REQUEST FOR PROPOSAL - A.P.Markfed

34
1 Edited by C. Fletcher (Aug 1 L APAA AA REQUEST FOR PROPOSAL

Transcript of REQUEST FOR PROPOSAL - A.P.Markfed

1

Edited by C. Fletcher (Aug 1

L APAA AA

REQUEST FOR PROPOSAL

2

0, 2011) – For submission to HOPs (July 28, 2011)

SELECTION OF CONSULTANTS RFP No. APMF/ENGG/04/2021-22

REQUEST FOR PROPOSAL DEVELOPMENT OF APMARKFED LANDS FEASIBILITY REPORT FOR COMMERCIAL EXPLOITATION AT GUDIWADA.

Title of Consulting Services:

CONSULTANCY SERVICES FOR PREPARATION OF

FEASIBILITY REPORTS , ARCHITECTURAL DESIGNS, BUDGETARY BOQ, FINANCIALPARAMETERS FOR APMARKFED LAND LOCATED AT GUDIWADA IN

ANDHRA PRADESH

Date: 08.12.2021

3

AP MARKFED and/or its officers, employees disclaim all liability from any loss or damage, whether foreseeable or not, suffered by any person acting on or refraining from acting because of any information including statements, information forecast, estimates or projections contained in this document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, negligence, default, lack of care or misrepresentation on the part of AP MARKFED and / or any of its officers, employees. This is only information brochure and not agreement or contract.

A.P State Co-operative Marketing Federation Ltd. #56-2-11, 4th &5th Floor, AP MARKFED Building, APIIC Colony, Jawahar Auto Nagar, Vijayawada - 520 007. Website: https://apmarkfed.in

Andhra Pradesh State Co-operative Marketing Federation Ltd., #56-2-11, to 4, PHASE 3rd Jawahar Autonagar, Vijayawada, Krishna District – 520 007

E. mail: [email protected] Webpage: www.apmarkfed.in

Contact Numbers:9652087655,9121104548

DISCLAIMER

The information contained in the Request for Proposal (RFP) or subsequently provided to Applicants/Bidders, whether verbally or in documentary or any other form by or on behalf of the AP MARKFED, is provided to Applicants/Bidders on the terms and conditions set out in the Tender schedule and such other terms and conditions subject to which such information is provided.

The RFP is not an agreement and is neither an offer nor invitation by the AP MARKFED to the prospective Applicants/ Bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in the formulation of their Proposals pursuant to this RFP.

Information provided in this RFP to the Applicants/Bidders is on a wide range of matters, some of which depends upon the interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion in the law expressed herein.

AP MARKFED also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any applicant upon the statements contained in this RFP. AP MARKFED may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP.

The issue of the RFP does not imply that AP MARKFED is bound to select any Applicant/Bidders or to appoint the Selected Applicant/Bidders, as the case may be and AP MARKFED reserves the right to reject all or any of the proposals without assigning any reasons whatsoever.

The Applicants/Bidders shall bear all its costs associated with or relating to the preparation and submission of its Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by AP MARKFED or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Applicants/Bidders and AP MARKFED shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by Applicants/Bidders in preparation or submission of the Proposal, regardless of the conduct or outcome of the selection Process.

4

Critical Information Summary

1. AP MARKFED reserves the sole right for carrying out any amendments/ modifications / changes including any addendum to this RFP. Such amendments / modifications / changes including any addendum to this RFP shall be notified on AP E-Procurement web site AP MARKFED’s website https://apmarkfed.in (“Tenders” section) and these will be binding on the bidders.

2. Bidders are advised to study the tender document carefully. Submission of bids shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

3. Any clarifications from bidder or any change in requirement will be posted on AP MARKFED website. Hence, before submitting bids, bidder must ensure that such clarifications / changes have been considered by them. AP MARKFED will not have any responsibility in case some omission is done by any bidder.

4. In case of any clarification required by AP MARKFED to assist in the examination, evaluation and comparison of bids, AP MARKFED may, at its discretion, ask the bidder for clarification. The response / Clarification shall be in writing and no change in the price of substance of the bid shall be sought, offered or permitted.

5. Please note that all the information required as per the bidding document needs to be provided. Incomplete information in these areas may lead to non-eligibility and thereby, non-selection.

6. Modification And/ Or Withdrawal of Bids: Bids once submitted will be treated as final and no further correspondence will be entertained. No bid, once submitted, shall be allowed to be modified. No bidder shall be allowed to withdraw the bid if bidder happens to be the successful bidder.

7. AP MARKFED has the right to reject any or all bids received without assigning any reason whatsoever.

NOTE:

AP MARKFED SHALL NOT BE RESPONSIBLE FOR NON-RECEIPT / NON-DELIVERY OF THE BID DOCUMENTS DUE TO ANY REASON, WHATSOEVER.

5

Important Dates/Tender notice

Particulars Date & Time (to be modified in line with RFP)

Date of availability of tender on website 08.12.2021 4 PM Date of Pre bid query sending 18.12.2021 at 3 PM Date of pre-bid meeting 21.12.2021 at 4 PM Date of response for clarification of queries 22.12.2021 at 4 PM

Last date of submission of bids for both online and mail copies

27.122021 at 2 PM

Date and time of opening of technical bids

27.12.2021 at 4 PM

Presentation of case study with similar project

Time and date will be allotted and communicated to the qualified bidders through mail.

