REQUEST FOR PROPOSAL - Markfed

56
1 APAA AA REQUEST FOR PROPOSAL

Transcript of REQUEST FOR PROPOSAL - Markfed

1

APAA AA

REQUEST FOR PROPOSAL

2

Edited by C. Fletcher (Aug 1

REQUEST FOR PROPOSALS

RFP No. : RFP No. APMF/ENGG-PMC/VJA/ 01 /2022-23

Client: Andhra Pradesh State Co-operative Marketing Federation Ltd Country: INDIA

Project Name: Request for Proposal

Selection of Consultancy services for Architectural and design services (PMC)

Selection of Project Management Consultant (PMC) FOR DESIGN AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS & TECHNICAL DESIGN,SERVICES

INCLUDING GEOTECHNICAL INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL,

ELECTRICAL, HVAC, MEP,COST ESTIMATE AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ETC., COMPLETE

FOR THE PROPOSED CONSTRUCTION OF

1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED AT

AP.MARKFED SITE AUTONAGAR VIJAYAWADA A.P

2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA A.P

3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM A.P

4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR A P.

Mode of Selection: Combined Quality cum Cost based Selection (CQCCBS)

Issued on: 06.05.2022

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

0, 2011) – For submission to HOPs (July 28, 201

3

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.

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

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 or unsuccessful

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) IST

Date of availability of tender on website 06-05-2022 4.00pm (16.00 Hrs)

Date of Pre bid query sending 13-05-2022 3.00pm (15.00 Hrs)

Date of pre-bid meeting 16-05-2022 3.30pm (15.30Hrs)

Date of response for clarification of queries

18-05-2022

Last date of submission of bids for both online and physical hard copies (Delay in submission or sending data or documents after due date and time, AP Markfed is not responsible)

25-05-2022 2.00pm (14.00 Hrs)

Date and time of opening of technical bids

25-05-2022 4.30pm (16.30 Hrs)

Presentation of case study with similar project

Date and time will be allotted and intimated to the bidders through mail or phone massage.

Date and time of opening of financial bids

Will be intimated to the technically qualified bidder(s) by mail

Bid validity 60 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. Considering to unlock the

Capital and to get best optimal 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 optimal 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

SELECTION OF PROJECT MANAGEMENT CONSULTANT (PMC) FOR DESIGN AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS & TECHNICAL DESIGN,SERVICES

INCLUDING GEOTECHNICAL INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL,

ELECTRICAL, HVAC, MEP,COST ESTIMATE AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ETC., COMPLETE FOR

THE PROPOSED CONSTRUCTION OF

1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED AT

AP.MARKFED SITE AUTONAGAR VIJAYAWADA A.P.

2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA A.P.

3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM A.P

4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR. A.P

S.NO DESCRIPTION Page No

1 SECTION 1: Site Introduction 8

2 SECTION 2: Pre-qualification Criteria /

Eligibility Criteria

12

3 SECTION 3: Selection and Evaluation of

Bidding Capacity and Process.

18

4 SECTION 4: Scope of Work 26

5 SECTION 5: Technical qualifications with

proof.

47

6 SECTION 6: Format for financial proposal

and payment terms

48

7 Covering Letter 49

8 Letter Comprising the bid for Qualification 51

9 Power of Attorney for signing of Bid

Appendix I

54

10 BG Format 55

8

SECTION-I

SITE INTRODUCTION

Site : VIJAYAWADA

Plot area is about 5.50 Acres.

Vacant and the Sy No. 467, 68, 69, 71

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. Land in

AUTONAGAR VIJAYAWADA about 5.50 Ac. Also situated in the prime locality near NH-16 and

residential area. The site is 20 Kms from Vijayawada International Airport, 8 Kms from Railway station

or Bus station.

9

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 construction of Convention Centre/Kalyanamandapam 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.

10

Site : GUNTUR

Plot area is about 0.78 Acres.

This site has Old Three 1000MT Godown in Sy No. 987

As we understand, the project Construction of Automobile Ancillary units 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 GUNTUR 0.78 Ac also situated in the prime locality residential area.

11

Site : MACHILIPATNAM

Plot area is about 1.50 Acres.

Dilapidated structures available balance vacant and the Sy No. 333/A

As we understand, the project construction of Convention Centre/Kalyanamandapam 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. Land in MACHILIPATNAM 1.50 Ac also situated in

the prime locality near Railway station and residential area.

12

SECTION 2

Pre-qualification Criteria / Eligibility Criteria

1. INSTRUCTIONS TO BIDDERS Documents

i)

The bid must be accompanied by tender cost of Rs.10000/-(ten thousand only) Non refundable 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)

1.The bidder firm must have no criminal/economic fraud case is pending or contemplated against the organization in any country. 2. 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 7 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.

