ADDENDUM. Sl.No. Page No / Clause. No. [Type text]

Similar documents
TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

ARULMIGU LAKSHMI NARASIMHA SWAMY THIRUKOIL, SHOLINGHUR, WALAJAH TALUK, VELLORE DISTRICT, TAMILNADU, INDIA

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

PEC University of Technology, Chandigarh

General Terms of Contract

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

GOVERNMENT OF TAMILNADU

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

Tender. for. Indian Institute of Technology Jodhpur

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

TENDER FOR GRADING / MARKING OF RED SANDERS CLOSING AT 15:00 HRS. IST ON

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

NLC TAMILNADU POWER LIMITED

The tender document may be download from the website,www,cdac.in/

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

MECON LIMITED A Government of India Enterprise

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

DISTRIBUTION OF ELECTRICITY

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Embassy of India Abidjan (Cote d'ivoire)

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Biotech Park, Lucknow

NOTICE INVITING TENDER (NIT)

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

UV-Visible Spectrophotometer

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Andhra Pradesh Drinking Water Supply Corporation Vasudha Complex, Saipuram Colony, Gollapudi, Vijayawada, Andhra Pradesh

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

NOTICE INVITING TENDER (e-tender)

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

ASSAM POLICE HEADQUARTERS ULUBARI, GUWAHATI. Corrigendum 1

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

OFFICE OF THE UNIVERSITY ENGINEER

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

Tender. for. Indian Institute of Technology Jodhpur

Tender no: SPMU/NRC/CLOTH ENVELOPE FOLDER/283/2016/6 Dated June 9, 2016 TENDER FOR SELECTION OF AGENCY FOR SUPPLY OF CLOTH ENVELOPE DOCUMENT

Tender. For. Scrub Stations

NOTICE INVITING TENDER (NIT)

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR

NOTICE INVITING TENDER

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Request for Quotation Document For Conducting Training on Complaint Resolution (Internal & External) Ref. No

TENDER NOTICE NO: 11 of of LTPS

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

REQUEST FOR PROPOSAL For Food Plaza for Leasing

Customs Brokers Licensing Regulations, 2013.

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

TAMILNADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

Vizhinjam International Seaport Limited (A fully owned Govt of Kerala Undertaking) Thiruvananthapuram -14 LEGAL ADVISER

Notice inviting e-bids for Printing and Supply of IEC Material

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Request for Qualification cum Request for Proposal (RFQ cum RFP) for

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

TENDER No: STPIC/Admin/G&P/010/ / 003 Date: 15/09/2009 BID DOCUMENT. Tender for Supply of Radio Modems

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

Government of Andhra Pradesh

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

HLL Biotech Limited (A Government of India Enterprise) (A Subsidiary of HLL Lifecare Limited)

Regional office, MMTC Limited, 4th floor, NIC Bldg, 8, India Exchange Place, Kolkata , Telephone No

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Tender. For. Human Skeleton

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Transcription:

Tamilnadu Polymer Industries Park Limited (TPIPL) 19-A, Rukmini Lakshmipathi Road, Egmore, Chennai 600 008, Tamil Nadu Tel: 91-44-28551192; 28554479/80/84; Fax: 91-44-28553729 Request for proposal (RFP) for Selection of Project Management Consultant for Implementation of Plastic Industries Park in Tiruvallur District, Tamil Nadu. - Request for Proposal Document (RFP) / 309/Plastic Park / 2017. ADDENDUM Sl. Page No / Clause 1. Request to specify the facilities to be The site personnel engaged by the provide by TPIPL to the site PMC will be provided with personnel. appropriate facilities by the EPC Contractors. TPIPL will only facilitate both the concerned EPC Contractors and the PMC in securing permissions if any required for providing facilities, by the EPC & PMC at the site. The PMC should work out of their own facilities during Stage I and site facilities will be provided by the EPC Contractors during Stage II. In any case, TPIPL will not be liable in any manner for the safety and security of the site personnel engaged by both the EPC Contractors and PMC. 1

