Bhopal, Dated January 22, ADDENDUM No. 1

Similar documents
Madhya Pradesh Public Health Workforce

Skilled-Birth Attendant(SBA) Training Program :Need of Restructuring and Strengthening to reduce IMR & MMR

Request for Proposal. For. Selection of Architectural Consultants. For IT CAPACITY BUILDING & TRAINING CENTRES. Madhya Pradesh

स म प ल ट क नक स थ ओ म व श ह त स भ वत स थ व र एव चव र स ट क स य. S. No. Institute Name Branch Seats Remark. Government Institutions

National Mission for Clean Ganga (NMCG) Ministry of Water Resources, River Development & Ganga Rejuvenation

Directorate, Urban Administration and Development. Government of Madhya Pradesh. Madhya Pradesh Urban Infrastructure Investment Programme (MPUIIP)

SURAT SMART CITY DEVELOPMENT LTD.

Reply of Prebid queries (RFP for selection of integrated marketing communication agency for promotion branding of Assam Tourism in India Overseas)

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

State / UT wise List of Doctors / Institutions, authorised to issue Compulsory Health Certificate (for Shri Amarnathji Yatra 2014)

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

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

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

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

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

WEBEL TECHNOLOGY LIMITED

Food Safety and Standards Authority of India

M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking) Tender No: MPSEDC/TRIBAL/VC/DCGM/2018/374 Dated

CLARIFICATIONS ON ISSUES RAISED BY BIDDERS ON RFP FOR DESIGN AND DELEOPMENT OF A WEB-BASED ROAD MANAGEMENT SYSTEM

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

Empanelment of Consultancy Firms

IICA-Centre of Business Innovation REQUEST FOR PROPOSAL STUDY OF INCUBATION BY CORPORATE IN INDIA. Indian Institute of Corporate Affairs

PPT Presentation delivered on Pre-bid Conference II on RESCO tender for Rooftop Solar PV Projects in the State of Madhya Pradesh

Uttar Pradesh State Industrial Development Corporation

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

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

TENDER NOTICE FOR ENGAGEMENT OF REPUTED AGENCY FOR PROVIDING NURSING & PARAMEDICAL STAFF ON CONTRACT BASIS

Institute of Leadership Development

LIFE INSURANCE CORPORATION OF INDIA Divisional Office, 2 nd floor Jeevan Prakash Building, G.T.Road, Masoodabad, Aligarh

NOTICE INVITING TENDERS FOR

Appointment of Internal Auditor

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

ITEM RATE TENDER TENDER No. 14 / / ELDB

: 2018_AAI_9051_1) NOTICE INVITING

Latest Contact Details of JNV Mobile Fax No. Number (Gmail Account) Madhya Pradesh. STD Code.

Contact / Name of the Principal / District of JNV. Latest Contact Details of JNV. Website of JNVs No.

AIRPORTS AUTHORITY OF INDIA. NIT No. : AAI/AT/AGM(EE)/e-NIT-07/ Dt. 14/09/2017 NOTICE INVITING e-tender (3 Covers Open Tender)

Department of Civil Engineering - CHENNAI

ALLOTMENT OF SPACE IN IT Parks INDORE, BHOPAL & JABALPUR ON RENTAL BASIS

LEGAL ADVISER FOR. Adarsh ITIs LEGAL ADVISER

Minutes of Preproposal Meeting held at Park Centre, Technopark on , 11:30 AM. Request for Proposal(RFP) No.KSITIL/A&PMC/RFP-001/17-18

INVITATION FOR SUBMISSION OF PROPOSALS FOR

Directorate of AYUSH Government of Chhattisgarh Old Nurses Hostel, Near D.K.S Bhawan, Old Mantralaya Parisar Raipur

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

NCC Infrastructure Holdings Limited

Request for Proposal. Selection of Soft Skill Training Firms for

VISAKHAPATNAM PORT TRUST VISAKHAPATNAM PORT TRUST. TENDER DOCUMENT AMENDMENT (One) SUBJECT :

Planning Commission ADDENDUM NO. 1 TO THE REQUEST FOR PROPOSAL (RFP) FOR APPOINTMENT OF TECHNICAL CONSULTANT. Government of India

Technology Business Incubator (TBI)

No.NRED/BM.GEN-01/consultant NRE/ /1225 Issue date:

Organization Structure (Corporate Office & Field) July Madhya Pradesh Madhya Kshetra Vidyut Vitaran Company Limited, Bhopal

Indian Institute of Information Technology, Design and Manufacturing, Kurnool (IIITDM Kancheepuram Campus) Chennai Tender Document.