Unde r tak i ng on firm/ Company Letter head with full details of the company to be submitted which is Mandatory

iii)

Bidder should represent an Indian/ MNC Firm. Joint Venture Firms Consortiums are not permitted to bid.

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

the Partnership Act.

iv)

The marks secured by the bidder from the items mentioned below were calculated in 70:30 ratio for evaluation of combined score for technical and financial score. (example for technical qualification also enclosed) The selection process is based on (Combined Quality cum Cost Based Selection ) CQCCBS. In the Financial Bid, the bidder shall quote the rates excluding GST

v)

Bidder must be an ISO- or equivalent certified or registered firm.

Self-attested copy of Telephone

bill/ Electricity Bill/ Registered Lease Deed supporting the address.

Vi)

Bidder’s Firm should have similar experience for the

last 5 (five) years

Certified documents in

support of past contracts

with Companies

13

.

2 MINIMUM ELIGIBILITY CRITERIA (TECHNICAL QUALIFICATION CRITERIA) MARKS

Supporting Document

A Work Experience: 30

i)

Experience of having successfully completed similar consultancy PMC Services works during the last 5 years ending last day of the month before the month of submission of bid: a. The Consultant must have completed at least three Similar type project in the last 5 years. under Central Govt. / State Govt. / PSU / Private Sector (each 5 marks)-15 Marks b. The Consultant must have completed/ ongoing ---at least five PMC services Concept Master Plan/ Arch designs in the last 5 years. under Central Govt. / State Govt. / PSU / Private Sector --- (Each 3marks) 15 Marks

Certified documents in support of past contracts Attested copy of the Employee Provident Fund registration letter / certificate. Attested copy of the Employee State Insurance registration letter /certificate with Companies

Similar Project Means: Budgetary Project Cost, Master Plan, Structural Design Architectural design Geotechnical investigation ,Surveying ,3D View FAÇADE, MEP, HVAC interior designs walk through and detailed drawings tender & specifications.(PMC services)

B Financial Strength: 15

i)

The Bidder's firm shall have a minimum average turnover on Consultancy fees from Arch Design & Engineering services of Rs. 200.00 Lakhs per annum over the past 5 years ie., 2020-21,2019-2020,2018-2019, 2017-18,2016-17, financial years and provisional financials for the year 2021-22.

Copies of audited balance sheet/CA Certificate profit or loss should be attached for the last five financial years-2016-17, 2017-18,2018-19, 2019-

20, 2020-21 and

provisional

financials for the

year 2021-22

Attested copy of the latest IT return filed by agency .Copy

of PAN card, GST certificate and last

three months GST returns from bid date.

C Key Technical personnel: 15

i)

Chief Architect/ Team Leader with a qualification of M. Arch. with minimum experience of 10 years and should submit a valid COA certificate including review and proof checking the drawings against the Byelaws codes, regulations, building practices etc and preparation of costs estimates and project planning and Interior designs FAÇADE 3D- 1 No 5 Marks

CV ,Certificates and appointment orders

14

ii)

Civil Engineer M.E/ M.Tech Geo tech and Structural Engineer with a qualification of M.E/M. Tech. in Structural Engineering (conversant with steel structure design, PEB and precast, with minimum experience of 7 years. – Each 2.50 Marks Total 5 Marks

-Do-

iii)

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) Each 2.5 marks total 5Marks

-Do-

iv) MEP Design Expert with a minimum of 7 years of experience in MEP expertise and with B.E./B.Tech appropriate qualifications )

10

-Do-

D

Methodology & Work Plan

10

Should be submitted along

tender document

E Presentation of case study and similar project with 3D effect

20 Will be intimated

through mail.

Total

100

15

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 with Architectural Designs and Detailed Drawings to AP Markfed

management team.

Techno Financial feasibility report for development of the project.

16

RFP DOCUMENTS

The RFP documents can be downloaded from the web site https://tender.apeprocurement.gov.in . “RFP

for Consultancy Services for DESIGN AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS &

TECHNICAL DESIGN,SERVICES INCLUDING GEOTECHNICAL INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN,

FAÇADE, CONCEPT PLANS CIVIL, ELECTRICAL, HVAC, MEP,COST ESTIMATE AND DETAILED DRAWINGS TENDER &

SPECIFICATIONS ETC., COMPLETE FOR THE PROPOSED CONSTRUCTION OF

1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED AT

AP.MARKFED SITE AUTONAGAR VIJAYAWADA A.P

2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA A.P

3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM A.P

4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR A.P

for within the stipulated date from the date of publication of this advertisement.

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.