Date and time of opening of financial bids

30.12.2021 at 2 PM

Bid validity 90 Days from submission

Contact persons

Mr. K.B.Venkatachalam Executive Engineer AP MARKFED Mobile No: 9652087655 Mr. B.Srinivasa Rao Assistant Engineer AP MARKFED Mobile No: 9121104548 6309009808 Email: [email protected]

Address

A.P State Co-operative Marketing Federation Ltd., D.No. 56-2-11, Phase 3rd, MARKFED LAYOUT No. 49.84 APIIC Colony Road, Jawahar Auto Nagar, Vijayawada, Andhra Pradesh- 520007

6

Introduction

The Andhra Pradesh State Co-operative Marketing Federation Ltd (hereby referred to as “AP MARKFED”) with Headquarters at Vijayawada was established in the year 1957. It is a federation of Co-operative Marketing Societies in Andhra Pradesh with the main objective of helping the farmers to secure better price for their produce by taking care of their market needs and providing agricultural inputs. Against this objective, AP MARKFED 's present activity consists of sale of farm inputs like chemical fertilizers, pesticides and seeds, maintenance of warehouses and procurement of Agricultural Commodities through its member societies.

The following are the functions of AP MARKFED:

Supply of inputs like Fertilizers, Micronutrients etc. Undertaking price support operations Acting as an agent to the Govt for procurement, supply and distribution of Agri.

commodities and also acting as the nodal agency for supply of inputs Warehousing of Agri-commodities Undertaking commercial operations of Agricultural Produce Owning and operating Agro-based industries as part of value addition Supply of quality consumer provisions

AP MARKFED was established in the year 1957 with State Head Quarters at

Hyderabad as apex Co-Operative federation with the main object of helping the farmers to secure better price for their produce be taking care of their market needs and providing agricultural inputs.

AP MARKFED has land and infrastructure properties all over Andhra Pradesh state. As the development of towns & cities the all lands value increased enormously. Some of the sites come in to centre of the city or town. The activity of warehousing processing will not be viable and are not forming town planning and Zonal regulations.

Objective

It is proposed to develop the lands which are unutilized, becoming scope for

encroachments, litigation and also source of illegal activities causing public nuisance.

Considering all the above to unlock the Capital and to get reasonable revenue from

the properties.

Management of AP Markfed had decided to take up development of all

prominent sites to protect the properties as well as to earn some revenue to the

Federation in light of State Bifurcation and upcoming rental rates in the state of A.P

especially in view of state Re-Organization. The development is proposed to be aligned

with the objectives of AP Markfed, while being commercially viable and sustainable.

7

INDEX

CONSULTANCY SERVICES FOR PREPARATION OF FEASIBILITY REPORTS , ARCHITECTURAL DESIGNS AND BUDGETARY BOQ FOR APMARKFED LAND LOCATED AT GUDIWADA IN ANDHRA PRADESH

S.NO DESCRIPTION Page No 1 SECTION 1: Site Introduction 8 2 SECTION 2: Pre-qualification Criteria /

Eligibility Criteria 9

3 SECTION 3: Evaluation of Bidding Capacity and Process.

13

4 SECTION 4: Scope of Work 20 5 SECTION 5: Project duration and

deliverables. 26

6 SECTION 6: FORMAT FOR FINANCIAL PROPOSAL AND PAYMENT TERMS

27

7 Covering Letter 28

8 Letter Comprising the Bid for Qualification 30 9 Power of Attorney for signing of Bid

Appendix I 33

8

SECTION-I

SITE INTRODUCTION

Site : GUDIWADA

Plot area is about 1.68 Acres. This site has 2000MT Capacity godown and balance vacant in Sy No. 53/2

As we understand, the project is to be undertaken in the most profitable mode so that the development of the land can be undertaken with minimal investment from AP Markfed and without affecting its financial position. This project is expected to be a landmark transaction for AP Markfed that will enhance the financial strength and create prime asset in the heart of the cities/towns. Vacant land in GUDIWADA 1.68 Ac also situated in the prime locality near residential area about 1.5kms from APSRTC Bus Station.

9

SECTION 2

Pre-qualification Criteria / Eligibility Criteria

1. INSTRUCTIONS TO BIDDERS

i)

The bid must be accompanied by tender cost of Rs. _5000/-___ and “Earnest Money Deposit” of Rs 200000/- as per NIT(The Consultancy firms which have Valid MSME/NSIC Registration for similar consultancy works shall be exempted from Earnest Money Deposit only), failing which the bid will not be considered at all. Tender fee and EMD may be transferred electronically to AP Markfed account as given below A/c Number 916010009444602, Account Name : AP Marked, Bank: Axis Bank, IFSC :UTIB0000069 Branch Vijayawada,

ii)

The bidder should not have been blacklisted/ banned earlier for business dealings by any of the Government Departments/ PSUs/ Central Government at any time starting from 5 years before the deadline for submission of proposals till finalization of proposals, except in cases where such blacklisting/banning has been withdrawn by Competent Authority or has ceased on the deadline for submission of the proposals, for which satisfactory evidence is to be produced.

iii) Bidder should represent an Indian Firm only. Joint Venture Firms Consortiums are not permitted to bid.

iv) Those bidders who secure 75 and above marks in the technical bid only will be eligible for consideration in the evaluation of financial bid. The selection process is based on L1. In the Financial Bid, the bidder shall quote the rates excluding GST.

v) Bidder must be an ISO- or equivalent certified.

Vi) Bidder’s Firm should have similar experience for the last 3 years.

2 MINIMUM ELIGIBILITY CRITERIA (TECHNICAL QUALIFICATION CRITERIA) MARKS A Work Experience: 30

i)

Experience of having successfully completed similar consultancy works during the last 3 years ending last day of the month before the month of submission of bid: a. The Consultant must have completed at least one Similar type project in the last 3years. under Central Govt. / State Govt. / PSU / Private Sector.—10 Marks b. The Consultant must have completed/ ongoing ---at least 2 Concept Master Plan in the last 5 years. under Central Govt. / State Govt. / PSU / Private Sector..--- 20 Marks

Similar Project Means: Feasibility Study and reports, Budgetary Project Cost, Master Plan, Architectural design drawings.