Sl. Page No / Clause 2. RFP Page 40 Clause 7.0 Payment Terms 3. RFP Page 11 Clause 4.4 v. The proposed payment terms for the study are given below: Sl. Deliverable % to total work order value Stage-I Engineering Design and Bid Process 1. Inception Report 5% 2. Master Plan and Design Report along with Draft Tender Documents 15% 3. Submission of Final 15% Tender Documents 4. Submission of Bid 15% Evaluation Report & Recommendations Stage-II PMC Services 18 months 5. To be paid on monthly 50% basis for the entire duration of the project implementation period. CVs signed by the proposed key professional staff and the authorized representative submitting the proposal (Section- 4G). CVs with photographs and original signatures shall be considered for evaluation. No clarification shall be sought from the applicants. A firm attested Photo identity card should also be enclosed. Request to change Milestones for payment of consultancy charges for Design & PMC services as below: Sl. Deliverable % to total work order value Stage-I Engineering Design and Bid Process 1 Advance Payment 10% 2 Inception Report 5% 3 Master Plan and Design Report along with Draft Tender Documents 15% 4 Submission of final 15% Tender Documents 5 Submission of Bid 15% Evaluation Report & Recommendations Stage-II PMC Services 18 Months 6. To be paid on monthly 40% basis for the entire duration of the project implementation period Request to allow scan signature of relevant person and authorised person on CV. Clause 7.0 Payment Terms of RFP page 40 stays. Scanned Signature of the Key Professional staff will be accepted on the respective CVs provided the CVs contain original signature of the authorized representative. 2

Sl. Page No / Clause 4. RFP Page 39 Clause 6 Deliverables and Time Frame Sl. Deliverable Time frame (from the date of signing of agreement with TPIPL) Stage I Engineering Design and Bid Process 1. Inception Report Two weeks 2. Master Plan and Ten weeks Design Report along with Draft Tender documents 3. Submission of final Tender documents by Consultants 4. Submission of Bid Evaluation Report / Recommendations Twelve weeks Stage II PMC Services 18months 1. Monthly Progress Reports Twenty four weeks Request is that the consultant will propose 2 revisions of deliverables during project timeline. Any revisions in deliverables over above this will be mutually discussed and agreed between TPIPL & Consultant. Clause 6 Deliverables and Time Frame of RFP Page 39 stays. 5. RFP Page 33 Clause 4.10 Project Packaging and Procurement Plan Based on the project development plan envisaged by TPIPL, the Consultant will prepare a project packaging plan followed with a procurement plan. Request to elaborate consultants expected services on Project Packaging and Procurement Plan. The Consultant is expected to develop contract packages based on the implementation plan and the available cash flows. The identified packages have to be supported with procurement plan such as EPC, O&M, etc., compatible with overall project implementation schedule 3

Sl. Page No / Clause 6. Request to consider that the overall The maximum amount of liability of the consultant shall be subject to the maximum of 10% of the total consultancy contract value. aggregate liability and Indemnity of Consultant in any event shall not be more than the fee received by the Consultant till that date. 7. RFP Page 17 Clause 2.1 Last date for submission of proposals is 26 th September, 2017 (on or before 3.00 P.M.) Request to extend the bid submission date by one more week so as to enable to give the consultants sufficient time to prepare and submit the bids. The last date for submission of Bid is modified as 05.10.2017 ( on or before 3.00 P.M) and opening of Technical bids is modified as 05.10.2017 at 3.30 PM 8. Request to provide a brief summary on the project cost, source of funds, details of utilities etc., for the project. 9. RFP Page 19 Clause 3.5.4 of SI.3 Remaining marks will be assigned as below: Two additional marks will be given for the Key Personnel if they possess additional qualification and experience in their respective fields defined in Clause 3.3 of Section-2. This clause is not clear and therefore it needs to be modified appropriately. A copy of the Executive summary of the Detailed Project Report prepared by TPIPL is enclosed for reference. Please refer Attachment to Addendum. Clause 3.5.4 of SI.3 of Page 19 of RFP is modified as below: One additional mark will be given to each key personnel if they possess additional qualification in the relevant field. A maximum of two additional marks will be given to each Key Personnel for additional qualification irrespective of the number of additional qualification in the relevant field defined in Clause 3.3 of Section-2 of Page 8 &9 of the RFP. 4

