day to day tenders

22
S.no Name Last date 1 Maharashtra State Road Development Corporation Limited 23.10.2013 2 Hyderabad Metropolitan Development Authority 25-10-2013 at 15:00 Hr 3 Disaster Management And Mitigation Department 10/25/2013 4 Punjab State Power Corporation Limited 21-10-2013 at 11:00 Hrs 5 Ministry Of External Affairs 10/23/2013

Upload: varunsaykhedkar

Post on 30-May-2017

227 views

Category:

Documents


0 download

TRANSCRIPT

S.no Name Last date

1 Maharashtra State Road Development

Corporation Limited

23.10.2013

2 Hyderabad Metropolitan Development

Authority

25-10-2013 at

15:00 Hr

3 Disaster Management And Mitigation

Department

10/25/2013

4 Punjab State Power Corporation Limited 21-10-2013 at

11:00 Hrs

5 Ministry Of External Affairs 10/23/2013

6 Maharashtra State Warehousing Corporation 25.10.2013

7 Empanelement of consultants(PDCOR

LIMITED).

PDCOR Limited is a joint venture company

promoted by Government of Rajasthan &

Infrastructure Leasing & Financial Services

Limited (IL&FS) Group

October 31, 2013

11-Nov-13

8 JAMNAGAR MUNICIPAL CORPORATION 11/26/2013

9 KARNATAKA HEALTH SYSTEM DEVELOPMENT &

REFORM PROJECT (KHSDRP)

12/9/2013

10 MAHARASHTRA INDUSTRIAL DEVELOPMENT

CORPORATION

26/11/2013,

11 CITY AND INDUSTRIAL DEVELOPMENT

CORPORATION OF MAHARASHTRA LIMITED

(CIDCO)

23-Dec-13

12 Gujrat state financial corporation 3/6/2014

13 Department of Posts 3/7/2014

Product Details

Consultancy Services For Carrying Out Feasibility Studies Including

Necessary Ground Surveys, Cost Estimation, Financial Modeling &

Preparing Detail Feasibility Report For Providing Rail /Road Elevated

Connectivity From Thane To Kalyan And Beyond Along NH-3 On

DBFOT Basis

Consultancy Services for “Preparation of Feasibility Report on

Urban Center and Urban Node in HMA and Preparation

Development plans for selected Urban Center and Infrastructure

Development in Urban Node”.

Request for Expression of Consultancy Services for Financial

management Consultant in the Project Management Unit under the

Coastal Disaster risk Reduction Project Assisted by World Bank

Providing consultancy services on turnkey basis for works to be

covered under national electricity fund scheme – required to

prepare of detailed project reports in such as manner to that PSPCL

Request for Proposal for appointment of Consultant for Preparation

pf DPR for Kalewa-Yegyi section of the trailateral Highway

Providing Consultancy Services to MSWC for Forming joint Venture

with private parties to develop Warehouse Complex Comprising of

Soils, Rail Side warehouse, cold storage, warehouse, cleaning &

gardening yard, weightbridge etc.in W h Complex at Shirsuphal Tal

Baramati

Consultancy Services for formulation of Conceptual and detailed project

report, tender preparation and evaluation, survey , Proof checking, TPI

and day to day supervision etc of different water supply works of

Jamnagar Municipal Corporation

Expression of Interest for appointment of Technical support Agency for

Costing of Health Services and Determination of package prices of

hospitalization procedures

RFP for engaging agency for preparation of detailed project report

(DPR) and proposal under Electronics Manufacturing Clusters Scheme of

Deptt of Electronics and IT , GOI

RFP for Development, Operation and Management of Greenfield

General and Super Specialty Hospitals at Navi Mumbai, Maharashtra

Sale of NPA's to banks comprising of 60 accounts with outstanding

principal balance of 30 Crores

Provide comprehensive consultancy on parcel network optimization

project

Eligibilty Criteria

i) Firms Experience - The firm should be in consultancy services

for not less than 10 years.

ii) Experiences of carrying out one Feasibility Study / DPR / Proof

Checking of road project of 10 Kms with flyovers and ROB on the

road/elevated road.

iii) Joint Ventures not allowed.