B Financial Strength: 15

i) The Bidder's firm shall have a minimum average turnover of Rs. 100.00 Lakhs per annum over the past 3 years ie., ,2019-2020,2018-2019 ,2017-18 financial years. and provisional financials for the year 2020-21

C Key Technical personnel: 15

i) Chief Architect/ Team Leader with a qualification of M. Arch. with minimum experience of 20 years and should submit a valid COA certificate - 1 No 5 Marks

iv) Structural Engineer with a qualification of M. Tech. in Structural Engineering with minimum experience of 7 years. - 1 Nos 5Mark

vi) Mechanical / Electrical engineer with a qualification of B.E./B.Tech in Mechanical / Electrical Engineering with minimum experience of 5 years - 2 Nos (1 Mechanical + 1 Electrical) 5Mark

D Methodology & Work Plan 25

E Presentation of case study with similar project with 3D effect 15 Total 100

The financial bid of the firms who have scored a minimum of 75 marks out of 100 during the technical

10

evaluation by Tender Evaluation Committee based on the above criteria will only be opened.

No. Criteria Supporting Document 1. The Registered Office or one of the Branch Offices

should be located in India Self-attested copy of Telephone bill/ Electricity Bill/Registered Lease Deed supporting the address.

2. The firm should be registered with the Registrar of Companies or appropriate registration authority under partnership act, as the case may be and should be in existence for not less than three years

Certificate of Incorporation in respect of the applicant organization issued by Registrar of Companies or a partnership deed duly registered under the Partnership Act.

4 The Bidder’s Average annual turnover should be at least Rs 1 Cr. (Rupees One Crore) during last three financial years, viz., 2017-18,2018-19 , 2019-20 and provisional financials for the year 2020-21 the same information should be provided as per the format in Section 5 (bidder to also provide audited balance sheets for the concerned Financial Years)

Copies of audited balance sheet/CA Certificate should be attached for the last Three financial years- 2017-18,2018-19, 2019- 20 and provisional financials for the year 2020-21 Section 5 Attested copy of the latest IT return filed by agency

5 Experience of having successfully completed similar consultancy works during the last 3 years ending last day of the month before the month of submission of bid : under Central Govt. / State Govt. / PSU / Private Sector Feasibility Study and reports, Budgetary Project Cost, Master Plan, Architectural design drawings.

Certified documents in support of past contracts with Companies

6 They should be registered with appropriate authorities under Employees Provident Fund and Employees State Insurance Acts or any other Labor authorities including under the Contract Labor (Regulation and Abolition Act).

Attested copy of the Employee Provident Fund registration letter / certificate. Attested copy of the Labor License under the Contract Labor (Regulation & Abolition) Act. Attested copy of the Employee State Insurance registration letter / certificate.

7 The agency or any of its partners/directors etc. should not have been black listed/ debarred by any of the government agencies or department or should not have been found to be guilty of moral turpitude or convicted of any economic offense or with violation of any labor laws etc. by any court or any authority appointed to enforce any labor laws or regulations.

Self-Declaration on Company Letter Pad with full details of the company.

PAN, GST and GST returns Copy of PAN card, GST certificate and last three months GST returns from bid date.

11

DESCRIPTION OF APPROACH, METHODOLOGY & WORK PLAN.

Technical approach, methodology, work plan, project organization and capability for transfer of knowledge/ training are key components of the Technical Proposal. The Consultant must present his/her Technical Proposal divided into the following two components:

a) Technical Approach and Methodology

b) Work Plan,

a) Technical Approach and Methodology: In this section, the consultants should explain their understanding of the objectives of the assignment/ job, approach to the assignment/ job, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. The consultants should highlight the problems being addressed and their importance, and explain the technical approach they would adopt to address them. The consultants should also provide an overview of tools and methodologies that they propose to adopt for network redesign, technology analysis & capacity building, and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan: The consultant should propose and justify the main activities of the assignment/ job, their content and duration, phasing and interrelations, milestones (including interim approvals by the Employer), and key performance indicators. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the deliverable outcomes should be included here. More specifically,

Highlight how you would proceed to meet the project requirements,

Highlight number of hours you estimate are required to complete the work,

Propose number of resources for providing these services,

Highlight tools and methodologies to be used for this effort, and

How would you manage the financial parameters complexity of the project

Presentation through PPT to AP Markfed management team.

Techno financial feasibility report for development of the project.

12

RFP DOCUMENTS

1. The RFP Ddocuments can be downloaded from the web site https://tender.apeprocurement.gov.in . “RFP for Consultancy Services for development of lands of APMARKFED for within the stipulated date from the date of publication of this advertisement.

2. For further information, please contact EE AP Markfed 9652087655 or AE AP Markfed 9121104548, 6309009808

Guidelines for submission of Bid

1. The bidder shall submit his response through Bid submission to the tender on eProcurement platform at www.apeprocurment.gov.in by following the procedure given below.

2. The bidder would be required to register on the e-procurement market place https://tender.apeprocurement.gov.in and submit their bids online.

3. Offline bids alone shall not be entertained by the Tender Inviting Authority for the tenders published in e-procurement platform.

4. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in eProcurement web site

5. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificate/documents in the eProcurement web site. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The bidder shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the tender notice and bid document.

6. The Bidder shall also ensure prior to Final Bid submission that the Encryption certificate present in the DSC Key token is the same as that mapped into his Profile page in the E- procurement system. Service provider shall not be responsible for Non-submission of Bid in case there is a variance in the Encryption certificate between the Key token and the Uploaded certificate in the Bidders profile in the E-procurement system.

7. The AP MARKFED may extend the deadline for submission of bid by issuing an amendment in which case all rights and obligations of AP MARKFED and the participants previously subject to the original deadline will then be subject to the new deadline.

8. The onus of ensuring fulfilment of the eligibility condition would be on the Participant and if the bid subsequently found ineligible would be summarily rejected.

13

9. If any of the documents are found to be forged/fabricated at any stage, the AP MARKFED may act for banning the bidder from participation in any TENDER’s of AP MARKFED apart from initiating legal action under the applicable law for causing any loss/damage.