Sl. Page No / Clause 10. Request to indicate whether the cost The cost assessment of the assessment of the respective EPC respective EPC Contracts should Contracts should be done by the be done by the Project Project Management Consultants. Management Consultants. 11. Request to clarify certification and verification of bills has to be done by the PMC. The certification and verification of bills of the EPC Contractors has to be done by the PMC. 12. Request for any additional studies other than indicated in the RFP needs to be done under unavoidable circumstances and which is agreed by the TPIPL then the extension of time should be granted to the PMC and the additional cost with respect to the additional study has to be borne by TPIPL other than the fees. 13. RFP Page 34 Clause 4.1.1 Documentation and assistance for clearances required The Consultant will support TPIPL and render all assistance in securing the following approvals for the successful implementation of the project. - Approval from Tamilnadu Pollution Control Board - Building height clearance from Airports Authority of India (AAI) Request to clarify whether the responsibility in getting the clearance mentioned in Clause 4.1.1 of RFP Page 34 required for the implementation of the project will be with PMC or EPC Contractor. If such an eventuality arises, it will be settled through mutual agreement. Clause 4.1.1 Documentation and assistance for clearances required in Page 34 stays. - Layout approval from Directorate of Town and Country Planning 5

Sl. Page No / Clause - Building plan and other approvals from the relevant authorities. - Approval for power and water supply and Sewerage disposal from concerned Authorities. - Approval from Fire and Explosives Department - Approval from the other relevant / Statutory Govt. Depts. / Agencies The consultant shall assist TPIPL by providing with required documentation for seeking the approvals from the concerned statutory bodies. 14. Request to clarify whether the successful PMC should have a fullfledged office at Chennai for carrying out works during Stage I. 15. Request to indicate when the Letter of Award will be issued. 16. RFP Page 7 Clause 3.1.1 Technical Eligibility The Consultant should have experience in the following assignments during the last ten years preceding 30th June, 2017. Eligible Assignments: For the purposes of satisfying the Conditions of Eligibility and for Bidder requests Client to kindly confirm that Oil Refinery Projects and Petrochemical Projects will be considered under the category Manufacturing Industrial Parks/ Manufacturing Industrial Estates. The successful PMC should have a full-fledged office at Chennai for carrying out works during Stage I. The bid validity period is 90 days, within which period Letter of Award is expected to be issued. Oil Refinery Projects and Petrochemical Projects will not be considered under the category Manufacturing Industrial Parks/ Manufacturing Industrial Estates. 6

Sl. Page No / Clause evaluating the Proposals under this RFP, below mentioned advisory/consultancy assignments shall be deemed as eligible assignment. (i) Experience in planning and design services for minimum three Manufacturing Industrial Parks/ Manufacturing Industrial Estates/ Manufacturing SEZs having a minimum extent of 250 Acres with a minimum project cost of INR 150 Crores each during the last ten years. (ii) Experience in providing Project Management Consultancy services for a minimum of three Area Development / Infrastructure Projects including Urban Infrastructure Projects with a minimum project cost of INR 150 Crores each during the last ten years. Out of the three projects, the consultant would have provided Project Management Consultancy services for atleast one Government / Government agencies project. For the purpose of satisfying the Conditions of Eligibility and for evaluating the Proposals under this 7

Sl. Page No / Clause RFP, Area Development Projects will include Manufacturing SEZs / Manufacturing Industrial Estates/ Manufacturing Industrial Parks, Infrastructure shall include roads, Sewerage system, Water distribution network, electricity distribution network and Construction of buildings. 17. General Request to share the tentative Project cost. 18. General Request to share the available data i.e. proposed units and Master Plan / Lay out Plan. 19. RFP Page 8 Clause 3.3 Availability of Key personnel Position Infrastructure Engineer (Roads and Drainage). Educational Qualifications with experience Master in Civil Engineering / Transportation Engineers with minimum 10 years experience. Request to amend the clause and read as under: Bachelor degree in Civil Engineering/ Transportation Engineering with minimum 10 year experience The estimated project cost is Rs.264.40 crores. TPIPL would share the available data with the successful bidder. However, Executive Summary of the DPR prepared by TPIPL will be enclosed as indicated in Reply/Clarifications SI.8. Master in Civil Engineering / Transportation Engineering with minimum 10 years experience only will be considered. 8

