DIRECTOR GENERAL PROJECT SEABIRD IHQ-MoD (NAVY) INVITES EXPRESSION OF INTEREST FOR

Similar documents
NCC Infrastructure Holdings Limited

KSBCL/SYS 2 020/ Date: 22/03/2014. Notice for Time Extension. Sub: Information Security Management System Implementation

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Guidelines to Consultant

WEBEL TECHNOLOGY LIMITED

CAR I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

The International Centre Goa Dr. E Borges Road, Dona Paula Goa Tel: Website:

International Management Institute (IMI), New Delhi B-10 Qutab Institutional Area, Tara Crescent, New Delhi NIT IMID/1 Of

Request for Expression of Interest

CONSULTANCY SERVICES FOR PREPARATION AND SUBMISSION OF REPORTS ON ERP FINANCE MODULE (CODE: MSTC-ERP-CP)

Expression of Interest (EoI) Notice

RFP for Export Reports generation and maintenance for India Brand Equity Foundation (IBEF)

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

Kenya Seed Company limited

ITEM RATE TENDER TENDER No. 14 / / ELDB

Solar Energy Corporation of India Limited New Delhi

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

EXPRESSION OF INTEREST

SURAT SMART CITY DEVELOPMENT LTD.

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

APPLICATION FORM FOR ENLISTMENT OF VENDORS

Design concept for Fairs and Exhibitions

Indian Highways Management Company Limited Expression of Interest

Insert in subject line: Proposal for Developing and Producing a Forest-PLUS Program Video

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

PREQUALIFICATION DOCUMENT

Jammu & Kashmir State Power Development Corporation Limited

INTERNATIONAL COMPETITIVE BIDDING

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

Food Safety and Standards Authority of India

terms of business Client Details Client name:... Billing name:... Address:... address:... NZBN/NZCN:... Contact name:... Phone number:...

Notice Inviting Expression of Interest (EOI) for Empanelment of Consultants for Engineering & Allied Services

NOTICE INVITING TENDERS FOR

RFP for Design, print and production of the Annual Report for India Brand Equity Foundation

Request for Proposals (RFP)

Department of Civil Engineering - CHENNAI

Client name:... Billing name:... Address:... address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):...

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

Subject: Appointment to the post of Mission Director of AUSC project on Contractual basis

UGC UKIERI Call for Research Proposals

Details of the tender and submission requirements could be obtained via our web-site at

CARIBBEAN DEVELOPMENT BANK GUIDELINES FOR THE SELECTION AND ENGAGEMENT OF CONSULTANTS BY RECIPIENTS OF CDB FINANCING

Response to queries on Pre-bid meeting held on Description of Clause No. Concern / Suggestion Query / Response Response Data Sheet 1.

SPICES BOARD (Ministry of Commerce & Industry, Govt of India) Palarivattom P.O, Cochin Kerala

Diu Smart City Limited (DSCL) REQUEST FOR PROPOSAL

RFP for Production of video films on India for India Brand Equity Foundation (IBEF)

Request for Empanelment (RFE) of. Facilitators

NATIONAL RESEARCH DEVELOPMENT CORPORATION TECHNO-COMMERCIAL SUPPORT FOR PROMISING INVENTIONS / INNOVATIONS GUIDELINES

RFP for Designing Branding Creatives for India s participation at MSV Brno as Partner Country for India Brand Equity Foundation

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

Modified Request for Proposal

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

Ref: AIDC/CC/KP/1/2506 Date: 18/07/2017. CORIGENDUM No. II

Client name:... Billing name:... Address:... address:... ABN/ACN:... Contact name:... Phone number:... Cost register (office use):...

(A Government of India Enterprise) MSTC LIMITED

OVERSEAS TERRITORIES AVIATION REQUIREMENTS (OTARs)

STANDARD REQUEST FOR QUOTATIONS (SRQ) (CONSULTANCY AND DESIGN)

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

Section 5: Technical Proposal- Standard Forms

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

RESPONSE TO QUERIES Request for Proposal for Empanelment of Consultants for Appraisal of Detailed Project Reports (DPRs) for Industrial Projects

NOTIFICATION RECRUITMENT FOR THE POST OF DIRECTOR (WORKS & INFRASTRUCTURE) (Advertisement No. 1/LMRC/HR/Appointment Dir (W&I)/2018 Dated