17

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 AP

Markfed reserves the right to reject incomplete or incorrect bids.

18

Section-3

Selection Criteria/Evaluation

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

Criteria The Selection of consultancy services shall be done through bidding process on Combined Quality Cum Cost Based System (QCBS)

T h e method employed for the selection of consultant and award of the contract will be QCBS i.e. Quality and Cost Based Selection method, which would ensure the quality of the service as well as the cost effectiveness of the same. Each bidder would be assigned a

Technical Score (TS) and a Financial Score (FS) based on the technical and financial evaluation of the bid respectively. These scores would then be added to achieve the combined score and the bidders would be ranked as per this combined score. The top bidder with the highest final composite score (Final Composite Score = TS + FS) shall be selected. i. The marks assigned for each item is for the purpose of evaluation of this bid only. ii. In case of a tie in the final composite score, the bidder having highest technical score will be considered eligible for leading to the award of the contract. iii. 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.

iv AP MARKFED intends to follow two stage selection processes in

evaluating the proposals received. a. In the First stage, technical evaluation will be carried out of those proposals that fulfil the

prequalification/ eligibility criteria. b. Technical proposals will be assessed based on a defined evaluation criterion and ranked

as per the marks received in the technical evaluation (Technical Score). c. In the Second stage, financial evaluation will be carried out. Only the technically

qualified bidders would be invited for opening of the financial bid. Proposals will then finally be ranked according to their combined technical and financial scores.

v The bidders obtaining highest combined score shall be awarded as successful bidder and shall be selected

For working out the combined score in 70:30 proportion for Technical and financial evaluation, AP MARKFED will use the following formula:

Technical Score T=(70xTs)/100

Ts: Marks obtained for individual

T : Relative score for 100 marks

Minimum eligibility Ts =70 marks and above

Financial Score F=([L1/FB]x30)], where

FB stands for highest Financial Bid mentioned in the Financial Proposal of respective eligible bidders.

L1 stands for the lowest Financial Bid proposed by eligible Bidders (i.e.,

Eligible bidders include those meeting both the eligibility criteria as well as scoring 70marks and above (Ts)

T stands for Technical Score,

19

Combined score T+F

Example for Evaluation of combined score. Highest Combined scorer will be the successful bidder

STAGE 1: TECHNICAL BIDS EVALUATION

Bidder details Technical

Mark Obtained

Bidder1 92

Bidder2 85

Bidder3 55

Bidder4 75

*Since the eligible technical marks should be 70 &above, bidder 3 is rejected

STAGE 2: TECHNICAL SCORE EVALUATION

Bidder 1. 70x92/100=64.40,Bidder 2. 85x70/100=59.50

Bidder 3. Below 70 marks not eligible. Bidder 4. 70x75/100=52.50

STAGE 3: FINANCIAL BID EVALUATION

Bidder details

Financial Bid Amount Rs.

Bidder1 1,30,000

Bidder2 1,20,000

Bidder4 1,00,000

STAGE 4: CONVERSION OF FINANCIAL BID AMOUNT TO SCORE

Bidder

Details

Financial

Bid Amount

Financial

Score (LFB/F*100)

Bidder1 1,30,000 100000/130000*100=76.92

Bidder2 1,20,000 100000/120000*100= 83.33

Bidder4 1,00,000 100

LFB = Lowest Financial Bid, F = Quoted Amount

20

Consolidated Technical & Financial Score

Bidder Details Technical Score Marks

Financial Score

Bidder 1 92 76.92

Bidder 2 85 83.33

Bidder 4 75 100

STAGE 5: COMBINED TECHNICAL AND FINANCIAL SCORE (CTFS) WITH

WEIGHTAGE 70:30

Bidder Details Applying weights for the

Technical Score & Financial Score

CTFS Rank of the Bidder

Bidder1 92*(70/100) + 76.92*(30/100) 87.47 (64.4+23.07) Highest scorere will be

Successful bidder

Bidder2 85*(70/100) + 83.33*(30/100) 84.49 (59.5+24.99)

Bidder4 75*(70/100) + 100*(30/100) 82.50 (52.5+30)

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 Combined Quality cum Cost based Selection (CQCCBS) for the project.

4. The bidder has to bid for SELECTION OF PROJECT MANAGEMENT CONSULTANT (PMC) Consultancy Services for DESIGN

AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS & TECHNICAL DESIGN,SERVICES INCLUDING GEOTECHNICAL

INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL, ELECTRICAL, HVAC, MEP,COST ESTIMATE AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ETC., COMPLETE FOR THE PROPOSED CONSTRUCTION OF

1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED AT

AP.MARKFED SITE AUTONAGAR VIJAYAWADA A.P 2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA A.P

3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM A.