PREQUALIFICATION DOCUMENT

REQUEST FOR PROPOSAL OF EMPANELMENT & ANNUAL RATE CONTRACT OF SUPPLIERS FOR STATIONERY ITEMS

The Request for Proposal consists of the following documents, and should be read in conjunction with any Addenda issued:

Bangalore International Airport Limited INFORMATION DOCUMENT

Directorate, Medical Education and Research, Mumbai -1. EOI Notice

Selection of Creative Agency For Graphic Design and Art Work for Advertisement & Promotion

Inviting Expression of Interest

Empanelment of Graphic Design House and Printing Agency

Request for Proposal. For

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

Invitation of Proposals for Empanelment of Agency for 3 rd party Inspection

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

Empanelment of Event Management and Public Relations (PR) Organisations

Modified Request for Proposal

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

PIMPRI CHINCHWAD SMART CITY LIMITED

West Bengal State University

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

Tender Notice For Search Engine Optimization of Website

Expression of Interest (EoI) Notice

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

INVITATION FOR EXPRESSION OF INTEREST (EOI)

Faculty of Engineering and Technology Jadavpur University NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

APPLICATION FORM FOR ENLISTMENT OF VENDORS

SELECTION OF JOINT VENTURE PARTNER NAGAPATINAM DISTRICT REQUEST FOR PROPOSAL

2016 Park Assessment

ENLISTMENT OF CONTRACTORS FOR CIVIL, ELECTRICAL AND INTERIOR WORKS

For Information, Issuance and Submission of EOI, please contact as follows:

Request for Proposal (RFP) For. Selection of Vendor for Maintenance of Computer Systems under Annual Maintenance Contracts for Delhi and NCR Area

AIRPORTS AUTHORITY OF INDIA ENGINEERING WING(ELECTRICAL) SILCHAR AIRPORT

NOTICE FOR THE EXPRESSION OF INTEREST (EOI) : (REVISED)

AIRPORTS AUTHORITY OF INDIA DIRECTORATE OF ENGINEERING (CIVIL) JOLLY GRANT AIRPORT, DEHRADUN

Advertisement No.1/2017/Bio-incubator RECRUITMENT FOR ADMINISTRATIVE AND TECHNICAL POSITIONS FOR BIO-INCUBATOR

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

49469-IND: Mumbai Metro Rail Investment Project Indian Standard Time (IST)

Online tender for preparation of Coffee Table Book on turnkey basis.

No National Council of Educational Research & Training Sri Aurobindo Marg, New Delhi Tender Notice

a) For Electrical Safety Audit

SOFTWARE TECHNOLOGY PARKS OF INDIA

INVITING EXPRESSION OF INTEREST (EOI) FOR DEVELOPMENT OF INDUSTRIAL PARK / PROJECT AT Kiratpur (Jilwani), Dist.

Madhya Pradesh Biotechnology Council

NOTICE INVITING TENDER FOR ENERGY EFFICIENT LED STREET LIGHTING

Jharkhand Renewable Energy Development Agency (JREDA) Request For Proposal (RFP)

Product(s) Installed Capacity Existing Proposed Existing Proposed

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

SERVICE PROVIDERS TO CONDUCT HEALTH CAMPS PAN INDIA (Request for Proposal)

File No.APPCB/RFS/UH3/

TAMILNADU POLYMER INDUSTRIES PARK LIMITED. ( A Joint Venture of TIDCO & SIPCOT )

Transcription:

Bhopal, Dated January 22, 2016 ADDENDUM 1 This is with reference to the NIT 47, dated 30 th December, 2015 for Appointment of Consultant for Market Demand Assessment of expected Commercial Commodities Warehousing requirements of Industries with possible Augmentation/ Upgradation/ Development of Existing /New Warehouses in line of International Standards, a Pre-Bid meeting was held on 18 th January 2016 at the office of Chief Engineer, MPWLC, Gautam Nagar, Bhopal. The authority reply to the queries pertaining to this NIT is hereby attached as an Annexure-I. Chief Engineer