Recruitment Notification No. 01/2018. Name of Post Pay Scale/Grade No of Post

Empanelment of Consultancy Firms

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

SELECTION OF TRAINING INSTITUTES

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Empanelment of Event Management and Public Relations (PR) Organisations

APPLICATION FORM FOR PERMISSION FOR SETTING UP COMMUNITY RADIO STATION (Seven Copies to be submitted)

KENYA ROADS BOARD FOR FINANCIAL YEARS 2018/19 TO 2020/21. TENDER No. KRB/922/2018/2019 JULY 2018

Request for Proposals (RFP)

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

APPLICATION FORM FOR GRANT OF PERMISSION FOR SETTING UP COMMUNITY RADIO STATION (FM) (To be submitted in Quadruplicate)

REQUEST FOR PROPOSALS For Design Services for New Fire Station

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

DST UKIERI Call for Research Proposals

REQUEST FOR PROPOSAL (RFP) EMPANELMENT OF EXTERNAL TRAINING INSTITUTES FOR IMPARTING ONLINE PRE- RECRUITMENT TRAINING TO AGENTS.

Advertisement No. : 1/2013

Procurement of Consulting Services' Direct Purchase

The Kingdom of Thailand Ministry of Transport State Railway of Thailand INVITATION FOR

Establishment of Computer Labs in Government Girl s Institutions of Islamabad Capital Territory Phase 2

to up to 16:00 hrs up to 16:00 hrs. Downloading of the documents Last date of submission of the bid

CARIBBEAN DEVELOPMENT BANK PROCEDURES FOR THE SELECTION AND ENGAGEMENT OF CONSULTANTS BY RECIPIENTS OF CDB FINANCING

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Request for Proposal Hydraulic Rescue Tools. Date Issued: September 28 th, 2016

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

VICTORIAN INDUSTRY PARTICIPATION POLICY (VIPP) SUPPLIER GUIDELINES

Bank of Uganda REPUBLIC OF UGANDA ADDENDUM TO THE BIDDING DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A DISK TO

PRE-QUALIFICATION NOTICE FOR EMPANELMENT OF ARCHITECTS/CONSULTANTS

BHARAT ELECTRONICS LIMITED

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. TENDER DOCUMENT (Cost Rs. 1,000/- non refundable)

HONG KONG SCIENCE AND TECHNOLOGY PARKS CORPORATION

Policy Rules for the ORIO Grant Facility

Empanelment of Graphic Design House and Printing Agency

Transcription:

DIRECTOR GENERAL PROJECT SEABIRD IHQ-MoD (NAVY) INVITES EXPRESSION OF INTEREST FOR DESIGN CONSULTANT FOR DESIGN AND CONSTRUCTION SUPERVISION FOR DEVELOPMENT OF ARMAMENT STORAGE FACILITIES (DC NAD) FOR PROJECT SEABIRD PHASE IIA AT KARWAR Aug 2015

TABLE OF CONTENTS 1 Introduction 1 2 Purpose 1 3 Objective 2 4 Technical Details of the Project Phase IIA 2 4.1 Duration 2 4.2 Scope of Works 2 4.3 Coordination 3 4.4 Site Studies 4 5 Scope of the Consultancy being sought 4 6 Eligibility 4 7 Instructions to Consultants/Firms 5 8 EOI Submission Format 7 Appendix A- Envisaged Roles of Consultants 9 Appendix B- Indicative List of Key Personnel 12 FORMAT FOR EOI SUBMISSION General Particulars (Annexure-I) 14 Consultancy Undertaken (Annexure-II) 17 Financial Capacity (Annexure-III) 18 Key Personnel Particulars (Annexure-IV) 19