Sl. Page No / Clause 20. RFP Page 9 Clause 3.3 Availability of Key personnel - Electrical and HVAC engineer, 21. RFP Page 9 Clause 3.3 Availability of Key personnel - Procurement Expert 22. RFP Page 12 Clause 5.7 Performance Security Position Electrical and HVAC Engineer Educational Qualifications with experience Master in Electrical Engineering or equivalent with minimum 10 years experience. Position Procurement Expert Educational Qualifications with experience Master in Engineering / Planning/ Management Science with minimum 10 years experience. With in five working days of the date of the Letter of Award from TPIPL and prior to the execution of the agreement, the successful Bidder shall furnish to TIDCO a Performance Security in the form of an irrevocable Bank Guarantee from any Scheduled Bank in favour of Tamilnadu Polymer Industries Park Limited 13 enforceable in Chennai for an amount equivalent to Ten Percent of the Awarded Lumpsum Fees in the Format given Request to amend the clause and read as under: Bachelor Degree in Electrical Engineering or equivalent with minimum 10 year experience Request to amend the clause and read as under: Bachelor Degree in Engineering / Planning / Management / Science with minimum 10 years experience. Client is requested to please replace the words Ten in 1st line of clause no. 5.7 on page no 13 with the words five. Master in Electrical Engineering or equivalent with minimum 10 years experience only will be considered. Master in Engineering / Planning / Management Science with minimum 10 years experience will be considered. The word Ten is replaced instead of word Five in the first line and the word TPIPL is replaced instead of word TIDCO in the second line of Clause 5.7 of Page 12 of RFP. 9

Sl. Page No / Clause under Section 5 of RFP. Failure of the Successful bidder to lodge the required Bank Guarantee shall constitute sufficient grounds for the termination of the Award. The performance security shall remain in force until the satisfactory completion of the contract and will be discharged thereafter. The obtaining of such Guarantee (and the cost of Guarantee) shall be at the expense of the successful bidder. 23. New Clause Limitation of PMC s Liability: PMC's overall liability under this Contract for all guarantees or warranties of whatsoever nature, whether expressed or implied, and for all causes whatsoever, shall be limited to 5% of Consultancy Fee plus corrective services without any additional cost to Client for any faulty services arising due to reasons solely attributable to PMC, i.e. error or omission in the technical work/ services performed by PMC in respect of PMC s scope of services, provided that no such liability shall lie two months after the date of completion of PMC s services as defined under this Contract. Please refer to Reply/Clarifications provided in SI.6. 10

Sl. Page No / Clause 24. New Clause Consequential Damages: In no Not Accepted. case EIL shall be responsible for any penalty or consequential, direct or indirect losses and damages such as loss of use or revenue, products or profits 25. New Clause Suspension: In the event Client opts to suspend PMC s services for any reason other than defaults of PMC, PMC shall be compensated for the idling of manpower/resources for the period of suspension at PMC man-day rates in vogue. 26. New Clause Termination: Client may at any time terminate the contract by giving 30 days notice without assigning any reasons. In case of termination of the contract for any reason; EIL shall be compensated for the services performed upto the date of Termination. 27. New Clause Force Majeure: Any delay in or failure of performance by either party to this contract, shall not constitute default hereunder or give rise to any claims for damages/compensation against said party if and to the extent No compensation will be paid to any interim suspension with in the Contract period. The Termination Clause will be included in the Contract to be signed with the successful Bidder. The Force Majeure Clause will be included in the Contract to be signed with the successful Bidder. 11