RESPONSE TO THE QUERY (NIT 47, dated 30.12.2015) Annexure - I Sr. 1. 2.2.2. D Conditions of Eligibility for Key Personnel Team Leader Educational Qualification: MBA/PGDM (Marketing & Finance) 2. 2.2.2. D Conditions of Eligibility for Key Personnel Marketing Expert Educational Qualification: MBA/PGDM (Marketing & Finance) 3. 2.2.2. D Conditions of Eligibility for Key Personnel Associate Marketing Expert Educational Qualification: MBA/PGDM (Marketing & Finance) 4. 2.2.2. D Conditions of Eligibility for Key Personnel Associate Marketing Expert Experience on Eligible Assignments: He Should have worked as a Team Leader or in similar capacity for 1 (one) Eligible Assignment. 5. 2.25 Substitution of Key Personnel: 2.25.2 As a condition to such substitution, a sum equal to 10% (ten per cent) of the Consultancy fee shall be deducted from the payments due to the Consultant. In the case of a second substitution hereunder, such deduction shall be 15% (fifteen percent) of the Consultancy Fee. Any further substitution may lead to disqualification of the Applicants or termination of the Agreement. We request you to modify the Educational Qualification requirement as under Educational Qualification: MBA/ PGDM (Marketing / Finance / Equivalent) We request you to modify the Educational Qualification requirement as under: Educational Qualification: MBA/ PGDM (Marketing / Finance / Equivalent) We request you to modify the Educational Qualification requirement as under: Educational Qualification: MBA/ PGDM (Marketing / Finance) Since it is unlikely for an expert with 5years experience to be a Team Leader on Eligible Assignments, we request you to modify this clause as under. Experience on Eligible Assignments: He Should have worked on at least 1 (one)eligible Assignment. Request you to delete the sentence from clause 2.25.2. Educational Qualification for Team Leader has been revised as follows: MBA/ PGDM (Marketing or Finance) Educational Qualification for Marketing Expert has been revised as follows: MBA/ PGDM (Marketing) Educational Qualification for Associate Marketing Expert has been revised as follows: MBA/ PGDM (Finance) Revised Conditions of Eligibility for Key Personnel Associate Marketing Expert Experience on Eligible Assignments: He Should have worked as an Associate Marketing Expert or in similar capacity for 1 (one) Eligible Assignment. Since the total duration of the assignment is 3 months and it requires a lot of coordination among Key personnel, therefore no change has been proposed in this clause.

6. 6. Deliverable schedule Inception Report Submission and Acceptance* of Draft market and demand assessment report Submission and Acceptance* of Final market and demand assessment report Timeline from the date of commencement Key Dates* 25 KD 1 75 KD 1+50 90 KD 2+15 * Excluding time taken by Authority. KD1shall be date of execution of Agreement between the Authority and Selected Consultant. We request you to modify this clause to Timeline from the date of commencement Key Dates* Inception Report 25 KD 1 Submission and 75 KD 1+50 Acceptance* of Draft market and demand assessment report Submission and Acceptance* of Final market and demand assessment report 90 KD 2+15 *Excluding time taken by Authority to a maximum of 2 (two) weeks from the date of submission of the report at each stage. KD1 shall be date of execution of Agreement between the Authority and Selected Consultant.

7. 7 Payment Schedule Sr. No Payment % of Consultancy Fees 1 Inception Report 15% 2 Submission and Acceptance* of Draft market and demand 60% 3 Submission and Acceptance* of Final market and demand 25% 8. 2.28 Inclusion of Contract/ Agreement as part of RFP. 9. 2.2.2A Technical Capacity- The Applicant shall also furnish completion certificate / Work order in case of completed/ ongoing Consultancy Assignment. We request you to modify the payment schedule as under: Sr. 1 Commissioning Fee (at the date of commencement) Payment % of Consultancy Fees 10% 2 Inception Report 15% 3 Submission and Acceptance* of Draft market and demand 50% Submission and Acceptance* of Final market and demand 25% We request the authority to kindly include the Agreement document as annexure to the RFP to get a better understanding of Agreement terms. Request you to modify the requirements as follows: The Applicant shall also furnish completion certificate or CA certified documents /Work order in case of completed/ ongoing Consultancy Assignment. Authority to Respond. Format of the same is attached as an Annexure-II 10. 1.8 Schedule of Selection Process We request the authority to extend the proposal due date (PDD) by one month from the day of issuing response to queries. Since the RFP demands many details of the company and key personnel along with a detailed Approach and Methodology, we request the authority to provide sufficient time for submitting arobust proposal. Revised Proposal Due date is: 10.02.2016 till 1500 Hrs