1 INTRODUCTION 1.1 In 1986, the Indian Navy planned to establish a major Naval Base at Karwar (Karnataka), about 120 km South of Goa on the West coast of India under Project Seabird. A Master Plan for the Project was prepared in 1990, to be executed in phases, for creation of infrastructure and facilities for the basing of ships/ submarines, with all associated operational/support facilities. Phase I of Project Seabird has been completed and a limited number of ships, for which basing facilities have been created, are already operating out of the Naval Base. The facilities at Naval Base, Karwar, will be constructed in accordance with the Detailed Project Report (DPR) prepared in 2010 and reviewed by the Project Management Consultant (PMC) in 2015. 1.2 Phase II A of the Project Seabird is planned to enable increased berthing for larger modern ships, submarines and aircrafts. Existing facilities at Karwar will require considerable augmentation for efficient basing, operations and maintenance support of the additional fleet assets. Logistics and family support infrastructure will also be augmented. 2 PURPOSE 2.1 Augmentation of the existing Naval Armament Depot (NAD), Missile Technical Position (MTP) and construction of additional facilities are an essential requirement of Project Seabird Phase IIA. Design for new facilities and additions to the existing facilities will have to comply with standards laid down in Storage and Transport of Explosive Committee (STEC) regulations, Naval Magazine and Explosive Regulations (NMER) and Centre for Fire Environment and Explosive Safety (CFEES) guidelines. 2.2 Accordingly, the purpose of this (EOI) is to enable shortlisting of competent and capable design consultants with proven track record, who could be appointed as a Design Consultant for Armament Storage Facilities (DC- NAD) required to be constructed in Phase IIA of Project Seabird. 2.3 A detailed Request for Proposal (RFP) will be subsequently issued to the shortlisted firms and proposals evaluated in accordance with Government of India guidelines for the selection and appointment of DC-NAD. 3 OBJECTIVE 3.1 Naval Armament Depot (NAD) is a facility for storage, preparation and maintenance of various types of armament/ explosives. NAD was constructed at Site E Page: 2 of 19

as part of the Project Seabird Phase I. NAD needs to be suitably augmented to cater to the increased ammunition requirements for a large Naval fleet based at Karwar and aviation needs related to air operations based at the nearby Naval Air Station (NAS). All services including, but not limited to, power supply, water distribution system, firefighting, storage capacity, IT & security networks are required to be provided at Site E for the augmented NAD, MTP and NAI facilities. 3.2 Missile Technical Position (MTP) is a specialized technical facility intended for the storage, preparation, maintenance and upkeep of Surface to Surface Missiles (SSMs) and Surface to Air Missiles (SAMs). Limited facilities at MTP were constructed at Site E, as part of the Project Seabird Phase I. MTP needs to be augmented to meet the requirements associated with the missile weaponry of newer ships, submarines and aircrafts planned to be based at Karwar. 3.3 Naval Armament Inspectorate (NAI) consists of administrative and technical facilities and a Rocket Motor Static Firing Facility (RMSFF). The NAI is required to be constructed in Phase IIA at Site E, in close proximity to the existing NAD and MTP facilities. 3.4 Common Facilities Area (CFA) at Site- E was developed as part of Project Seabird Phase I, for supporting the non-explosive functions of NAD, MTP and NAI at one common location. The same is required to be augmented during Phase IIA of the Project. 4 TECHNICAL DETAILS OF THE PROJECT SEABIRD PHASE IIA 4.1 Duration 4.1.1 Additional Armament Storage Facilities under the Project Seabird Phase IIA are planned to be designed and constructed along with all other utilities and services, which are expected to be progressed simultaneously, to ensure the operational availability of all essential facilities at Site E in approximately five years including planning, design, tendering and construction period. Post completion of works there will be a two year Defect Liability Period (DLP). 4.2 Scope of Works 4.2.1 Augmentation of NAD to include the following facilities: (a) (b) (c) Additions to the Administrative and Technical Complexes. Construction of additional Laced Reinforced Concrete (LRC) traversed magazines Construction of workshops for ammunition, missiles, mines, torpedoes Page: 3 of 19

(d) (e) and Heavy, Light traversed and untraversed laboratories Allied workshops/ storehouses, static water tanks etc. Associated services, utilities, roads, perimeter wall, IT and Security facilities 4.2.2 Augmentation of MTP to include the following facilities: (a) (b) (c) (d) Additions to the Administrative and Training Facilities. Construction of Battery Shed, covered Special Vehicles garage and Effluent Treatment Plant. Associated services, utilities, roads, perimeter wall, IT and Security facilities Hard stand for missile handling, partially covered and lit for night operations 4.2.3 Construction of the NAI to include the following facilities: (a) (b) (c) Rocket Motor Static Firing and Test Facility (RMSFF) with associated control and monitoring facilities (widely spread) Administration and Technical Complexes. Workshops and Stores. 4.2.4 Augmentation of CFA to include the following facilities: (a) (b) (c) (d) (e) (f) (g) Additions to the existing Complexes at CFA. Amenities for officers and staff. Workshop and Stores of NAD. Modifications to the Fuel Dispensing area and Station. Construction of Administrative Building for NAI. Other infrastructure including services, boundary wall, watch towers, drainage, roads, culverts and flood mitigation measures at Site E. Construction of Technical complex comprising laboratories and associated offices 4.2.5 Construction of certain additional buildings, facilities, firefighting networks and other works defined by Project Management Consultant (PMC)/ Employer at Site E. 4.3 Coordination 4.3.1 The Project Seabird has hired a Project Management Consultant (PMC) for overall coordination of project activities under Phase IIA. All the designs proposed by the Design Consultant of individual work packages shall be reviewed by the PMC. 4.3.2 Separate Design Consultants (DC) will be appointed for undertaking detailed design of respective work packages of Phase IIA works at Naval Base Karwar. All packages will thereafter be tendered for construction. The Design Consultants shall be required to work under the review, monitoring and management of PMC, as Page: 4 of 19