Sl. Page No / Clause caused by matters beyond the control of said party, including, but not limited to, acts of God, general strikes or other concerned acts of workmen, lockouts, fires, floods, explosions, riots, war (declared or undeclared), rebellion, sabotage, extra ordinary severe weather and civil commotion. Both parties shall keep a record of circumstances referred to above which are responsible for causing delays in the execution of the services and shall give notice to the other party of any such cause as soon as it occurs. An event of Force Majeure where so ever it occurs, provided it affects either party in fulfilling its obligations under this contract, will justify the affected party s claim of Force Majeure. Should one or both the parties be prevented from fulfilling their contractual obligations by a state of Force Majeure lasting continuously for one month, the parties shall consult with each other regarding the future execution of the contract and if no satisfactory solution is arrived at between the parties within a period of two months, either party shall have the right to terminate this contract. 12

Sl. Page No / Clause 28. Arbitration: In the event of any The Arbitration Clause will be dispute or differences between the included in the Contract to be parties under this CONTRACT, which signed with the successful Bidder. cannot be amicably resolved shall be referred to a Sole Arbitrator to be mutually appointed by the Parties, in accordance with the provisions contained in Arbitration and Conciliation Act, 1996 and its amendments till date. The cost of Arbitration Proceedings shall be borne equally between the parties. The venue of arbitration shall be New Delhi. The services under this contract shall be continued during the arbitration proceedings, unless otherwise agreed in writing by parties or unless it is proved that the services cannot possibly be continued during the arbitration proceedings. 29. RFP Page 5 Clause 1.3 RFP Document fee The Request for Proposal (RFP) document is available on the website of TIDCO www.tidco.com from 18th August 2017 onwards. The RFP document is priced at Rs.25,000/- (Rupees Twenty Five thousand only) plus GST @ 18%. Bidders can purchase the RFP document at TPIPL Registered Request to reduce cost of RFP document fee to Rs.5,000/- as this is non-refundable. Clause 1.3 & 5.6 of RFP page 5 & 12 stays. 13

Sl. Page No / Clause RFP Page 12 Clause 5.6 office on payment of the document fee. Those Bidders who have chosen to download the RFP document from the website are required to submit a non-refundable fee of Rs.25,000 (Rupees Twenty five thousand only) plus GST @ 18%. towards the cost of bidding document through a crossed Demand Draft drawn on any scheduled bank in favour of Tamilnadu Polymer Industries Park Limited, payable at Chennai along with Technical proposal. Those proposals not accompanied by above fee will be treated as Non responsive and will be summarily to be rejected. RFP document can be obtained between 11:00 hrs and 17:00 hrs on all working days on payment of a fee of Rs. 25,000 (Rupees Twenty five thousand only) plus GST @ 18%. in the form of a crossed Demand Draft (DD) drawn on any Scheduled Bank in India in favour of Tamilnadu Polymer Industries Park Limited and payable at Chennai. 14

Sl. Page No / Clause 30. RFP Page 5 Clause 1.4 Bid Security A Bid Security for an amount of Rs. 5,00,000/- (Rupees Five Lakh only) in the form of a Demand draft / Bankers Cheque payable at Chennai drawn in favour of Tamilnadu Polymer Industries Park Limited. from any Scheduled bank shall be submitted along with the Original Proposals. Request to accept the Bid security in the form of Bank Guarantee. Clause 1.4 of RFP page 5 stays. 31. RFP Page 5 Clause 1.4 Bid Security Those proposals not accompanied by Bid Security will be treated as Non responsive and will be summarily rejected. Bid Security of the successful bidder will be returned upon receipt of the Performance Security. The Bid Security of the unsuccessful bidders will be returned within four weeks of completion of the selection process. TPIPL is entitled to cause forfeiture of the Bid Security if the Bidder revokes / withdraws the Bid during the period of its validity and / or fails to comply with the conditions of the Letter of Award. A Bid Security for an amount of Rs. 5,00,000/- (Rupees Five Lakh only) in the form of a Demand draft / Request to reduce the Bid security amount to Rs.1 lac. Clause 1.4 of RFP page 5 stays. 15