10. In case of exceptional circumstances or when the bid documents are required to be substantially modified as a result of discussions in pre-bid conference or otherwise, the corporation reserves a right to increase the timelines for submission of bid. In such a case the extended time and date shall be published in the same manner in case of original TENDER.

11. The AP MARKFED reserves the right to accept or reject any Bid and to annul the TENDER process and reject all such bids at any time prior to award of contract, without thereby incurring any liability to the affected applicant(s) or any obligation to inform the affected applicants(s) of the grounds for such decision. The purchaser reserves the right to reject incomplete or incorrect bids.

Selection Criteria

Selection methodology followed would be a two-stage evaluation based L1 selection

1. All bidders are evaluated for minimum eligibility criteria. 2. Technical evaluation would be carried out for those bidders who have met the required

minimum eligibility criteria 3. Bidder shall score more than 75 marks in technical evaluation to be eligible for the

financial evaluation 4. Financial bid evaluation will be carried out on L1 basis.

AP MARKFED may waive any minor informality or non-conformity or irregularity in a bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidder

SECTION-3

Evaluation of Bidding Capacity and Process

1. All the work experience documents asked in the eligibility criteria, and evaluation criteria should be self-attested, financial invoices are to be duly signed by a certified Charted Accountant.

2. The financial bid quote should be detailed and, in the format, as provided in the Section 6, which should be exclusive of GST.

3. The evaluation and finalization of bids received shall be made on the basis of the lowest financial bid value quoted by the bidders for the Project.

4. The bidder has to bid for consultancy services for preparation of feasibility reports ,architectural designs and budgetary BOQ for AP Markfed land located at GUDIWADA in Andhra Pradesh

5. The bids of all bidders who have participated in the tender must remain valid for period of 90 days from the date of the tender.

6. The organization after evaluation of bids will communicate regarding acceptance/ rejection of the lowest bid (if found not competitive). The lowest valid bid once approved by AP MARKFED will be declared as successful L1 bidder and the same will be communicated by e-mail to the successful bidder. AP MARKFED reserves the right, without giving any reason, to accept or to reject all or any bid including the lowest bid.

7. The final results of the tender as approved by AP MARKFED are binding on all bidders. Any requests for cancellation of bids received shall not be accepted. Failure to accept award of contract by the successful bidder shall result in the forfeiture of the EMD (Margin money) and blacklisting from further participation in the tenders for a period of three years. The decision of the

14

Managing Director, AP MARKFED in this regard will be final. 8. The Invitation of Bids, the terms and conditions of the tender, Bid of the Successful bidder, Letter

/Email Confirmation/Acceptance issued by AP MARKFED to the successful bidder along with any amendment issued prior to signing of contract shall constitute the Contract .

9. The AP MARKFED reserves the Right to accept/reject/cancel/any or all the tenders without giving any reasons

Period / Duration of the Assignment

Successful Bidder is expected to complete the work in a month with effect from the date of agreement execution for submission of report preparation of feasibility reports ,architectural designs and budgetary BOQ for AP Markfed land located at GUDIWADA in Andhra Pradesh. However, it may be extended for additional period , that decision lies at the sole discretion of MD, AP MARKFED, and subject to satisfactory performance of the bidder at mutually agreed terms and conditions.

EMD, Tender Fee

1. All bidders shall submit an EMD of INR 2 Lakhs in the account of AP MARKFED as given below.

2. Payment can be done Online by utilizing the Payment Gateway Service available on AP E-Procurement portal". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT payment modes through ICICI Bank and/or Axis Bank Payment Gateways to facilitate the transaction.

3. Bidders can also pay the EMD through Download of PDF format of RTGS Challan for respective Payment gateway and pay the EMD through their Parent Bank account. Once the EMD is received by the E-Procurement application, Bidders can automatically continue with their Bid Submission online

4. Bids not accompanied with EMD shall be rejected as non-responsive. It is the responsibility of unsuccessful bidder to take back bid security and AP MARKFED has no obligation to inform the same to unsuccessful bidder. No interest will be paid on Bid Security.

5.Tender fee of Rs. 5,000/- to be transferred electronically to AP MARKFED account as given

below A/C and proof of transfer should be uploaded with bid documents.

Number:916010009444602 A/C Name: A.P MARKFED Bank: Axis Bank Branch: Vijayawada IFSC: UTIB0000069

Forfeiture of EMD The EMD will be forfeited in the following cases:

1. When bidder withdraws or modifies the offer after closing of bid submission. 2. When bidder does not execute the agreement, if any, prescribed within the specified time or

extended time by competent authority on the request of the bidder. 3. When he fails to commence the services allotted to the bidder as per the requirement within

the time prescribed. 4. When bidder violates any terms & conditions of the Bid document. 5. When the bidder does not deposit the Bid Security within specified period or for any other reasons mentioned at the time of Bid.

15

Invitation to Bid

1. AP MARKFED invites proposals from reputed, reliable and interested firms who would be providing Consultancy services preparation of feasibility reports ,architectural designs and budgetary BOQ for AP Markfed land located at GUDIWADA in Andhra Pradesh.

2. Bidders are advised to study the Bid document carefully. 3. The bidder should submit their bids for preparation of Techno Financial feasibility

report for development of AP Markfed site as mentioned in Scope of work section 4. 4. Not more than one Tender shall be submitted by one bidder/s having business relationship. Under

no circumstance will his father and his son(s) or other close relations who have business relationship with one another (i.e. when one or more partner (s) / directors(s) are common) be allowed to bid for the same contract as separate competitors. A breach of this condition will render the Tenders of both parties liable to rejection. If it appears to the AP MARKFED that there was any syndication in Tendering process, it can be cancelled.

5. Intending bidders are advised to visit Andhra Pradesh e-procurement site website:

https://tender.apeprocurement.gov.in/ at least 3 days prior to closing date of submission of Tender for any corrigendum/ addendum/ amendment. If not followed the website, AP MARKFED is not responsible and individual communication will not be provided to the intending bidders.

