authority / Public Institutions or Private entities in India wherein the minimum value of the Consultancy assignment is Rs. 3 Cr. 3 Pg.25 clause no 4.1 d) The single bidder / any member of Consortium should have worked on Transaction Advisory services with any Govt. / Semi Govt. Organization / Local Bodies / Public Transport Authority / Industrial Township / Public Institutions or Private entities in India wherein the minimum value of the Consultancy assignment is Rs. 3 Cr. Request you to please allow sub consultancy for the assignment. Request you to kindly relax the minimum value of consultancy assignment to Rs. 1cr. Request you to kindly relax the minimum value of consultancy assignment to Rs. 1cr. The single bidder/any member of Consortium should have worked on Consultancy assignments of planning, designing of projects for any State/ Central Government/Semi Govt. Organization / Local Bodies / Public Transport Authority / Public Institutions or Private entities in India wherein the minimum value of the Consultancy assignment is Rs. 2 Cr. The single bidder / any member of Consortium should have worked on Transaction Advisory services with any Govt./Semi Govt. / Local Bodies / Public Transport Authority / Industrial Township / Public Institutions or Private entities in India wherein the minimum value of the Consultancy assignment is Rs. 2 Cr.

Sr. No. Company Name Clause Mentioned in the tender Bidder s Clarification/Suggestion NMMT s Decision/Clarifications 4 Pg. 33 Clause 6.1 C) key profiles would be evaluated in terms of educational qualifications, work experience, experience of working with the Government sector etc. 5 Pg 23 clause 3.3 Indemnity "The Consultant shall indemnify NMMT for any direct loss or damage that is caused due to deficiency in services by the Consultant." 6 Pg 28 5.0 Scope of Work c) Sanctioning of Building Plan & all other approvals from Town Planning Department of Navi Mumbai Municipal Corporation as per NMMC s Development Control Regulations. 7 Pg 28 5.0 Scope of Work c) CBRE "Getting various approvals from the respective authorities as may be required from time to time." 8 7.0 Deliverables & Fee Schedule 8.0 Project Management Consultancy during Construction Period. After the work order of construction work up to 3 years after completion of work. 9 8.0 General Condition Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action because of Force Majeure 10 3.21 EARNEST MONEY Earnest Money shall be deposited in one of the following forms. I. By way of online Payment Gateway Mode. II. By an irrevocable and unconditional Bank Guarantee executed by a Nationalized / Scheduled Bank located either in Mumbai or Navi Mumbai. Requesting NMT to kindly add the list of Specialized experts required Requesting NMT to let us know the capping for the indemnity PMC will not be responsible for getting the Building plans & all other approvals from Town Planning Department. However, we can assist in documentation for the approvals required. PMC will not be responsible for getting the approvals from Various authorities. However, PMC can assist in documentation for the approvals required. Please clarify the payment shall be 25 % on monthly basis, divided for 3 years construction period Please Clarify the payment method in case of Extension of Time due to reasons not attributable to PMC. Please confirm that EMD can be paid by both methods as on the second page of RFP it is Mentioned Rs. 5,00,000/- (To be paid via online payment Gateway Mode only) Also please confirm if a Demand Draft of the value can be submitted as EMD The payment of work on pro-rata basis for the stipulated period of construction work and the period of one (01) year after the completion of construction work No extra payment will be given for the extended period The EMD Shall be deposited by the way of online payment gateway only (NEFT/RTGS/NET Banking)