11. 1.1.2 12. 2.2.2 (A) Indore Indore, Alirajpur, Dhar, Khargone, Jhabua, Khandwa, Burhanpur, Barwani Ujjain Ujjain, Dewas, Ratlam, Shajapur, Agar Malwa, Neemuch Gwalior Gwalior, Shivpuri, Guna, Ashoknagar, Datia Chambal Morena, Sheopur, Bhind Rewa Rewa, Sidhi, Singruali, Satna Shandol Shandol, Anuppur, Umaria, Dindori Sagar Sagar, Damoh, Panna, Chhartarpur, Tikamgarh Bhopal Bhopal, Sehore, Raisen, Rajgarh, Vidisha Narmadapuram Hoshngabad, Harda, Betul Jabalpur Jabalpur, Katni, Narsinghpur, hindwara, Seoni, Mandla, Balaghat Technical Capacity: The Applicant shall have, over the past7(seven) years preceding the PDD, undertaken a minimum of 4 (four) Eligible Assignments as specified in 3.1.4. The Applicant shall also furnish Completion certificate / Work order in case of completed/ ongoing Consultancy Assignment Can M P Warehousing and Logistics Corporation provide details w.r.t. size and addresses of the warehousing facilities enlisted? This will enable the consultant to assess the cost likely to be incurred during the study primarily for market survey to each of the facilities and include the same in the financial proposals. Considering the scope of the work and to make the, we request that alongside of limitation on experience for past seven years, threshold to be added on value of the Consultancy Assignment. Condition on consultancy assignment with cost more than INR10 Lakhs needs to consider as eligible assignment. So the clause will read The Applicant shall have, over the past7 (seven) years preceding the PDD, undertaken a minimum of 4 (four) Eligible Assignments as specified in 3.1.4. The cost of such assignment should be more than INR 10 Lakhs. The Applicant shall also furnish Completion certificate / Work order in case of completed/ ongoing Consultancy Assignment. Location wise details are available at Regional offices of MPWLC as per the list attached at Annexure-III. Selected consultant shall be provided the contact details of all regional offices including officer in charge of respective regional office. HO, MPWLC will extend every possible support during the entire consultancy assignment to the selected consultant.

13. 2.2.2 (B) Financial Capacity: The Applicant shall have Annual Consultancy Fee of Rs. 10 (ten) crores per annum during each of the 3 (three) financial years preceding the Proposal Due Date 14. 2.20.1 Bid Security The Applicant shall furnish as part of its Proposal, a Bid security of Rs. 5,00,000/- (five lacs ) in the form of a Demand Draft issued by one of the Nationalized/ Scheduled Banks in India in favour of the M.P. Warehousing & Logistics Corporation payable at Bhopal (the "Bid Security"), returnable not later than 30 (thirty) days from PDD except in case of the two highest ranked Applicants as required in 2.24.1. 15. 3.1.3 Presentation- Presentation on proposed methodology & Work Plan and understanding of the TOR In order to make the bid more competitive, we propose that financial capacity for Applicant be raised to Rs. 100 (hundred) crores per annum during each of the 3 (three) financial years preceding the Proposal Due Date. We request that Bid security to be reduced to Bid security of Rs. 1,00,000/- (one lacs) from Bid security of Rs. 5,00,000/- (five lacs). As per our understanding the presentation does not form part of proposal submission. The bidders will be marked on this parameter, basis the presentation given on the scheduled date as communicated by Authority. Please confirm. The Applicant shall furnish as part of its Proposal, a Bid security of Rs. 3,00,000/- (three lacs ) in the form of a Demand Draft/BG/FD issued by one of the Nationalized/ Scheduled Banks in India in favour of the M.P. Warehousing & Logistics Corporation payable at Bhopal (the "Bid Security"), returnable not later than 30 (thirty) days from PDD except in case of the two highest ranked Applicants as required in 2.24.1. In case of BG the same shall be valid till 4 month from the Proposal Due Date (PDD) as specified in 1.8. Since 5 marks has been allocated for presentation, therefore copy of the presentation need not to be submitted along with the proposal. However Applicants shall be required to furnish 1 (one) colour & 4 (Black & White) hard copies of the presentation before commencement of the same along with 1(one) soft copy.