6. Bid will be rejected in case of non-receipt of online payment of EMD and tender fees with the submitted bid.

7. Bids will be opened as per date/time as mentioned in the ‘Important Date’ section. 8. AP MARKFED shall not be responsible for non-receipt/non-delivery of the Bid Documents due to

any reason whatsoever. 9. The response to the Tender schedule should be submitted on or before the date and time specified

in the ‘Important Date’ section 10. AP MARKFED reserves the right to reject any or all the Bids in whole or part without

assigning any reasons.

Signing of Bid

1. Person or persons signing /submitting the Bid shall state in what capacity he is, or they are signing/submitting the Bid.

2. The persons competent to sign/submit the Bid Form or any document forming part of the Bid on behalf of another or on behalf of a Firm/Company shall be responsible to produce a proper Power of Attorney/Board Resolution letter of Authority duly executed in his favor, stating that he has authority to bind such other person or the Firm/Company as the case may be, in all matters pertaining to the contract. If the person so signing the Bid fails to produce the said Power of Attorney/Board Resolution, his Bid shall be liable to be summarily rejected without prejudice to any other right of the Corporation under the Contract and Law. The “Power of Attorney/Board Resolution” should be signed by all the partners/directors in the case of partnership concern or Limited Liability Partnership firms or Companies.

16

Preparation of Financial Bid

1. The preparation of the Technical /Financial Bid as well as all related correspondence exchanged by the Bidders and the AP MARKFED shall be in English.

2. The Financial Bid shall be prepared using the attached Standard Form as in Section 6. It shall include all costs associated with the Service/Assignment. The financial bid shall not include any conditions attached to it. Any such conditional financial bid shall be summarily rejected. All quotes are exclusive of taxes

3. Bidders shall provide the price of their services in Indian Rupees and up to two decimal places only (for example: Rs 00.00) (exclusive of taxes) as per the format in Sections .

4. The Agency shall be entirely responsible for all taxes, duties, octroi, license fees, and demurrage charges etc., incurred on the contracted Services to the Department. Bidder shall provide the cost of the services and all applicable taxes separately as per the format provided in the Tender schedule.

5. AP MARKFED reserves the right to correct any computational errors. If there is a discrepancy between the unit cost and total cost (unit cost multiplied by volume), unit cost will be considered as final number and in case of discrepancy between words and figures, words will be considered as final figure

6. Authority have right to choose more than one Bidder in case there is variation in the quote for both the model.

Payment Terms

The terms of payment would be linked to the deliverables of the project which have been defined as under. No advance payment made.

a) Inception report : 10% on the quoted rate for the entire project

b) Feasibility report &

Architectural Drawings: 10% on the quoted rate for the entire project

c) Mid term evaluation report

With designs & BOQ : 20% on the quoted rate for the entire project

d) Documentation of best practices

Financials & Breakeven : 20% on the quoted rate for the entire project

e) End of project evaluation report

& Inference : 20% on the quoted rate for the entire project

f) Final DPR hard copies(3sets)

& soft copy : 20% on the quoted rate for the entire project

Decision & Instructions

Except where otherwise specifically stated, the AP MARKFED decision shall be binding on the bidder. The bidder shall carry out all instructions of AP MARKFED pertaining to the contract and comply with the applicable laws.

17

Sub-Contracting

Subletting of the work to any other party is strictly prohibited. The accountability and liability of non-deliverance will be of the selected bidder.

Foreclosure

AP MARKFED reserves the right to foreclose the contract without assigning any reason. In such case, the bidder will not be entitled to any compensation.

Execution of Agreement

The successful tenderer shall execute an agreement for the , submission of report preparation of feasibility reports ,architectural designs and budgetary BOQ for AP Markfed land located at GUDIWADA in Andhra Pradesh. as per the terms and conditions on a stamp paper of value Rs 100/- within seven days from the date of LOI. In the event of failure to execute the agreement within the time prescribed, the Earnest Money Deposit/Security Deposit amount remitted by the tenderer shall be forfeited. Further the AP MARKFED reserves the right to collect the consequential loss, if any sustained from such bidders on account of purchase made through re-tender or in other manners and the bidders are bound to pay the same on demand.

Cancellation of Agreement

The winning bidder, if breaches any condition or clause of the agreement, AP MARKFED is entitled to cancel the agreement and is also entitled to demand and recover the loss incurred to it due to such cancellation/termination of the agreement.

18

Termination of Contract

1. The successful bidder has to solemnly state that neither he nor any of his partners/ Representatives have at any point of time been BLACKLISTED by AP MARKFED or by any other Government Agency or involved in case under. convicted by Court of Law in a criminal case and that they and are not Black-listed any their Associates. In the event the statement proves to be wrong or false at any point of time, without prejudice to other rights and remedies, the organization is at liberty to terminate the Agreement forthwith and to get the work done for the un-expired period of the Agreement at the risk and cost of the successful bidder and/or forfeit the Security Deposit or any part thereof and also claim from the Bankers concerned against the Bank Guarantee the sum or sums due that may be suffered or incurred by AP MARKFED due to the termination of the Agreement besides blacklisting of the firm in view of the false declaration given by the firm whenever comes to notice of the organization. The decision of the Managing Director, AP MARKFED is final and binding on the firm in this regard.

2. In the event of the successful bidder being adjudged insolvent or going into liquidation or winding up his business or making arrangements with his/their creditors or failing to observe any of the provisions of this Agreement or is convicted by Court of Law in a criminal case or punished under the provisions of the Act or State/Central orders issued under the said Act, or violation of any of the terms and conditions governing the contract, the Managing Director, AP MARKFED shall be at liberty to terminate the Agreement forthwith without prejudice to any other rights or remedies under the Agreement and to get the work done for the un-expired period of Agreement at the risk and cost of the firm and to claim from the firm any resultant loss sustained or additional costs incurred thereon.