mandated by the contract of the PMC, in the selection of the contractors and contract management of the construction work, for which they have undertaken the detailed design. The Design Consultants will also be responsible for the contract management, day-to-day supervision, administration and monitoring of their respective work packages during the construction phase. 4.4 Site Studies 4.4.1 Site topographic, Land survey, Geo-tech investigations, weather related information and other studies available with the Employer shall be made available to the selected DC-NAD. 5 SCOPE OF THE CONSULTANCY BEING SOUGHT 5.1 It is envisaged to appoint a Design Consultant (DC-NAD) for the development of Armament Storage Facilities as part of Phase IIA of the Project Seabird. The Consultant is expected to undertake detailed designs, tendering and selection of contractor(s), coordination and supervision of all works during the construction and DLP period, under the review, monitoring and management of PMC, as mandated by the contract of the PMC. 5.2 The envisaged roles of the DC-NAD are enumerated at Appendix A. 6 ELIGIBILITY 6.1 Minimum Eligibility Criteria. In order to qualify, the DC-NAD should satisfy the following minimum eligibility criteria and submit the supporting documentation. 6.2 Experience. The Design Consultant is required to possess necessary experience of having successfully completed similar work of designing armament and/ or ordnance storage facilities. The consultant must have undertaken the following tasks during the last Seven (07) years: At least one task entailing armament/ ordnance storage facilities involving design, construction and project management of similar work listed in Paragraph 4.2 above with a minimum project cost of INR 140 Cr. Within monetary value of the Project consultancy fee as mentioned below: Three similar design consultancy contracts with consultancy fee not less than INR 6 Cr (or equivalent in foreign currency), OR Page: 5 of 19

Two similar design consultancy contracts with consultancy fee not less than INR 7 Cr (or equivalent in foreign currency), OR One similar design consultancy contract with consultancy fee not less than INR 11.5 Cr (or equivalent in foreign currency) 6.3 Financial Strength. The Consultant shall have an average annual turnover of INR 4.5 Crores (or equivalent in foreign currency) in consultancy assignments during the preceding three years, ending 31 Mar 2015. 6.4 Available Expertise. An indicative list of personnel expected to be employed on the Project for varying durations is placed at Appendix B. The Consultant should have all key personnel listed at Appendix B, on their regular employee roll. 7 INSTRUCTIONS TO CONSULTANTS/FIRMS 7.1 Applicants meeting the eligibility criteria may submit their with relevant details, as per the formats at Annexures I to IV, along with a covering letter on their official letter-head duly signed by their authorized representative. 7.2 There is no registration fee payable at the time of submitting the EOI. 7.3 Applicants shall submit the in a sealed envelope marked DC-NAD, Project Seabird Phase II A to DG Project Seabird, West Block-5, RK Puram, New Delhi-110066 as per the schedule mentioned in Clause 7.10 along with all supporting documents in both hard and soft copies (03 hard copies and 01 soft copy in a CD). Submissions received after the due date and time will not be considered. Incomplete submissions will also not be considered. The total number of Pages to be submitted with the proposal shall not exceed 150 pages of A4 size paper (using Arial font of 10 pt, line spacing=1.15 pt, Paragraph Spacing 6 pt., Margins Top-2.5 cm, Bottom 2.5 cm, Left 3.0 cm and Right 2.0 cm). Only the relevant information should be provided by the applicants. 7.4 EOI documents submitted through e-mail or fax shall only be considered as advance informal information, Inked-signed documents are required to be physically submitted by the due date and time as at Para 7.10 for final evaluation/ short- listing. 7.5 DG, Project Seabird reserves the right to accept or reject any of the EOI without assigning any reason anytime or incurring any liabilities towards the firms. Submission of the EOI shall not automatically make the applicant eligible to receive the Request for Proposal. Page: 6 of 19