4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR. A.P

The bids of all bidders who have participated in the tender must remain valid for period of 60 days from the

date of the tender.

5. The organization after evaluation of bids will communicate regarding acceptance/ rejection of the bid (if

found not competitive). The valid bid once approved by AP MARKFED will be declared as successful

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.

21

6. 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 Managing Director, AP MARKFED in this regard

will be final.

7. 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 .

8. 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 as mentioned in Section -4 with effect

from the date of agreement execution for submission of report preparation of SELECTION OF PROJECT

MANAGEMENT CONSULTANT (PMC) FOR DESIGN AND Consultancy Services for DESIGN AND PREPARTION OF STRUCTURAL

AND ARCHITECTURAL PLANS & TECHNICAL DESIGN,SERVICES INCLUDING GEOTECHNICAL INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL, ELECTRICAL, HVAC, MEP,COST ESTIMATE AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ALONG WITH EXTERNAL SERVICES ETC., COMPLETE FOR THE PROPOSED CONSTRUCTION OF 1) MALL CUM MULTIPLEX AND CONVENTION CENTER TO BE DEVELOPED AT AP.MARKFED SITE AUTONAGAR VIJAYAWADA 2) CONSTRUCTION

OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA 3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM 4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR.

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.

Tender Fee, EMD, Performance deposit

1. All bidders shall submit an EMD of INR 2.00 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 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. 10,000/- to be transferred electronically to AP MARKFED account as given

below A/C and proof of transfer should be uploaded with bid documents which is non refundable.

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.

22

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

Invitation to Bid

1. AP MARKFED invites proposals from reputed, reliable and interested firms who would be providing

Consultancy services DESIGN AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS & TECHNICAL

DESIGN,SERVICES INCLUDING GEOTECHNICAL INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS

CIVIL, ELECTRICAL, HVAC, MEP,COST ESTIMATE AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ETC., COMPLETE FOR THE PROPOSED CONSTRUCTION OF 1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED

AT AP.MARKFED SITE AUTONAGAR VIJAYAWADA A.P 2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA A.P 3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM A.P

4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR.A.P. 2. Bidders are advised to study the Bid document carefully.

3. The bidder should submit their bids for preparation of Consultancy services 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 either for online or for physical submission.

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.

23

Preparation of Financial Bid

1.The preparation of the Technical /Financial 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 GST

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 bidder 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 from time to time

5. The bidder/Contractor must be registered with GST and should have valid GSTIN number. The

bidder/contractor must submit as an compliances of GST Act, the invoices in GST compliant format

failing which the GST amount shall be recovered/ adjusted by AP Markfed without any prior notice from

the next invoices or available dues with AP Markfed. The bidders/contractors are requested to

update/upload the GST/Taxes data periodically so as to avail credit by AP Markfedfailing which it shall

be recovered/ adjusted by AP Markfed without any prior notice from the next invoices or available dues

with AP Markfed.The rates quoted by bidder shall be inclusive of all other taxes, duties & Cess etc

excluding GST.

6..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 AP Markfed

haave right to choose more than one Bidder in case there is variation in the quote

for both the model.

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.

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, Consultancy services DESIGN AND

PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS & TECHNICAL DESIGN,SERVICES INCLUDING GEOTECHNICAL INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL, ELECTRICAL, HVAC, MEP,COST

ESTIMATE AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ETC., COMPLETE FOR THE PROPOSED CONSTRUCTION OF 1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED AT AP.MARKFED SITE AUTONAGAR VIJAYAWADA 2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE

GUDIVADA 3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM 4)

CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR.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

and performance deposit Rs.2.00 Lakhs (Two lakhs) to 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, or BG in the prescribed format enclosed. 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.

24

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. Total Agreement for PMC for the projects about two years, may be

extended for additional period that the decision lies at the discretion of MD AP Markfed subject to the

satisfactory performance of the bidder at mutually agreed terms and conditions

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.

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 any Act or convicted by Court of Law in a criminal case and that

they and are not Black-listed any or 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 Security

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

of 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.

25

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.

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

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.

26

SECTION -4

RFP FOR SELECTION OF PROJECT MANAGEMENT CONSULTANT (PMC) CONSULTANCY SERVICES for DESIGN

AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS & TECHNICAL DESIGN,SERVICES INCLUDING GEOTECHNICAL

INVESTIGATION ,SURVEYING WORK, INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL, ELECTRICAL, HVAC, MEP,COST ESTIMATE

AND DETAILED DRAWINGS TENDER & SPECIFICATIONS ETC., COMPLETE FOR THE PROPOSED CONSTRUCTION OF

1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH EXTERNAL SERVICES TO BE DEVELOPED AT AP.MARKFED SITE

AUTONAGAR VIJAYAWADA A.P.