3. It shall be open to AP MARKFED to suspend the Agreement before ordering termination of the Agreement under this sub-clause. During the period of suspension, the organization is at liberty to make alternate arrangements at the risk and cost of the successful bidder and the firm is liable to make good the additional expenditure cost, etc. and the same shall be recovered from the Ssecurity deposit or else.

4. The successful bidder or his representative(s) is responsible for the quality of the work as per instructions issued by the representatives of AP MARKFED. The organization shall have absolute right to suspend the Agreement at any time during the currency of the agreement, without any Notice or without assigning any reasons, if the firm or his representative(s) is involved in a case of diversion report for other purpose or convicted by Court of Law in a criminal case in the existing or in any Agreement periods of the previous years by the contractors with the Corporation. The firm is responsible for any acts of his representatives, Agents, Employees. In other words, the firm is solely responsible for the acts of his employees or workers engaged by him for manufacturing or printing or otherwise.

5. In the event of suspension/termination of the firm due to violation of any clauses in the agreement, all other contracts by the firm with AP MARKFED for any other product/ service shall also stand suspended. All payments to the firm including securities under all Agreements will stand frozen. The decision of the Managing Director in this regard is final and cannot be called into question. No correspondence will be entertained in this regard.

19

Clarification

1. Clarifications may be requested no later than the dates defined in the ‘Important Dates’. Clarifications may be e-mailed to the following address: [email protected] (All emails must have subject line ‘Pre-Bid Queries for Selection of Agency to provide Consultancy Services for submission of report preparation of feasibility reports ,architectural designs and budgetary BOQ for AP Markfed land located at GUDIWADA in Andhra Pradesh.

2. Bidders requiring any clarification regarding Tender schedule may notify with AP MARKFED in writing from authorized personnel of the organization through their official mail id at the e-mail address indicated in this document, 72 hours before bid due date on working days only.

3. At any time, before the deadline of submission of Bids, AP MARKFED may amend the RFP /Tender schedule by issuing an addendum/corrigendum in publishing on AP MARKFED, AP E-Procurement website. The addendum/ corrigendum issued shall be binding on all Bidders. Bidders are not allowed to contend that they have no knowledge about addendum /corrigendum. Hence, the bidders are encouraged to check the online portal regularly for any addendum/corrigendum before the closing date of the tender.

Disqualification

1. Submitted the application after the response deadline. 2. Made misleading or false representations in the forms, statements and attachments submitted as

proof of the eligibility requirements. 3. Exhibited a record of poor performance such as abandoning works, not properly completing the

contractual obligations, inordinately delaying completion, or financial failures etc. in any project in the preceding three years.

4. Submitted an application that is not accompanied by required documentation or is non- responsive.

5. Failed to provide clarifications related thereto, when sought. 6. Submitted more than one application either as a Single Agency/ Prime Agency/ consortium

member.

20

SECTION -4

In this RFP, the Consultancy services for Preparation of feasibility reports, Architectural designs and budgetary BOQ for AP Markfed Land Located at GUDIWADA in Andhra Pradesh.mentioned in the scope of work. SCOPE OF WORK

a. Reconnaissance visit of the project sites (GUDIWADA IN ANDHRA PRADESH) b. Block drawings and Architectural Designs for each Option.

c. Budgetary estimates for each Option.

d. Presentation through PPT to AP MARKFED management team.

e. Techno Financial feasibility report for development of the project .

f. Selected Consultants are expected to provide maximum possible number of

Options/proposals for development of land,not less than two Options should be submitted Layout plan , Topographical survey drawings with survey number

21

22

Terms and Conditions

1. The accepted financial quote shall remain valid up to three months and may be extended with mutual consent between the AP MARKFED and the agency.

2. Incomplete offer/offers not conforming strictly to the prescribed Tender Schedule forms and terms & conditions and instructions shall not be considered and shall stand rejected. The Tender Schedule will be automatically closed after the date and time as mentioned in the Schedule.

3. The bidders are at liberty to be present personally or through their authorized representative at AP MARKFED at the time of opening of the bid. In the event of the specified date of bid opening being declared a holiday for the AP MARKFED, the bid will be opened on the next working day but there will be no change in the time for opening as indicated in the bid.

4. Is responsive to the requirements of the Tender Schedule documents. 5. The bid shall be considered to be unresponsive in the following conditions

a. Non submission of bid cost and bid security amount. b. Non –submission of duly signed scanned copy of in acceptance of terms &

conditions. c. Non-confirmation to all requirement set out in the bidding documents except minor

deviations that do not materially alter or depart from the characteristics, terms, conditions and other requirements.

6. A bid determined as not responsive will be rejected by the AP MARKFED and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

7. The eligible participants if required will show the supporting documents, in original or self- attested by authorized signatory, on the date to be notified to enable the AP MARKFED to physically verify the authenticity of the scanned documents which is prequalification for technical evaluation.

8. After the technical evaluation is completed, the AP MARKFED will open the Financial Bid of only technically qualified participant on the date and time as fixed in the Tender Schedule or on subsequent date & time which will be intimated to the participants by e- mail.

9. AP MARKFED has right to negotiate with the successful bidder. 10. AP MARKFED also reserves a right to offer the allocation to next successful bidder in case the

difference between the scoring is marginal and the later one accepts to match the offer given by the successful bidder.

11. AP MARKFED reserves the right to award the Bid in full or in part to one or several parties. The decision of MD - AP MARKFED is final and binding on all the bidders.

12. AP MARKFED will negotiate the consultants at L2 and L3 to meet the financials of L1 and may empanel them.

13. If any of the submitted documents are found to be forged/fabricated at any stage, before or after the award of the contract and/or expiry of the contract the EMD / performance deposit of the bidder will be forfeited without prejudice to any other rights and remedies of the corporation available under the Contract Law and AP MARKFED is also at liberty to take criminal action for forgery and for fabricating documents for this purpose.