7.6 DG Project Seabird will treat the completed EOI forms as confidential Material submitted by the firms will not be returned whether the interested party s Application is successful or not. 7.7 Successful short-listed firms will be subjected to security clearance by the Government of India for eligibility to participate in the subsequent bidding process. 7.8. Conflict of Interest 7.8.1 Employer requires that selected Consultant provide professional, objective, and impartial advice and at all times hold the Employer's interests paramount, strictly avoid conflicts with other assignment/ jobs or their own corporate interests and act without any consideration for future work. 7.8.2 Without limitation on the generality of the foregoing, Consultants, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below:- Conflicting Activities: (i) A firm that has been engaged by the Employer to provide goods, works or assignment/job other than consulting assignment/job for a project, and any of its affiliates, shall be disqualified from providing consulting assignment/job related to those goods, works or assignment/ job. Conversely, a firm hired to provide consulting assignment/ job for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or assignment/job other than consulting assignment/job resulting from or directly related to the firms consulting assignment/job for such preparation or implementation. For the purpose of this paragraph, assignment/ job other than consulting assignment/job are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery. Conflicting Relationships: (iii) A Consultant (including its Personnel and Sub- Consultants) that has a business of family relationship with a member of the Employer's staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment/job (ii) the selection process for such assignment/job or (iii) supervision of the Contract may not be awarded a Contract unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Employer throughout the selection process and the execution of the Contract. 7.8.3 Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their employer, or that may reasonably be perceived as having this effect. If the consultant fails to disclose said Page: 7 of 19

situations and if the Employer comes to know about any such situation at any time, it may lead to the disqualification of the consultant during bidding process or the termination of its Contract during execution of assignment. 7.8.4 No agency or current employees of the Employer shall work as Consultants under their own ministries, departments or agencies. 7.9 Further updates would be posted on website www.indiannavy.nic.in. For any clarifications firms may contact:- The Director General, Project Seabird West Block-5, RK Puram New Delhi-110066 Contact person: Cdr JS Rana, DGM (Ops) Tele- 011-26105539. 7.10 Wrong or misleading information will lead to disqualification. 7.11 Schedule of EOI Process (a) Invitation of EOI (Publishing in the Newspaper) 11 Aug 2015 (b) Last date of receiving queries 01 Sep 2015 (c) Pre EOI Submission Meeting 08 Sep 2015 (d) DGPSB response to Queries by 15 Sep 2015 (e) EOI Due Date (1500 Hrs) 29 Sep 2015 8 EOI SUBMISSION FORMAT 8.1 The required information is to be provided as per the following format given at Annexures-I to IV only: (a) General Particulars (Annexure-I) (b) Consultancy Undertaken (Annexure-II) (c) Financial Capacity (Annexure-III) (d) Key Personnel Particulars (Annexure-IV) Page: 8 of 19

Appendix A (Para 5.2 refers) ENVISAGED ROLES OF THE DESIGN CONSULTANT FOR ARMAMENT STORAGE FACILITIES (DC NAD) 1. The DC-NAD would be required to adequately apprise himself of the Project Seabird Master Plan, DPRs and other relevant documentation available with Project Seabird/ PMC including available study reports. 2. Conduct site reconnaissance and re-validation of existing studies already undertaken by the Employer as relevant and as needed for proper and thorough design and construction of NAD, MTP and NAI infrastructure. 3. Undertake all necessary investigations and surveys, to supplement existing available information in order to finalize the designs. These will be performed at the expense of the DC-NAD. 4. DC-NAD shall study, analyze, and prepare a comprehensive and feasible Sustainability and renewable energy Plan for in consonance with PMC s overall sustainability plan and recommend sustainability measures at master plan and individual building levels. 5. The DC-NAD shall develop a detailed Master Project schedule showing key elements of work and milestones using Primavera/ MS Project software format of latest version. The Master Project schedule will be submitted to the PMC/ Employer for review and consent. 6. The DC-NAD shall carefully and thoroughly study the Environmental Impact Assessment (EIA) report and conditions for environmental approval given by Ministry of Environment & Forest (MOEF). The DC-NAD shall ensure compliance of all the conditions of the EIA and ensure that all subordinate contractors adhere to the same. 7. The Consultant will be required to develop the Concept Design, Preliminary Design, Detailed Design, Specification and detailed Bill of Quantities for the construction of the armament storage facilities. The DC-NAD shall assemble a team to include all relevant designers for the detailed design of the facility. 8. Designs, drawings, calculation etc. prepared by DC-NAD shall be reviewed and approved by the Third Party Reviewer (TPR) prior to submission to the PMC/ Employer. The Third Party Reviewer shall be appointed by DC-NAD at no additional cost to the Employer. 9. The DC-NAD shall be responsible to procure all necessary work contractors, goods and services to complete the full scope of work and provide all facilities, fully Page: 9 of 19