Sr. No. Company Name Clause Mentioned in the tender Bidder s Clarification/Suggestion NMMT s Decision/Clarifications 11 Alia Consulting Solutions Clause 4.0 (3), Eligibility Criteria, Page no. 25 The single bidder / any member of the consortium should have been in operations for a minimum of 10 years in providing Consultancy services to clients in India. 12 Clause 4.2, Financial criteria for eligibility, Page no. 25 The single bidder / any member of consortium / the consortium should have average annual revenue of Rs. 100 Cr. From Consultancy services in the last 3 financial years. 13 Clause 3.8.1.4 (i), Eligible Bidders, Page no. 3 Members of the Consortium shall nominate one member as the Lead Member and Lead member of the Joint Venture / consortium shall satisfy the Minimum Eligibility criteria. 14 15 KPMG KPMG 16 3.30 Clause No.3.8.1.1 The Bidder may be a single entity or a group of entities (hereinafter referred to as Consortium), or a joint venture with multiple specialties coming together for providing the Services. Clause No.3.11.2 Contract Period - Conflict of Interest: The conflict of Interest shall be applicable during the consultancy period as well as for a period of 03 years reckoned from the date of completion of this consultancy period to goods, services, and works directly resulting from this consultancy assignment. Indemnity Kindly reduce the number of years in operations criteria to 3 years, so that more number of competent firms can participate. Kindly reduce the average annual turnover criteria to 50 Cr In whole tender document you have mentioned that any member of consortium can satisfy minimum eligibility criteria but on Clause 3.8.1.4 (i), Eligible Bidders, Page no. 13 you have mentioned lead member should satisfy minimum eligibility criteria. So we request you to clarify this clause. Is a Sub-Consultant allowed? We request to permit sub-consultant as it allows flexibility in a Consultant s work to meet the deadlines Request this requirement to be brought down from 3 years and be curtailed to the engagement period and 6 months after completion. The Consultant shall indemnify NMMT for any direct loss or damage that is caused due to deficiency in services by the Consultant. Delays caused due to approvals from Govt and IIT/VJTI should not be loaded on the Consultant as direct loss/time loss. Request it to be clarified. Clause 4.2, Financial criteria for eligibility, Page no. 25 The single bidder / any member of consortium / the consortium should have average annual revenue of Rs. 75 Cr. from Consultancy services in the last 3 financial years. The lead member should satisfy minimum eligibility criteria of 10 years minimum experience and of annual turnover of Rs.75 Cr.For rest of the conditions any member of consortium can satisfy the minimum eligibility criteria.. No extra payment will be given for any delay or extension of work.

Sr. No. 17 Company Name KPMG Part IV 18 Part IV 19 6.3 Clause Mentioned in the tender Bidder s Clarification/Suggestion NMMT s Decision/Clarifications Evaluation Criteria C: Key Personnel Evaluation Criteria D: Concept Design Selection Criteria is QCBS 70:30 The list of key personnel is not mentioned in the document. We request to kindly add the list of personnel required with their qualification, alternatively we suggest the following: Position Qualification Experience Team Leader and Program Master s Structural/Civil 15+ Manager Engineering Deputy Team Leader Civil Engineering + PMC 10+ experience/ Certification Commercial / Feasibility MBA Finance 10+ Expert Project Structuring expert MBA Finance 10+ 10+ Structural Engineer Post-graduation in Structural ngineering Design Engineer/Architect Post-graduation in Structural ngineering / Architecture Monitoring and Evaluation (M&E) Expert Information Technology and Management Information System Expert. Marketing and Media expert Master s degree in Economics/Planning/ Statistics /Computers / Management Post-graduate in computers / advanced software/mba 10+ 7+ 7+ MBA (Marketing) / sales 7+ Technical Presentation should be only on detailed approach and Methodology and overall project planning and timeline, tools to be used etc. Architectural & Planning concept/design should not be discussed at this stage. Can the criteria be revised to QCBS (80:20) considering the complexity and quality of services expected out of the engagement, technical prowess should be a decider and not only financial price quote. Hence we request to follow QCBS (80:20).