14. The AP MARKFED reserves the right to accept or reject any Bid and to annul the Tender Schedule process and reject all such bids at any time prior to award of contract, without

23

thereby incurring any liability to the affected applicant(s) or any obligation to inform the affected applicants(s) of the grounds for such decision. The bidding agency reserves the right to reject incomplete or incorrect bids.

15. The legal jurisdiction of AP MARKFED is Vijayawada, and if the AP MARKFED changes its Head Quarter because of any reason, the jurisdiction of operation will change, and the bidders will be communicated.

16. The Consultant services shall hold all valid licenses issued by the Competent Authority, valid PAN & GST Registration etc. and up to date tax clearance certificate from the concerned authority.

17. The responsibility to comply with all statutory obligations under various Central/State Acts which are in force shall be that of the Consultancy services.

18. No escalation, whatsoever, shall be admissible on rates during the currency of the contract

including extended period, if any, and the quoted rates shall remain firm.

Compliance with Code of Integrity Any person participating in the process will:

1. Not offer any bribe, reward or gift or any material benefit either directly or indirectly in exchange for an unfair advantage in the process or to otherwise influence the process.

2. Not misrepresent or omit misleads or attempts to mislead to obtain a financial or other benefit or avoid an obligation.

3. Not indulge in any collusion, bid rigging or any-competitive behavior to impair the transparency, fairness and progress of the process.

4. Not misuse any information shared between the agencies with intent to gain unfair advantage in the process.

5. Not indulge in any coercion including impairing or harming or threatening to do the same, directly, or indirectly, to any part or to its property to influence the process.

6. Not obstruct any investigation or audit process. 7. Disclose conflict of interest, if any, and disclose any previous transgressions with any entity in

India or any other country during the last three years or any debarment by any other entity.

Conflict of Interest

1. The bidder participating in a bidding process must not have a conflict of interest.

2. A conflict of interest is a situation in which a party has interests that could improperly influence that party's performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations.

24

3. A bidder may be considered to be in conflict of interest with one or more parties in bidding process if, including but not limited to:

a) Have controlling partners/ shareholders in common; or b) Receive or have received any direct or indirect subsidy from any of them; or c) Have the same legal representative for purposes of the Bid; or d) Have a relationship with each other, directly or through common third parties, that puts

them in a position to have access to information about or influence on the Bid of another bidder, or influence the decisions of the procuring entity regarding the bidding process; or

e) The bidder or any of its affiliates participated as a Service Provider in the preparation of the design or technical specifications , works or services that are the subject of the Bid; or

f) Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity Consultancy Services Provider for the contract.

1. Indemnification

The approved supplier will indemnify the AP MARKFED against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of usage of such products.

2. Saving Clause

No suit, prosecution or any legal proceedings will lie against Bid inviting authority or any person for anything that is done in good faith or intended to be done in pursuance of Bid.

3. Arbitration

1. In case of any disputes arising out of the contract the same shall be referred to the Managing Director, AP MARKFED who will be the appellate authority. His decision will be final and binding by the both the parties.

2. Only the court situated in Vijayawada or any Headquarters of AP MARKFED to the exclusion of all other courts in India, shall have the jurisdiction in the matter.

4. Definitions

1. “Bid” means the Techno-Commercial Proposal consisting of documents as stipulated in this Tender schedule.

2. “Bidder” means any interested entity in the designated catchment area, having experience submission of report preparation of feasibility reports ,architectural designs and budgetary BOQ for etc.

3. “Agency” means the Bidder/s that have been selected by the AP MARKFED and awarded the Letter of engagement for execution of the services.

4. “Scope of Work” (SoW) explains the objectives, scope of work, activities, tasks to be performed and the respective responsibilities of the AP MARKFED and the Agency.

25

5. "Confidential Information” means any information disclosed to or by any Party to this Contract and includes any information in relation to the Parties, a third party including any such information that may come to the knowledge of the Parties hereto/Bidder’s team by virtue of this Contract that is by its nature confidential or by the circumstances in which it is disclosed confidential and/or is designated by the disclosing Party as confidential or identified in terms connoting its confidentiality; but does not include information which is or becomes public knowledge other than by a breach of this Contract.

5. Glossary and Acronyms

AP MARKFED – Andhra Pradesh State Co-operative Marketing Federation Limited

EMD – Earnest Money Deposit

GST – Goods & Service Tax SoW – Scope of Work

GoI – Government of India

RFP – Request for Proposal

SHG – Self Help Group

QC – Quality Check

NOC – Non-objection Certificate LC – Letter of Credit

EMD –Earnest Money Deposit DPR- Detailed Project Report

26

SECTION 5:

TECHNICAL QUALIFICATION WITH PROOF

Bidder must submit the details of previous executed projects with amount at the time tender submission along with proof (Work Order, Completion certificate).

27

SECTION 6:

FORMAT FOR FINANCIAL PROPOSAL

Sl No

DESCRIPTION OF WORK Amount ( INR)

1 CONSULTANCY SERVICES FOR PREPARATION OF FEASIBILITY REPORTS , ARCHITECTURAL DESIGNS AND BUDGETARY BOQ FOR APMARKFED LAND LOCATED AT GUDIWADA IN ANDHRA PRADESH (Maximum possible number of Options/proposals for development of land ,not less than two Options should be submitted)

2 GST ( As Applicable) 3 TOTAL

28

Covering Letter

(To be submitted on the Letter head of the applicant)

To, (Address)

Ref: Tender Notification No. dated

Dear Sir,

1. Having examined the document, we, the undersigned, herewith submit our response to your Tender Notified vide Tender. No……_ dated……. for AP MARKFED, in full conformity with the said Tender document.

2. We, the undersigned, offer to provide services to AP MARKFED in accordance with your Tender schedule.

3. We have read the provisions of the Tender schedule, confirm our acceptance for the same and we are hereby submitting our Financial Bid.