16. 7 Payment Schedule Sr. Payment % of Consultancy Fees 1 Inception Report 15% 2 Submission and Acceptance* of Draft market and demand 60% A significant cost will be incurred by the Consultant for market surveys to all the sites. In order to account for the mobilization cost, we request the payment schedule to be altered as below: Sr. Payment % of Consultancy Fees 1 Inception Report 40% 2 Submission and 35% 3 Submission and 25% Acceptance* of Draft Acceptance* of market and demand Final market and demand 3 Submission and 25% Acceptance* of Final market and demand 17. 2.2. Financial Capacity We request the Authority to kindly relax the turnover criteria average annual turnover for the last three financial years as Rs.5Cr.

18. 2.2.2.D Conditions of Eligibility for Key Personnel It is requested to the authority to kindly consider following Experience for Key Personnel Please refer point no. 1,2 & 3 for revised Eligibility for Key Personnel Key Personnel Team Leader Marketing Expert Min Qualification Experience 10 Years MBA /PGDBM/CA in Finance 10 Years MBA/ PGDBM in Marketing 19. Schedule1: TOR Schedule Associate Marketing Expert 5 Years MBA/ PGDBM in Marketing It is requested to the authority to kindly consider the followings Schedule for 20. 2.21.1 Bid Security Timeline from Key the date of Dates commencement * Inception Report 15 KD 1 Submission and Acceptance* of 75 KD 1+60 Draft market and demand assessment report Submission and Acceptance* of 90 KD 2+15 Final market and demand assessment report It is requested to the authority to kindly reconsider the Bid Security amount to Rs. 50,000/-. Please refer point 14

21. 2.20 22. 2.2.2 Bid Security According to the 2.20 Bid Security The Applicant shall furnish as part of its Proposal, a Bid security of Rs. 5,00,000/ (five lacs ) in the form of a Demand Draft issued by one of the Nationalized/ Scheduled Banks in India in favour of the M.P. Warehousing & Logistics Corporation payable at Bhopal. Conditions for Eligibility of Key Personnel As it is a 3 months study we request if the Bid Security (EMD) amount can be reduced to Rs. 1,00,000/- (One Lacs) and the form of submission can be modified to Demand Draft/Bank Guarantee/FD. Each of the Key Personnel should be MBA/PGDM in Marketing & Finance. We would request if the criteria can be modified to: Team Leader MBA/PGDM Marketing Expert MBA/PGDM (Marketing) or MBA/PGDM (General Management) Associate Marketing Expert - MBA/PGDM (Marketing) or MBA/PGDM (General Management) 23. 1 Schedule 1: Terms of Identification of locations / Connectivity / optimal route from existing warehouses to the Manufacturing, consumption or distribution point for major industry players. Please clarify whether separate reports for each location needs to be submitted or a single report would suffice Assessment of facilities required for Upgradation and Modification of existing warehouses of the Authority - Please clarify whether separate reports for each location needs to be submitted or a single report would suffice. Assessment of creating new Warehouses and distribution centres in the state based on the requirement of the different Industry players in state and India. Please clarify whether the assessment needs to be done on an overall basis i.e. total warehousing space requirement (sector-wise) or a more specific assessment needs to be done (location, specific warehousing capacity) Mode of Bid Security shall be Demand Draft/Bank Guarantee/FD. Please refer point no. 1,2& 3 for revised Eligibility for Key Personnel. A single report need to be submitted covering all locations,however Consultant shall be encouraged to prepare a region wise warehousing matrix which will include the details at each location also. A single report need to be submitted covering all locations, however Consultant shall be required to list down location wise the most optimal option of warehousing upgradation/ Modification/ Augmentation / creation requirements. Consultants shall be required to assess the Location wise, sector wise warehousing upgradation /Modification/ Augmentation / creation requirements.