Sr. No. Company Name 20 Part - V 7.1 Clause Mentioned in the tender Bidder s Clarification/Suggestion NMMT s Decision/Clarifications Deliverables and Fee Schedule Timelines for Market Assessment & Feasibility study & Assessment of Suitable Operating Model, Concept Drawing and Detailed architectural Design & drawings are very short, kindly increase the timelines for the same. We suggest the following: Sr No Deliverables 1 Market Assessment & Feasibility study & Assessment of Suitable Operating Model Time Schedule as per document Time Schedule as proposed by KPMG 10 Days T0 + 30 Days 2 Concept Drawing 10 Days T0 + 30 Days 3 Detailed Architectural Design & Drawings 4 Preparation & Sanctioning of Building Plans from NMMC including getting various approvals required from concerned authorities for grant of building approvals and Preparation of a good model by a reputed modeler 5 Details of Structural Design including (i) Preparation of Details of Structural designs & drawings (v) Firefighting arrangements (vi) Air-conditioning Systems (vii) other ancillaries etc ii) Preparation of Estimates with Bills Of Quantities (BOQ (iii) Sanitary and Plumbing designs & drawings (iv) Electrical designs & drawings (vii) other ancillaries etc 6 Vetting of design by VJTI or IIT or any other Institution decided by NMMT 7 Bid Preparation & Bid management process 8 Project Management Consultancy during Construction Period 15 Days T0 + 45 Days 30 Days T0 + 75 Days 40 Days T0 + 115 Days 60 Days T0 + 160 D 60 Days T0 + 220 Days After the work order of construction After the work order of construction The time schedule has been revised. The details are as under. Sr Deliverables 1 Market Assessment & Feasibility study & Assessment of Suitable Operating Model Time Schedule for activities after the issue of work order 20 Days 2 Concept Drawing 25 Days 3 Detailed Architectural Design & Drawings 4 Preparation & Sanctioning of Building Plans from NMMC including getting various approvals required from concerned authorities for grant of building approvals and Preparation of a good model by a reputed modeler 5 Details of Structural Design including (i) Preparation of Details of Structural designs & drawings (v) Firefighting arrangements (vi) Airconditioning Systems (vii) other ancillaries etc ii) Preparation of Estimates with Bills Of Quantities (BOQ 30 Days 55 Days 65 Days

21 KPMG Part - V 7.1 Payment Milestones 9 Getting Occupancy Certificate & Providing Maintenance Manual. 10 Marketing / leasing out the Commercial Premises & provide assistance for Revenue Generation from the Developed Model by all means and ways and Reporting/ Documentation for the same work up to 3 years after completion of work After completion of construction of work 60 days after the completion of work work up to 3 years after completion of work After completion of construction of work 60 days after the completion of work Significant portion (65%) of payment milestones are post project construction, while the key consultancy work or Design, Feasibility, structuring are all completed at the start and have a higher weightage of work in the entire consultancy assignment. Request this to be appropriately adjusted in the payment milestones. We suggest the following: iii) Sanitary and Plumbing designs & drawings iv) Electrical designs & drawings vii) other ancillaries etc 6 Vetting of design by VJTI or IIT or any other Institution decided by NMMT 7 Bid Preparation & Bid management process 8 Project Management Consultancy during Construction Period 9 Getting Occupancy Certificate & Providing Maintenance Manual. 10 Marketing / leasing out the Commercial Premises & provide assistance for Revenue Generation from the Developed Model by all means and ways and Reporting/Documentation for the same 80 Days 90 Days After the work order of construction work up to 01year after completion of work After completion of constru ction of work 60 days after the completion of work The conditions of payment of fees towards the work have been revised. The details are as follows:

Sr Milestone 1 Market Assessment & Feasibility study & Assessment of suitable operating Model Payment milestones as per document Payment milestones as proposed by KPMG 2% 5% 2 Concept Drawing 3% 5% 3 Detailed Architectural Design & Drawing 10% 5% 4 Preparation & Sanctioning of Building Plans from NMMC including getting various approvals required from concerned authorities for grant of building 05% 10% approvals and Preparation of a good model by a reputed modeler 5. Details of Structural Design including i) Preparation of Details of Structural designs & drawings ii) Preparation of Estimates with Bills Of Quantities (BOQ) iii) Sanitary and Plumbing designs & drawings iv) Electrical designs & drawings 5% 5% v) Firefighting arrangements vi) Air-conditioning Systems vii) other ancillaries etc 6 Vetting of design by VJTI or IIT or any other Institution decided by NMMT 5% 10% 7 Bid Preparation & Bid management process 5% 10% 8 Project Management Consultancy during Construction Period. 25% 9 Getting Occupancy Certificate & Providing Maintenance Manual. 10 Marketing / leasing out the Commercial Premises & provide assistance for Revenue Generation from the Developed Model by all means and ways and Reporting/ Documentation for the same 30% (to be given on pro rata basis for 3 years) 10% 5% 30% 15% Sr Deliverables 1 Market Assessment & Feasibility study & Assessment of suitable operating Model Fees to be paid in percentage of Total fee 05% 2 Concept Drawing 05% 3 Detailed Architectural 10% Design & Drawing 4 Preparation & Sanctioning of Building Plans from NMMC including getting various approvals required from concerned authorities for grant of building approvals and Preparation of a good model by a reputed modeler 5. Details of Structural Design including i) Preparation of Details of Structural designs & drawings ii) Preparation of Estimates with Bills Of Quantities (BOQ) iii) Sanitary and Plumbing designs & drawings iv) Electrical designs & drawings v) Firefighting arrangements 05% 07% vi) Air-conditioning Systems vii other ancillaries etc 6 Vetting of design by VJTI or IIT or any other Institution decided by NMMT 05%

22 KPMG Part - V 7.5 The payment shall be based on progress of works as stated under clause (7.1) above. Maximum of 95% (ninety five percent) payment shall be made on achieving 100% (hundred percent) of each item of works 23 Part VI 8.0 GCC 3.4 Liability of the Consultant 7 Bid Preparation & Bid management process 8 Project Management Consultancy during Construction Period. 9 Getting Occupancy Certificate & Providing Maintenance Manual. 10 Marketing / leasing out the Commercial Premises & provide assistance for Revenue Generation from the Developed Model by all means and ways and Reporting/ Documentation for the same 5% of the balance should not be retained as our engagement would be of consulting nature (Services) and not contract (works) based This condition is deleted. Limitation of the Consultant's Liability towards NMMT: (a) Except in case of negligence or willful misconduct on the part of the Consultant or on the part of any person or firm acting on behalf of the Consultant in carrying out the Services, the Consultant, with respect to damage caused by the Consultant to NMMT's property, shall not be liable to NMMT: (i) for any indirect or consequential loss or damage; & (ii) for any direct loss or damage that exceeds (a) the total payments for Professional Fees made or expected to be made to the Consultant hereunder, or (b) the proceeds the Consultant may be entitled to receive from any insurance maintained by the Consultant to cover such a liability, whichever of (a) or (b) is higher. (b) This limitation of liability shall not affect the Consultant's liability, if any, for damage to Third Parties caused by the Consultant or any person or firm acting on behalf of the Consultant in carrying out the Services. to be replaced with 08% 25% 10% 20%

24 Darashaw & Company Pg.33 Should have completed Consultancy for infrastructure project / Building Project along with PMC services with State / Central Government / Semi Govt. Organization / Local Bodies / Public Transport Authority / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 3 Cr. 25 Pg.33 Should have provided transaction advisory services for any Govt. / Semi Govt. Organization / Local Bodies / Public Transport Authority / Industrial Township / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 3 Cr. 26 Pg.33 Key Personnel The key profiles would be evaluated in terms of (a) Except in case of negligence or willful misconduct on the part of the Consultant or on the part of any person or firm acting on behalf of the Consultant in carrying out the Services, t The Consultant, with respect to damage caused by the Consultant to NMMT's property, shall not be liable to NMMT: The Consultant, with respect to damage caused by the Consultant to NMMT's property, shall not be liable to NMMT: (i) for any indirect or consequential loss or damage; & (ii) except in case of gross negligence or willful misconduct on the part of the Consultant or on the part of any person or firm acting on behalf of the Consultant in carrying out the Services, for any direct loss or damage that exceeds (a) the total payments for Professional Fees made or expected to be made to the Consultant hereunder, or (b) the proceeds the Consultant may be entitled to receive from any insurance maintained by the Consultant to cover such a liability, whichever of (a) or (b) is higher. (b) This limitation of liability shall not affect the Consultant's liability, if any, for damage to Third Parties caused by the Consultant or any person or firm acting on behalf of the Consultant in carrying out the Services. We request you to include ongoing projects and decrease the consultancy fees to Rs 1cr. and consider projects in the last 5 years We request you to include ongoing projects and decrease the consultancy fees to Rs 1cr. and consider projects in the last 5 years We request you to kindly specify the educational qualifications and the experience required. Should have completed Consultancy for infrastructure project / Building Project along with PMC services with State / Central Government / Semi Govt. Organization / Local Bodies / Public Transport Authority / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 2 Cr. Should have provided transaction advisory services for any Govt. / Semi Govt. Organization / Local Bodies / Public Transport Authority / Industrial Township / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 2 Cr.