4. We agree to abide by this Tender schedule, consisting of this letter, financial bid and all requisite supporting documents, for a period of 90 days from the closing date fixed for submission of bid as stipulated in the Tender schedule.

5. We hereby declare that we have not been charged with any fraudulent activities by any Central/State/UT Government.

6. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.

7. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act, 1988” and its amendments.

8. We understand that AP MARKFED, is not bound to accept any bid received in response to this Tender schedule.

9. In case we are engaged by AP MARKFED for executing the services, we shall provide any assistance/cooperation required by the Department/auditing agencies appointed by it/ the Department officials for performing auditing and inspection functions. We understand that our non-cooperation for the same shall be grounds for termination of service.

10. In case we are the successful bidder, we agree to abide by all the terms & conditions of the Contract that will be issued by AP MARKFED.

29

11. Our correspondence details with regard to this Tender are:

No Information Details

1 Name of the Contact Person

2 Address of the Contact Person

3

Name, Designation and contact address of the person to whom all reference shall be made regarding this Tender

4 Telephone number of the Contact Person

5 Mobile number of the Contact Person

6 Fax number of the Contact Person

7 Email ID of the Contact Person

8 Corporate website URL

Yours sincerely,

Signature of Authorized Signatory [In full as well as initials]:

Name and Title of Signatory:

Name of Firm:

Address:

30

Letter Comprising the Bid for Qualification

(Instruction - On the letter head of the Bidder)

To

Managing Director AP MARKFED

D. No.56-2-11, Phase 3rd, AP MARKFED Layout No.49/84,

APIIC COLONY ROAD, JAWAHAR AUTO NAGAR, VIJAYAWADA, Vijayawada (Urban),

Krishna (Andhra Pradesh)-520007.

Sub: “RFP for Selection of Consultancy services for Preparation of feasibility reports, Architectural designs and budgetary BOQ for AP Markfed Land Located at GUDIWADA in Andhra Pradesh. ”

Dear Sir/Madam,

1. I/we, having examined the Tender document and understood its contents, hereby submit my/our unconditional and unqualified Bid for the project.

2. I/ We acknowledge that AP MARKFED will be relying on the information provided in the Bid and the documents accompanying such Bid for qualification of the Bidders for the aforesaid project, and we certify that all information provided in the Bid documents are true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying such Bid are true copies of their respective originals.

3. This statement is made for the express purpose of qualifying as a Bidder for for Selection of Consultancy services for Preparation of feasibility reports, Architectural designs and budgetary BOQ for AP Markfed Land Located at GUDIWADA in Andhra Pradesh

4. I/ We shall make available to AP MARKFED any additional information it may find necessary or required to supplement or authenticate the Qualification statement.

5. I/ We acknowledge the right of AP MARKFED to reject our Bid without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever.

6. I/ We certify that in the last three years, we have neither been blacklisted/barred by the GST authorities/Central/State Government or any Public Sector Undertaking/Corporation nor have failed to perform on any contract, as evidenced by imposition of a penalty by any arbitral or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part.

31

7. I/ We declare that:

a) I/ We have examined and have no reservations to the Tender schedule, including any Addendum/corrigendum issued by AP MARKFED;

b) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in the Tender schedule, in respect of any Tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State; and

c) I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions of the Tender schedule, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

8. I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders.

9. I believe that our proposed bid satisfies the Turn-over criteria and meet(s) all the requirements as specified in the Tender schedule and are/ is qualified to submit a Bid.

10. I/We certify that we have not been convicted by a Court of Law and sentenced to imprisonment for a period of 3 years or more.

11. I/ We further certify that no investigation by a regulatory authority is pending either against us or against our CEO or any of our directors/managers/ employees.

12. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the provisions of this Tender schedule, we shall intimate AP MARKFED of the same immediately.

13. The power of attorney for signing of application, as per format provided at Appendix II of the Tender schedule, are also enclosed.

14. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by AP MARKFED in connection with the selection of Bidders, or in connection with the selection/ Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof.

15. I/ We agree and undertake to abide by all the terms and conditions of the Tender schedule.

16. I/ We certify that in terms of the Tender, my/our Turnover is Rs. (Rs. in words) and we meet the Threshold Technical Capacity and Financial Capacity prescribed in the Tender document for the projects listed.

32

17. I/We confirm that I/we have read the entire Tender schedule including appendix, annexures, Instructions, corrigendum and other documents as issued by AP MARKFED in connection with this Tender schedule and I/we shall abide hereby the terms / conditions / clauses contained herein.

In witness thereof, I/ we submit this Bid under and in accordance with the terms of the Tender schedule. The list of documents being submitted along with the Bid is listed below.

Date:

Place:

Yours faithfully, (Signature, name and designation of the Authorized Signatory) (Name and seal of the Bidder/ Lead Member)

33

APPENDIX-I

Power of Attorney for signing of Bid

Know all men by these presents, we, …………………………… (name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr./ Ms. (Name), son/daughter/wife of ............................................................................................. and

presently residing at………………………………….., who is presently employed with us and holding the position of ………………………….., as our true and lawful attorney(hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our bid for the ***** Project proposed or being developed by the AP MARKFED including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders’ and other conferences and providing information / responses to AP MARKFED, representing us in all matters before AP MARKFED, signing and execution of all contracts including the Concession Agreement and undertakings consequent to acceptance of our bid, and generally dealing with AP MARKFED in all matters in connection with or relating to or arising out of our bid for the said Project and/or upon award thereof to us and/or till the entering into the Agreement with AP MARKFED.

AND we hereby agree to ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS THERE OF WE, ............................................. , THE ABOVE NAMED PRINCIPAL

HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ........................................ DAY OF

…………………….., 20.…..

For…………………………….

(Signature, name, designation and address)

Witnesses: 1.

2.

Accepted Notarized

(Signature, name, designation and address of the Attorney)