Sl. Page No / Clause 32. RFP Page 7 Clause 3.1.1(i) of Technical Eligibility Bankers Cheque payable at Chennai drawn in favour of Tamilnadu Polymer Industries Park Limited. from any Scheduled bank shall be submitted along with the Original Proposals. Those proposals not accompanied by Bid Security will be treated as Non responsive and will be summarily rejected. Bid Security of the successful bidder will be returned upon receipt of the Performance Security. The Bid Security of the unsuccessful bidders will be returned within four weeks of completion of the selection process. TPIPL is entitled to cause forfeiture of the Bid Security if the Bidder revokes / withdraws the Bid during the period of its validity and / or fails to comply with the conditions of the Letter of Award. The Consultant should have experience in the following assignments during the last ten years preceding 30th June, 2017. Eligible Assignments: For the purposes of satisfying the Conditions of Eligibility and for evaluating the Proposals under this Request to revise the technical eligibility criteria to enhance participation in bidding process. As per RFP Experience in planning and design Suggested Experience in planning and design Clause 3.1.1 (i) of Technical Eligibility of RFP page 7 stays. 16

Sl. Page No / Clause RFP, below mentioned advisory/consultancy assignments shall be deemed as eligible assignment. (i) Experience in planning and design services for minimum three Manufacturing Industrial Parks/ Manufacturing Industrial Estates/ Manufacturing SEZs having a minimum extent of 250 Acres with a minimum project cost of INR 150 Crores each during the last ten years. services for minimum three manufacturing industrial parks / Manufacturing SEZs having a minimum extent of 250 acres with a minimum project cost of INR 150 crores each during the last ten years. services for minimum three manufacturing industrial parks / Manufacturing Industrial Estates / Manufacturing SEZs having a minimum extent of 250 acres during the last fifteen years. 33. RFP Page 8 Clause 3.3 Availability of key personnel Position Team Leader Minimum Desired Experience Should have an overall experience in design and project management two area development projects (Manufacturing) having a minimum extent of 250 acres / Urban infrastructure projects in the capacity of Team Leader / Project Manager / Project Director We suggest to revise the experience of following expert. Position As per RFP Suggested Team leader Should have an overall Should have an overall experience in experience in design and design and project project management two area development projects (Manufacturing) management two area development projects (Manufacturing) having a minimum having a extent of 250 minimum extent acres / Urban of 250 acres / infrastructure Urban projects in the infrastructure The Minimum desired experience for Team leader in Clause 3.3 of the of RFP page 8 stays. 17

Sl. Page No / Clause capacity of Team leader / Project Manager / Project Director projects in the capacity of Team leader / Project Manager / Project Director out of two projects, one project should be industrial / SEZ project. 34. RFP Page 18 Clause 3.5.3 SI.1 a) of Evaluation Criteria Experience in planning and design services for minimum three Manufacturing Industrial Parks/ Industrial Estates/ SEZs having a minimum extent of 250 Acres with a minimum project cost of INR 150 Crores each during the last ten years. We suggest to revise the evaluation criteria to enhance participation in bidding process. As per RFP Experience in planning and design services for minimum three Manufacturing industrial parks / Manufacturing industrial Estates / Manufacturing SEZs having a minimum extent of 250 acres with a minimum project cost of INR 150 crores each during the last ten years. Suggested Experience in planning and design services for minimum three Manufacturing industrial parks / Manufacturing industrial Estates / Manufacturing SEZs having a minimum extent of 250 acres during the last fifteen years. Clause 3.5.3 Si.1a) of Evaluation Criteria of RFP page 18 stays. 18

Sl. Page No / Clause 35. Dispute settlement (Additional) - We request add the following clause in RFP document / consultancy contract : In case of dispute between the parties, if any. Both parties must have right to refer the dispute for Arbitration by appointing their respective arbitrator and the third arbitrator shall be chosen by the two arbitrators so appointed by the parties and shall act as Presiding Arbitrator. The arbitration proceedings shall be carried as per the provisions of the Arbitration and Conciliation Act, 1996. Please refer to the Reply/ Clarifications provided in SI.28 36. Governing Law & Jurisdiction (Additional) 37. Termination (Additional) - We request add the following clause in RFP document / Consultancy Contract. This contract shall be governed as per the Indian Laws and Courts of India. - There shall be at least 30 days written notice to be served by the either parties for terminating the contract. Further, Employer shall pay to the consultant its fees for the satisfactory services provided prior to the effective date of termination. The Contract will be governed by Indian laws. Please refer to the Reply/ Clarifications provided in SI.26 19