27 educational qualifications, work experience, experience of working with the Government sector etc. Part-IV, 6.0 Sl.No.A), Pg No. 33 ii) Should have completed Consultancy for infrastructure project / Building Project along with PMC services with State / Central Government / Semi Govt. Organization / Local Bodies /Public Transport Authority / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 3 Cr. 28 Evaluation Criteria Part-IV, 6.0 Sl.No.A) Pg No. 33 iii) Should have provided transaction advisory services for any Govt. / Semi Govt. Organization / Local IDECK Bodies /Public Transport Authority / Industrial Township / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 3 Cr. 29 Evaluation Criteria Part-IV, 6.0 Sl.No.C) Pg No. 33 C) Key Personnel The key profiles would be evaluated in terms of educational qualifications, work experience, experience of working with the Government sector etc. 30 Pg.No. 9 Submission of Proposal We request to consider the projects completed in last 5 years for evaluation and also dilute the minimum consultancy fee as Rs. 1 Cr. Instead of 3 Cr. Kindly allow to showcase the ongoing assignments also We request to consider the projects completed in last 5 years for evaluation and also dilute the minimum consultancy fee as Rs. 1 Cr. Instead of 3 Cr. Kindly allow to showcase the ongoing assignments too. Since, 20 marks allocated for key personnel; we request to kindly provide a list of required key personnel for the assignment with min. qualification and number of years experience. It would be helpful to provide best resources to complete the assignment within the prescribed time frame Given the preceding holidays and in view of the extensive submission requirements the deadline of 25-09-2017 seems tough to meet. Therefore, request you to kindly extend the due date of submission by at least 15 days. Part-IV, 6.0 Sl.No.A), Pg No. 33 ii) Should have completed Consultancy for infrastructure project / Building Project along with PMC services with State / Central Government / Semi Govt. Organization / Local Bodies /Public Transport Authority / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs. 2 Cr. Evaluation Criteria Part-IV, 6.0 Sl.No.A) Pg No. 33 iii)should have provided transaction advisory services for any Govt. / Semi Govt. Organization / Local Bodies /Public Transport Authority / Industrial Township / Public Institutions or Private entities in the last 3 years wherein the minimum Consultancy fee is Rs.2 Cr. C) Key Personnel The key profiles would be evaluated in terms of educational qualifications, work experience, experience of working with the Government sector etc. The revised schedule is upload on the website

31 ---- Evaluation Criteria (Page no.33) B) Financial Criteria :- Average annual turnover in last 3 years. < = Rs.100 Cr. 3 > Rs.100 Cr.< Rs.200 Cr 5 > Rs.200 Cr. 10 32 ------ D. Bid Process Management ( Page-29) (ii) Preparing the project agreements in co-ordination with the legal consultant such as the license agreement, state and central government support agreements, shareholder's agreement, and airport operator's agreement. - - Evaluation Criteria (Page no.33) B) Financial Criteria :- Average annual turnover in last 3 years. < = Rs.75 Cr. 3 > Rs.75 Cr.< =Rs.150 Cr 5 > Rs.150 Cr. 10 D. Bid Process Management ( Page-29) (ii) Preparing the project agreements in co-ordination with the legal consultant such as the license agreement, state and central government support agreements, Contract agreement. Transport Manager Navi Mumbai Municipal Transport