2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA A.P.

3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM A.P.

4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR A.P

SCOPE OF WORK

Reconnaissance visit of the project sites Vijayawada,Gudivada,Machilipatnam & Guntur All design should be done as per all relevant Indian Standards, National Building

Code, local By laws, any other regulations and accepted Industry practices. Also

a detailed comparison shall be made out between precast technology

and conventional construction technology PEB structures with reference to

cost, time and feasibility aspects, serviceability etc., and recommended the best option.

DELIVERABLES

1. PRELIMINARY STAGE: (Stage – 1)

A. The consultant shall prepare conceptual plans, elevations and obtain AP MARKFED approval.

B. The Consultants shall submit a report on evaluation and analysis of the site indicating the basic approach to circulation, activity distribution and interaction with the external linkages. Furnish a preliminary report on environmental impact of the project and feasibility study and finalize the report after discussion with the client clearly outlining the measures required for mitigating the adverse impact.

C. Take AP MARKFED’s instructions regarding schedule of requirements,

floor areas and construction programme.

D. Obtain from AP MARKFED the site plans E. Geotechnical Investigation and Soil testing ,Surveying for the individual sites should be done by the Consultant

F. Preparation of detailed layout plan with sufficient planning details such as road network, pathways, storm

water drains, over head and ground water tanks, water supply, sewer lines, STPs , street lights ( ie LED lights), telephone lines, electrical substations, boundary wall, gate, existing public utility services, adjoining properties and boundaries, etc. Finalization of comprehensive layout with relative placement of various

buildings G. Prepare estimate of cost on Conventional System as per AP SOR and BOQ for Administrative approval and

for calling tenders. H. Finalization of the layout and conceptual designs and obtain AP MARKFED’s approval duly carrying out

modifications as may be necessary including revised cost estimate before proceeding with detailed

Architectural working drawings.

Time period 15days from date of Agreement

27

2. ARCHITECTURAL DRAWINGS STAGE(Stage – 2):

A. ARCHITECTURAL WORKING DRAWINGS:- Preparation of detailed Architectural

drawings with plans, elevations, 3D sections, birds eye view of each site and perspective

of all buildings, doors & windows, standard amenities, staircases, railing and all the

relevant details necessary for execution of work.

B. ELECTRICAL LAYOUTS:- Preparation of Electrical layouts showing the entire

distribution system including internal and external electrification details, design of

substation and generators, etc. C. SANITARY & WATER SUPPLY LAYOUTS:- preparation of layouts

as well as detailed drawings for execution of External water supply and drainage arrangements, design of external water supply, drainage and sewage disposal systems.

D MECHANICAL SERVICES:- Preparation of schematic drawings for lifts, air-

conditioning ( HVAC) inter connected communication network, telephone wiring etc. Preparation of schematic proposals and detailed drawings showing provisions to meet requirements of Fire Fighting regulations.

E. LANDSCAPING DRAWINGS:- Drawings showing areas to be landscaped, water bodies, details of soft and hard landscaping, etc

F. INTERIORS: Preparation of detailed drawings showing internal arrangement of partitions, cubicles, ceilings, wall panelling and acoustic treatment, etc.

G. Any modifications required in the drawings submitted to the client shall be carried out by the Consultant

Time period 30 days from date of Agreement

3. STRUCTURAL DRAWINGS AND ESTIMATES STAGE (Stage – 3): A. Preparation and submission of structural analysis, designs and drawings with

supporting calculations, and detailed working drawings for all components of the buildings and services and detailed working drawings for landscaping sufficient to commence and complete the work at site and for proper guidance during construction.

B. The consultants shall arrange proof checking of designs at their cost by any IIT or Tor Steel Research Foundation or an agency approved by the client and shall furnish a report/certificate of proof checking from them

C. Prepare detailed estimates and specifications for all buildings including interiors, all internal and external services such as water supply, sanitary, drainage, sewerage, electrical arrangements, lifts, air conditioning, firefighting, acoustic treatment and landscaping etc. BOQ to call tenders

D. Approval of design mix and trial mix submitted by contractor, witnessing and approving testing and commission MEP items

E. No extra payment will be paid if any alteration is required by AP Markfed

in design & drawing at any point of time.

F. Prepare and submit completion reports and drawings for the project as required and obtain

“NOC/Completion/Occupancy Certificate” from statutory authorities, wherever required.

G. Collection of data & Preparation of as-built drawings including services and structures and their

submission in six sets (hard copy) and also in soft copy.