operational, and within budget and schedule. 10. The DC-NAD shall be fully responsible for the efficient and effective construction of and all allied works and will take all necessary action to ensure the project is completed on schedule, within budget and meeting all Employer operational requirements while also ensuring a safe and healthy work place for all employees and personnel. Once the contract is awarded, the DC-NAD shall be designated as the Engineer and shall undertake day-to-day site supervision and contract administration under the cognizance of the PMC. 11. During the Construction supervision stage the DC- NAD shall process and certify monthly interim and final payment certificates of the Contractor. 12. The DC-NAD shall proactively and continuously monitor the progress of the various contractors performing work on site in accordance with the contract requirements and ensure work is executed in accordance with the applicable works contracts. 13. DC-NAD shall develop an effective and thorough review, validation, testing and acceptance plan/ procedure for all major or specialized equipment to be installed in support of, and during, construction so that all systems are properly tested and balanced prior to their installation and/or acceptance. 14. The DC-NAD shall monitor, report, control and manage the project cost (for works as a whole and sub-components also) during the construction phase and provide effective cost control throughout the delivery of the works. 15. The DC-NAD will interface with PMC, other consultants of Employer, survey/ investigation agencies, works contractors of other packages, and local bodies/ other government departments, on an as-needed basis, to ensure project execution is smooth, coordinated, and conducted in a collaborative manner. 16. The DC-NAD will be required to have suitable design staff available on call, if and when required during the site supervision/ contract administration stage so that design queries can be addressed quickly and any design-related proposals from Contractor can be efficiently handled, without delay. 17. The DC-NAD will be required to administer the construction contract and to carry out all the duties as the Employer s Representative including ensuring the Contractor meets all safety and quality requirements, issuing site instructions, managing progress of work, attending monthly coordination and problem resolution meetings (as required by the PMC) and advising the PMC in relation to requests for Extensions of Time (EOT), alterations/ additions/ variations to contracted works, financial claims and any other contract and/or execution issue. 18. The DC-NAD shall establish a thorough, comprehensive and effective Safety, Health and Environment (SHE) Plan which ensures worker safety and environmental protection. DC-NAD SHE plan shall be coordinated and integrated Page: 10 of 19

with the PMC Site Plan. Page: 11 of 19

Appendix B (Para 6.4 refers) INDICATIVE LIST OF KEY PERSONNEL Prospective design consulting firms shall provide details of the key personnel listed in the tables below. The list is indicative and additional details will be provided whilst tendering. Proposed designation of personnel for this consultancy should be clearly indicated in format placed at Annexure IV. Sl Discipline Qualification Total Experience (in Yrs.) A Chief Design Consultant Masters/Bachelor s Degree in Civil Engineering Minimum 20 years experience in technical planning/ design/ construction of armament storage facilities or similar works. B. Consultants Design Manager Bachelor s Degree in Civil Engineering 15 years experience in planning/ design/ construction of Armament Buildings or similar infrastructure projects C. Project Scheduler Bachelor s Degree in Engineering 10 years experience of which at least 5 years scheduling experience in similar or equivalent infrastructure projects. D. Quantity Surveyor Graduate in Quantity Surveying 10 years experience of which at least 03 years QS experience Bachelor s Degree in Engineering E. Manager- Contracts, documentation and Procurement Post Graduate or equivalent in Contract Management/ Business Administration / Related Discipline 10 years experience in Contract Management and Formulation of Project Documentation/ Tender Documentation, etc. Page: 12 of 19

F. Cost Manager Graduate in Engineering/ Quantity Surveying/ Cost Control 10 years experience of which at least 05 years cost management experience in relevant large projects G. Safety and Environment Specialist Graduate in Engineering 10 years experience in safety/ environment engineering in similar or equivalent project. Note: In case of foreign nationals, equivalent qualification shall be considered. Page: 13 of 19