Sl. Page No / Clause 38. Liability of the Consultant (Additional) - We request add the following clause in RFP document / Consultancy Agreement, which is in line with the general bidding practices in India: Notwithstanding anything contained in this Contract, RFP or any other document, the maximum amount of aggregate liability and indemnity of Consultant in any event shall not be more than the fee received by the Consultant till that date. Please refer to Reply/Clarifications provided in SI.6. 39. Force Majeure Clause (Additional) - We request add the following clause in RFP document / consultancy contract : Force Majeure (a) For the purposes of this Contract, Force Majeure means an event which is beyond the reasonable control of a Party, is not foreseeable, is unavoidable and not brought about by or at the instance of the Party claiming to be affected by such events and which has caused the non-performance or delay in performance, and which makes a Party s performance of its obligations hereunder impossible or so impractical as reasonably to be considered impossible in the Please refer to the Reply/ Clarifications provided in SI.27. 20

Sl. Page No / Clause 40. RFP Page 17 Clause 2.1 Last date for submission of proposals 26 th September,2017 (on or before 3.00 P.M.) circumstances, and includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other extreme adverse weather conditions, strikes, lockouts or other industrial action (except where such strikes, lockouts or other industrial action are within the power of the Party invoking Force Majeure to prevent), confiscation or any other action by Government agencies. (b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional action of a Party or by or of such Party s Sub- Consultants or agents or employees, nor (ii) any event which a diligent Party could reasonably have been expected both to take into account at the time of the conclusion of this Contract, and avoid or overcome in the carrying out of its obligations hereunder. (c) Force Majeure shall not include insufficiency of funds or inability to make any payment required hereunder. Please provide atleast 15 days for preparation of proposal after issuing the clarification on pre-bid queries. Please refer to the Reply/ Clarifications provided in SI.7 21

Sl. Page No / Clause 41. RFP Page 7 Clause 3.1.1 Technical eligibility Experience in planning and design services for minimum three Manufacturing Industrial Parks / Manufacturing Industrial Estates / Manufacturing SEZs having a minimum extent of 250 acres with a minimum project cost of INR 150 crores each during the last ten years. We understand that manufacturing industrial parks / Manufacturing industrial estates / Manufacturing SEZs refers to industrial parks / estates / SEZs housing manufacturing industries. We request you to confirm / clarify the same. The Manufacturing industrial parks / Manufacturing industrial estates / Manufacturing SEZs refers to industrial parks / estates / SEZs in which the major area (atleast 80 %) should comprise of Manufacturing activities. It may also have Social and residential infrastructure but the majority of the area (atleast 80 %) should comprise Manufacturing industries. In the case of SEZs the area to be considered will be only the Processing Zone. 42. RFP Page 8 Clause 3.3 Availability of key personnel 43. RFP Page 8 Clause 3.3 Availability of key personnel Position Team Leader Educational Qualification Graduate in Civil Engineering with Post Graduate in Civil / Structural Engineering. Position Infrastructure Engineer (Roads and Drainage Educational Qualification Masters in Civil Engineering / Transportation Engineering. Based on our understanding deputing Master s degree professionals in all position will lead to high bid value. Moreover, the acceptance level for site deputation will be very invited. Hence, we request you to consider the qualification as Bachelor s degree in Architecture and confirm the same. As we mentioned above request you to consider the qualification as Bachelor s degree in Civil Engineering and confirm the same. Graduate in Civil Engineering with Post Graduate in Civil / Structural Engineering only will be considered. Masters in Civil Engineering / Transportation Engineering only will be considered. 22