H. The consultant shall be associated till expiry of 24 months Defect Liability Period after the completion & handing over of the project and obtain completion certificate from the concerned local bodies and AP Markfed

Time period 60 days from date of Agreement

28

4. STATUTORY APPROVALS & BID DOCUMENT STAGE: ( STAGE – 4)

A. Preparation of drawings necessary for submission to statutory bodies for sanction, giving floor wise plans, elevations, sections, services plans, designs, etc., for the buildings along with the layout plan. Provide drawings on cloth

tracing along with required number of blue prints for submission to statutory bodies and obtaining the approvals from statutory bodies. All the necessary modifications in the drawings / designs suggested by the certifying authority shall be carried out by the consultant.

B. The Consultant shall organize to get the necessary application filled in by AP Markfed for building approval, arrange for its submission, coordinate with the appropriate statutory body and obtain building approval and occupancy certificate.

C. The Consultant shall provide all the services for obtaining Environmental

Clearance for the project including undertaking Environmental Impact Assessment (EIA) , preparing & submission of application to APPCB duly obtaining signature of the Client, making necessary presentation before

APPCB, submission of required number of EIA reports, & power point presentation copies etc., is applicable.

D. The Consultant shall provide all the services for obtaining NOC from Fire

department. E. Preparation of bid documents after obtaining standard form of bid documents

from AP Markfed.

F. Professional liability insurance (PLI) of the works/services is under the scope of

Consultant/this tender and charges of the same shall be included in the fee quoted by

the Consultant. The Consultant shall submit policy documents within 01 month from

the date of LOI of AP Markfed .Land possession will be taken from the AP Markfed

its details will be given to bidder to start the work.

G. Any modifications suggested by AP Markfed shall be carried out by the Consultant.

Time period 90 days from date of Agreement

Completion Period for Design & Engineering Services:

The major scope of Design services is to be completed within 3 (Three) months from the date

of LOI. And remaining 21 months is for construction period.

29

5.CONSTRUCTION STAGE(Stage – 5):

A. The Consultants should visit the site of work and provide periodic supervision at different stages of construction and at least TWICE in a month for entire

duration of construction and also as and when required by AP Markfed to clarify any decision or interpretation of any drawing or specification that may be necessary and attend meetings as and when required and to ensure that the project proceeds generally in accordance with the conditions of works

contract. However the day to day supervision, quality maintenance, bill checking are the responsibility of AP Markfed

B. The additional or revised working drawings that may be required during construction stage shall be furnished by the Consultants.

C. The Consultant shall advise AP Markfed regarding the work under execution during visits to the site and submit reports on their observations.

D. Any deviation from the approved drawings or specifications that may be observed by the Consultants shall be given in writing by them to AP Markfed who shall issue, necessary instructions to the executing agencies.

Time period will be mentioned as per civil works

6. COMPLETION STAGE(Stage – 6):

A. On completion of the project the consultant will prepare and submit six sets of all as built drawings along with one set of reproduction prints and a soft copy of the building and services.

B. The Consultants should prepare and provide maintenance manuals for the buildings and all services as per standard practice.The cost of the project shall exclude the cost of land, statutory payments to other departments and departmental overheads of AP Markfed.

C. The amount payable is inclusive of all taxes and levies excluding GST. The statutory taxes and other levy deductions as per income tax and relevant Acts will be made by AP Markfed out of the payments to be made to the consultants.

D. The Consultants fee shall include periodic inspection of works by their Architects, and Engineers to apprise themselves of proper interpretation of designs, drawings and their implementation. No fee towards Site visit is paid as extra .

Time period will be mentioned as per civil works

MODE OF PAYMENT:

For each of the services in the scope of services the Consultant shall be paid in the

following stages consistent with the work done as agreed upon. Payments made to the

consultant are on account and shall be adjusted against the final fee payable.

The payments shall be made in the form of crossed cheque in favour of the

Consultants after satisfactory completion of each stage only. No part payment

is made.

30

On receipt and approval of Services as 10% of the total fees for as per Services

per Stage - 1 rendered

On receipt and approval of Services as 25% of the total fees Project less the

per Stage - 2 payment made earlier.

On receipt and approval of Services as per 50% of the total feesProject less the

Stage - 3 payment made earlier

On receipt and approval of Services as per 60% of the total fees Project less the

Stage - 4 payment made earlier

On receipt and approval of Services as per 90% of the total fees Project less the

Stage - 5 payment made earlier

On receipt and approval of Services as per 100% of the total fees Project less the

Stage - 6 payment made earlier

At any stage the Managing Director AP Markfed can discontinue the project due to Unavoidable

administrative reasons. The payment will be made up to the completed stage of work after

approval of the Managing Director, AP Markfed only and is final. No Correspondence will be

entertained.