Annexure-I {Para 8.1 (a) refers} 1 Title of Consultancy GENERAL PARTICULARS Design and Construction supervision for development of Armament Storage Facilities (DC- NAD) 2 Title of Project Armament Storage Facilities 3 Name of Company 4 Technical status (Pvt Co., Pvt Ltd Co., Jt venture, Public Sector etc.) 5 Country of incorporation 6 Registered address 7 Year of incorporation 8 Year of commencement of business 9 Principal place of business 10 Brief description of the Company & its main business Particulars of Chief Executive Officer (a) Name (b) Designation 11 (c) Address (d) Telephone No. (e) E-mail I.D. (f) Fax No. (g) Mobile No. Particulars of Authorised Signatory for the Applicant (a) Name 12 (b) Designation (c) Address (d) Telephone No. (e) E-mail I.D. Page: 14 of 19

(f) Fax No. (g) Mobile No. In case of foreign Co. 13 (a) Is there a business presence in India? If so, provide the office address (es) in India. Yes/ No 14 15 16 17 18 19 Clearance from Govt. of India for (b) undertaking Defence Projects Has the applicant been penalized by any organization for poor quality of work in the last ten years? Has the Applicant ever failed, in last ten years, to complete any work awarded to them? Has the Applicant been blacklisted by any Govt. Department/ PSU in the last ten years? Has the Applicant suffered bankruptcy / insolvency in the last ten years? Does the Applicant s Co. function as a contractor and/ or a manufacturer in addition to consultancy? Does the Applicant intend to temporarily hire personnel from contractors, manufacturers or suppliers for advisory services? Details of Ongoing Consultancy Yes/ No Yes/No Yes/ No Yes/ No Yes/ No Yes/ No Yes/ No Explanation (a) Name of Project & Location` 20 (b) Scope of Project (Incl. highlights) (c) Estimated & Final cost of project (d) Client s name, Address, Tele No. Fax No. & E-mail ID Page: 15 of 19

(e) (f) (g) (h) Consultancy & Services provided by applicant Value of consultancy Key personnel involved in consultancy (their names, qualifications & experience). Start date and likely end date of consultancy Note: In case the answer to Sl. 14-19 is Yes, please provide brief explanation in the adjacent column. I, - do certify that the above details are correct and incorrect/ suppression of information by me at any stage would disqualify my bid/ tender. Date: Signature Name Seal Designation Page: 16 of 19

Annexure-II {Para 8.1(b) refers} CONSULTANCY UNDERTAKEN 1 Name of Applicant 2 Name of Project &Location 3 4 5 6 Scope of Project (Indicated works related to magazines, armament storage facility, etc.) Estimated & Final cost of Project Client s name, Address, Tele No. Fax No. & E-mail ID Consultancy & Services provided by applicant (Indicate type of consultancy provided by firm like master planning, designing, contract formulation, contract/construction supervision etc. in respect of works at Sl. No. 3 above). 7 Value of consultancy 8 9 Note: Key personnel involved in Consultancy (their names, qualifications & experience). Start date and end date of Consultancy (1) Use separate sheet for each eligible project. (2) Attach additional pages for scope of project/ consultancy provided with necessary documentary evidence (completion certificates). Page: 17 of 19

Date: Seal Signature Name Designation Page: 17 of 19

Annexure-III {Para 8.1(c) refers} FINANCIAL CAPACITY Sl Financial Year Annual Turnover for (or similar works) Consultancy(Rs in Millions) 1 2014-15 2 2013-14 3 2012-13 Certificate of Auditor (National and International Auditors in case of foreign firms) This is to certify that (Name and address of the applicant) has an annual turnover as indicated at column 2 above for the three preceding financial years ending 31 March. Date Seal Signature Name Designation Name & Address (Auditing Agency) Tel No- Page: 18 of 19

Annexure-IV {Para 8.1(d) refers} KEY PERSONNEL PARTICULARS 1 Name 2 Nationality 3 Designation 4 Date of Birth 5 Years of service in present Organisation 6 Qualifications 7 8 9 10 Educational Qualifications (Degree, Diploma etc.) Total experience with employment dates (Mention tenures abroad) Academic & professional affiliations Languages known (written/ oral) Note: Use separate sheet for each category of Key Personnel. Date Signature Name Designation (Individual s) Seal Page: 19 of 19