Sl. Page No / Clause 44. RFP Page 9 Clause 3.3 Availability of key personnel 45. RFP Page 9 Clause 3.3 Availability of key personnel 46. RFP Page 9 Clause 3.3 Availability of key personnel 47. RFP Page 10 Clause 4.3 (v) of Technical Proposal Position Electrical and HVAC Engineer Educational Qualification Masters in Electrical Engineering or equivalent. Position Procurement Expert Educational Qualification Masters in Engineering / Planning / Management Service. Position Finance cum Accounts Professional Educational Qualification ICWA / MBA (Finance) / M.Com., with minimum 10 years of experience. Individual Experts / Retainer Consultants can be included as Key personnel with an undertaking from the Applicant. Only two positions shall be allowed to be fielded as Individual Experts / Retainer Consultants except Team Leader and Resident Project Engineer positions. As mentioned above, we request you to consider the qualification as Bachelor s degree in Electrical Engineering and confirm the same. As mentioned above, request you to consider the qualification as Bachelor s degree in Engineering and confirm the same. As mentioned above, we request you to consider the qualification as Chartered Accountant (CA) and confirm the same. We request you to consider minimum four (4) positions to be fielded as key personnel individual experts / retainer consultant except Team leader and Resident Project Engineer and confirm the same. Masters in Electrical Engineering or equivalent only will be considered. Masters in Engineering / Planning / Management Service only will be considered. The Educational Qualifications for Finance Cum Accounts Personnel in Clause 3.3 of RFP page 9 will include Chartered Accountant (CA) Clause 4.3 (v) of Technical Proposal of RFP Page 10 stays. 23

Sl. Page No / Clause 48. RFP Page 34 Clause 4.11 Terms of Reference Documentation and assistance for clearances required. The Consultant will support TPIPL and render all assistance in securing the following approvals for the successful implementation of the project. - Approval from Tamilnadu Pollution Control Board - Building height clearance from Airports Authority of India (AAI) - Layout approval from Directorate of Town and Country Planning - Building plan and other approvals from the relevant authorities - Approval for power and water supply and Sewerage disposal form concerned authorities - Approval from Fire and Explosives department - Approvals from the other relevant / Statutory Govt. Depts. / Agencies Most of the approvals are to be obtained by EPC contractor after carrying out the design detailed engineering by the EPC Contractor. It will be pertinent to include the activity of obtaining approval / clearance in the scope of EPC contractor. Consultant can assist for the correctness of the documentation prior to submission of relevant document to the authorities. We request you to confirm the same. Please refer to queries to Reply/Clarifications provided in SI.13. 24

Sl. Page No / Clause 49. RFP Page 36 Clause 5.3 Project Management Services including Construction Supervision The Consultant shall assist TPIPL by providing with required documentation for seeking the approvals from the concerned statutory bodies. The Consultant shall provide overall Project Management Services covering but not limited to the following: - Establish Project Management System and Procedures - Planning and Scheduling Control and monitoring - Cost Control - Change order Control Management - Project Documentation Control. During execution of the project, the consultant shall act as representatives of TPIPL for reviewing and monitoring the progress and quality of the construction / equipment of the project. The consultant shall be fully responsible for effective time and cost control of the project failing which he shall be liable for levy of penalty. We understand that this clause is applicable for the consultants those who are not having full-fledged regular office in Chennai. We have full-fledged regular office in Chennai and can reach to the site within an hour. We are planning to provide the necessary support and coordination between TPIPL and the EPC Contractor from our established office. We request you to confirm the same. Not Accepted. However, Please refer to Reply/Clarifications provided in SI.1 25

Sl. Page No / Clause 50. RFP Page 40 Clause 7.0 Payment Terms The Consultant shall provide all the approved Project personnel (team leader & his team), full-fledged office and administrative support at the Project site so as to coordinate the activities between TPIPL and the EPC Contractors and perform the roles. Sl. Deliverable % to total work order value Stage-I Engineering Design and Bid Process 1. Inception Report 5% 2. Master Plan and Design Report along with Draft Tender Documents 15% 3. Submission of Final 15% Tender Documents 4. Submission of Bid 15% Evaluation Report & Recommendations Stage-II PMC Services 18 months 5. To be paid on monthly 50% basis for the entire duration of the project implementation period. We understand that the project implementation shall be completed within 18 months. Kindly confirm, in case the project implementation is extended beyond 18 months for whatsoever reason, whether consultant will be compensated accordingly. Please refer to the Reply/ Clarifications provided in SI.12 26