REIMBURSABLE EXPENSES:-

No additional payment will be made towards travel expenses, lodging & boarding at Vijayawada, Gudivada, Guntur, Machilipatnam or any other Site location .

AP Markfed’s RESPONSIBILITIES:

To provide detailed area requirement of the buildings at site

To provide a site plan showing boundaries

Payment of fee of the Consultants within 2 weeks of submission of bills after completion of all the services under that particular stage of total all sites after approval of the Managing Director, AP Markfed.

MEETINGS

The Authority may review with the Consultant, any or all of the documents and advice forming part of the Consultancy, in meetings and conferences which will be held in Vijayawada at the Authority's office or any pre notified location as per the requirements of the Authority.

31

4. CONSULTANCY TEAM

The Consultant shall form a multi-disciplinary team (the "Consultancy Team") for undertaking this assignment. The following Key Personnel whose experience and responsibilities are briefly described herein would be considered for evaluation of the Technical Proposal.

The consultant shall provide competent, qualified and sufficiently experienced personnel of adequate number dedicated to the assignment.

Upon Authority's written request, the consultant shall, entirely at their own expense, shall remove immediately without dissent any personnel of the consultant determined by the client to be unsuitable and shall promptly replace such personnel with personnel acceptable to the Authority without affecting Authority's work. The

consultant shall be solely responsible throughout the period of this contract for providing all requirements of their personnel including but not limited to their transportation to various places, en route boarding, lodging, medical attention etc. The

Authority shall have no liability or responsibility in this regard.

32

Layout plans and drawings of

1.Vijayawada 2. Gudivada

3.Machilipatnam

4. Guntur sites

33

34

PROPOSED PROJECTS IN THE SITE

INCLUDING THE AREA OF EXISTING GODOWN

35

PROPOSED PROJECTS IN THE SITE

EXCLUDING THE AREA OF EXISTING GODOWN

36 35

37

Proposed Convention center/Kalaynamandapam at Gudivada

38

39

Proposed kalyanamandapam /Convention center at Machilipatnam

40

41

Proposed Automobile Ancillary Units at Guntur

42

Terms and Conditions

1. The accepted financial quote shall remain valid up to 60 days 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 select 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 purposed

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

43

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.

19. While submitting the Financial Proposal at the Bid stage, the Bidder shall ensure the

following

All the costs associated with the assignment shall be included in the Financial Proposal.

These shall normally cover remuneration for all the Personnel (Expatriate and Resident, in

the field, office, etc.), accommodation, air fare, equipment, printing of documents, etc. The

total amount indicated in the Financial Proposal shall be without any condition attached or

subject to any assumption, and shall be final and binding. In case any assumption or

condition is indicated in the Financial Proposal, it shall be considered non-responsive and

liable to be rejected.

20. The Consultant shall ensure at detailed design stage that the project is completed within

approved project cost and the actual quantities of works executed at site based on details /

drawings given by the Consultant, should not exceed by 3% (three percent) of the

quantities If cost given by him at preliminary project report stage on the basis of which the

project cost is approved by the AP Markfed. In case AP Markfed has to incur extra expenses

due to execution of extra quantities additional work to complete the project, the same shall

be recovered from the Consultant upto the extent of maximum 15% (fifteen percent) of total

consultancy fees. Further, no bonus shall be payable to the Consultant in case of saving in

executed quantities as compared to quantities given at pre award stage.

However the above guarantee by Consultant on quantity variation of 3% is on the

understanding that basic parameters as considered by Consultant during the preliminary

project report stage remain unchanged. In case there is a major change in basic parameters,

which could affect the quantities, the Consultant will revise the design and find ways and

means of completing the project within the cost as approved by the client at the sanction

stage. Final decision in this matter will be taken as per discussions between AP Markfed and

Consultant at that stage. Nothing extra shall be payable to the Consultant in this regard and same is deemed to be included within the fee agreed by Consultant in Price Bid.

44

Termination

The contract may be terminated at any time by AP Markfed upon one month’s notice in

writing being given to Consultant, if the Consultant’s work is not found to be satisfactory

according to the terms of the contract. In case the contract is terminated on account of

Consultant’s work not being satisfactory, AP Markfed will get the work done at the risk and

cost of the Consultant

Submittals

The Consultant shall supply free of charge to AP Markfed, the following documents:

Six numbers of copies of Detailed Project Report (DPR) and preliminary design &

drawings referred in NIT along with softcopy (editable format).

Six sets of complete detailed design calculations (structural and other services)

including supply of drawings incorporating subsequent modifications ,revision, if any

along with softcopy (editable format)

Six sets of each of all working drawings (Good for construction drawings) for

Architectural Structural, Public Health, Electrical, Mechanical, Fabrication, Erection

and all services and works (good for construction drawings) , based on the approved

drawings including supply of drawings incorporating modifications, revision, if any

along with softcopy(editable format).