24. Please share additional details about the present warehouses under MPWLC i.e. capacities and also in case any previous study has been undertaken by MPWLC or any other agency in this regard. 25. 2.2.2 B 2.2.3 B. Financial Capacity: The Applicant shall have Annual Consultancy Fee of Rs. 10 (ten) crores per annum during each of the 3 (three) financial years preceding the Proposal Due Date. 2.2.3 The applicant shall enclose with its Proposal, certificate(s) from its Statutory Auditors$ stating its total revenues from Consultancy fees during each of the past three financial years. In the event that the Applicant does not have a statutory Auditor, it shall provide the requisite certificate(s) from the firm of Chartered Accountants that ordinarily audits the annual accounts of the Applicant. In reference to the 2.2.2 (B) / 2.2.3 on Financial capacity of the Applicant, please advise if we can express the annual consultancy fees as > INR 10 crores instead of showing exact fees. As being a Bank, there is no provision of showing revenues from consultancy separately in financial accounts and the consultancy fees forms a part of non-fund based commission. 26. The number of stakeholder companies to be targeted as part of survey? 27. Whether physical travel to the offices of these companies is mandatory? Please refer point 11. The Applicant shall enclose with its Proposal, certificate(s) from its Statutory Auditors stating its total revenues from Consultancy fees during each of the past three financial years only. It is expected from the consultant to target at least 50 firms across India in different sectors to understand their warehousing requirements so that a proper location and commodities wise warehousing requirements can be ascertained. It is expected from the consultant to contact higher level of officials (MD, CEO, COO, VP) of all major players in different sector operating in Madhya Pradesh or has their branches in the state or willing to expand their business in the state. Consultants are required to furnish a list of Major players contacted during market assessment study with their contact details as a part of the report.

DRAFT AGREEMENT Annexure-II We hereby tender for the execution for the Madhya Pradesh Warehousing & Logistics Corporation, of the work specified in the underwritten Memorandum within the time specified in the underwritten memorandum within the time specified in such memorandum at approved Consultancy fees as per point 3 of the memorandum. DELIVERABLES Sr. MEMORANDUM 1. Name of Work :......... 2. Name of the firm :......... 3. Amount of consultancy : Rs.... (in word )... 4. Bid Security : Rs.... (in word )... 5. Percentage, if any, to be deducted from bills :...Income tax and other applicable taxes.... 6. Time allowed : As per deliverables schedule of RFP 7. Total Fees payable : Rs.... (in word )... 8. Payment Milestone and deliverables as per schedule given below : Timeline from the date of commencement 1 Inception Report 25 KD 1 2 Submission and Acceptance* of Draft market and demand 3 Submission and Acceptance* of Final market and demand Key Dates* 75 KD 1+50 90 KD 2+15

2 PAYMENT SCHEDULE Sr. Payment % of Consultancy Fees 1 Inception Report 15% 2 Submission and Acceptance* of Draft market and demand 3 Submission and Acceptance* of Final market and demand 60% 25% 9. as per RFP 10. Scope of Service As per RFP We hereby agree to abide by and fulfill all terms and provisions of the contract.. Bid Security amount Rs....Lakh, in form of D.D./BG..., Dated,... Bank submitted with our proposal shall be assumed as Performance Guarantee for undertaking the assignment. The full value of which is to be absolutely forfeited to the said Corporation if we fail to commence/complete the work specified in the above Memorandum. Such Performance Guarantee shall be refunded upon expiry of within 30 (thirty) days of completion and acceptance of Final report by Corporation. (Signature, Name and designation of the Applicant) Signature of Witness Dated : Name of Witness : Address of Witness : Occupation of the Witness : The above proposal is hereby accepted by committee on behalf of the Madhya Pradesh Warehousing & Logistics Corporation. Dated Signature of the Competent Authority

CONTACT DETAILS OF MPWLC REGIONAL OFFICES Annexure-III S. Name Designation Office Telephone no. Mobile 1. Shri O.P. Kushwaha Regional Manager, Bhopal 0755-2600061 9425026422 2. Shri Sunil Gorkhe Regional Manager, Narmadapuram 07574-257347 9425465595 3. Shri J.K. Pawar Regional Manager, Indore 0731-2411965 9893607266 4. Shri S.K. Purohit Regional Manager, Gwalior 0751-4076165 9893454030 5. Shri D.K. Jain Regional Manager, Jabalpur 0761-2641646 7225018800 6. Shri P.K. Gajbhiye Regional Manager, Sagar 07582-247721 9425391843 7. Shri B.L. Chauhan Regional Manager, Ujjain 0734-2563772 9425642075 8. Shri R.P. Verma Regional Manager, Rewa 07662-221677 9424811997