Six sets of detailed estimates and rate analysis of all works along with soft copy

(editable format).

Six sets of approved BOQ, Technical specification and drawings along with soft copy

are to be submitted for floating tenders.

Adequate number of additional design, drawings and other documents needed for

proper execution of works along with Softcopy (editable format).

Six sets of completion drawings (as-built) and detailed documents along with Soft

copy (edible format)

Penalty

In case the Consultant fails to complete the work within the contract period or extended

period mentioned above owing to reasons attributable to Consultant, liquidated damages @

1% per week of the total order value subject to a maximum of 10% of the total fees payable

shall be levied on the Consultant. AP Markfed shall be entitled to deduct such damages from

the dues that may be payable to the Consultant.

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.

45

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.

3. 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.

46

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.

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

47

SECTION 5:

TECHINICAL QUALIFICATION WITH PROOF

Bidder must submit the Details of Previous executed Projects with the amount at the time of tender submission along with Proof (Work Orders for on going works, Completion certificates for completed works)

48

SECTION 6:

FORMAT FOR FINANCIAL PROPOSAL

Sl

No

DESCRIPTION OF WORK Amount ( INR) (in figs and

words)

1

. SELECTION OF PROJECT MANAGEMENT CONSULTANT (PMC) FOR DESIGN AND PREPARTION OF STRUCTURAL AND ARCHITECTURAL PLANS INTERIOR DESIGN, FAÇADE, CONCEPT PLANS CIVIL, ELECTRICAL, HVAC, COST ESTIMATE AND DETAILED DRAWINGS FOR THE PROPOSED CONSTRUCTION OF 1) MALL CUM MULTIPLEX AND CONVENTION CENTER ALONG WITH

EXTERNAL SERVICES TO BE DEVELOPED AT AP.MARKFED SITE AUTONAGAR VIJAYAWADA 2) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANDAPAM AT AP MARKFED SITE GUDIVADA 3) CONSTRUCTION OF CONVENTION CENTER/KALYANAMANADAPAM AT AP MARKFED SITE MACHILIPATNAM 4) CONSTRUCTION OF AUTOMOBILE ANCILLARY UNITS AUTONAGAR, AP MARKFED SITE GUNTUR.

(At least two Architectural design proposals for each site )

2 GST ( As Applicable)

3 TOTAL

49

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.

50

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:

51

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 preparation of feasibility reports ,architectural designs

and budgetary BOQ for AP Markfed land located at Autonagar Vijayawada 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 Selection of

Consultancy services preparation of feasibility reports ,architectural designs and budgetary BOQ for

AP Markfed land located at Autonagar Vijayawada 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.

52

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 I 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.

53

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)

54

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)

55

PROFORMA FOR BANK GURANTEE IN

LIEU OF EARNEST MONEY/SECURITY DEPOSIT

In consideration of Managing Director,AP Markfed. D.No.56- 2-11, 4 t h &5 t h f l oors AP Mark f ed Bui l d i ng ,API IC co lony road P hase I I I Jawahar Autonagar ,V ia jayawada A.P. -520007 (hereinafter called the A P M a r k f e d ) having agreed to accept bank Guarantee of Rs

................... in lieu of Earnest Money Deposit/ Security Deposit from

..................................................................... (hereinafter called the Supplier/ Contractor/Consultant, which expression shall include its heirs, successors and assignees) in respectoftheTender for

.................................................................................................................

We, ........................................ bank having its registered/head office at

................................... (hereinafter referred to as the Bank) do hereby agree and undertake to pay to AP Markfed without demur or protest an amount not exceeding Rs .............. on demand by AP Markfed.

We the above said Bank further agree and undertake to pay the said amount of Rs.......................... without any demur on demand within 48 hours. Any demand made on the Bank by AP Markfed shall be conclusive as regards the amount due and payable by the Bank under this guarantee.

We the above said Bank further agree that the guarantee herein contained shall be in full force and in effect until ............................................................... date ..............................

Unless a demand or claim under this guarantee is made on us in writing on or before

....................................... date ............................... , we shall be discharged from all

liabilities under this guarantee thereafter.

We, the above said Bank, further agree that AP Markfed shall have full liberty, without our consent and without affecting in any manner our obligation to verify, modify or delete any of the conditions.

We, the above said Bank, lastly undertake not to revoke this guarantee during its currency except with the prior consent of AP Markfed in writing.

Dated………………..…..this day of .......................... 200.

For and on behalf of the Bank

NOTE: on a Non-Judicial stamp paper of Rs. 100/- (Rupees One hundred only)

56