The consultancy firms must meet all the following eligibility

criteria. In case, a consultancy firm does not meet all the criteria,

it can form a consortium of not more than two firms with one of

the firm as the “Lead member”. Consortium members shall be

jointly and severally responsible for satisfactory completion of the

project. The following criteria should be fulfilled by the firm Lead

Member / Consortium.

1. Average annual turnover of Rs. 50 Crores from the

consultancy services in the last 5 consecutive financial years

preceding the Proposal Due Date (PDD) as per the audited balance

sheets – By Lead Member.

2. Experience of Plan preparation of at least one integrated

township/ City Development Plan/ Master Plan in the last 7 years

preceding the PDD in India/World. By Lead Member.

3. Experience of designing of Urban Infrastructure of atleast one

Urban Node / Urban Centers/ Growth centers / TP Schemes /

Townships / TOD anywhere in India/World- By Lead F150Member

/ Consortium.

NA

The consultants should have experience in providing consultancy

to similar projects of services to the Govt, semi Govt, nigams or

reputed private construction fims.

The eligibility criteria for tendering by Consultant is as below:-

1) Bidder must have completed at least One similar business

planning, feasibility, restructuring and implementation

engagement preferably for government undertakings /

enterprises /Government Bodies/ Semi Government

Organizations in the preceding five years.

2) The bidder should have carried out strategy formulation &

advisory work in the following :-

sectors –Silos, logistics ICD/CFS, Freight Complex etc/ Industrial

parks & SEZs ,/ Ports & Railways in the last 5 years (at least 1

engagement)

3) Annual turnover of not less than Rs. 5 Crores in last three years

from consultancy services

NA

(a) Should be a registered entity under Trust Act/Society

Act/Company Act.

(b) Should have at least 5 years of experience in the relevant

field.(2008-09 to 2012-2013)

(c) Preference will be given to those agencies that have experience in

the field of Health care

economics and costing.

(d) Should have an annual turnover of Rs. 50 lakh per annum in any

one of the last three

years.(2010-11 to 2012-13).

4.1. Pre-requisite

The bidders should possess the requisite experience, resources and

capabilities in providing the services necessary to meet the

requirements, as described in the tender document. The Bid must be

complete in all respects and should cover the entire scope of work as

stipulated in the document.

Bidders not meeting the Eligibility Criteria will not be considered for

further evaluation.

4.2.Eligibility Criteria

a) The bidder should be a Company registered under the Companies

Act 1956 , not for profit company, Association of Electronics Mfg.

industries for the last 3 years as on 31 Mar- 2013

b) The bidder should have a minimum Net worth Rs. 1 cr as on

31March-2013. c) Bidder should have executed/executing projects

(at least two) of similar nature

To be considered as technically qualified, a Bidder shall fulfill the

following minimum eligibility criteria (the “Minimum Eligibility

Criteria”):

(a) Technical Capacity: A Bidder shall be required to demonstrate

technical capacity and experience (the “Technical Capacity”) for each

Project as set forth below:

i. Project New Panvel

a. The Eligible Project shall have not less than 75 (seventy five) beds at

a single location; and

b. The Eligible Project shall have been operated for at least 3 (three)

consecutive years in the last 5 (five) years with both medical and

surgical disciplines, including in-patient and out-patient care; and

Request for Proposal for Development of Greenfield General and

Super Specialty Hospitals at Navi Mumbai, Maharashtra on PPP Basis

c. The Eligible Project shall have at least any 5 (five) of the following

list of super specialties (the “Eligible Specialties for Project New

Panvel”):

i. Cardio thoracic and vascular surgery ii. Neurology iii. Neurosurgery

iv. Trauma care v. Nephrology vi. Urology vii. Gastroenterology –

clinical and surgical

ii. Project Kharghar and Project Ulwe

a. The Eligible Project shall have not less than 50 (fifty) beds at a single

location; and

b. The Eligible Project shall have been operated for at least 3 (three)

consecutive years in the last 5 (five) years with both medical and

surgical disciplines, including in-patient and out-patient care; and

c. The Eligible Project shall have at least any 5 (five) of the super

specialties (“Eligible Specialties for Project Kharghar and Project

Ulwe”):

i. Internal medicine ii. General surgery iii. Gynaecology and obstetrics

iv. Pediatrics v. Neonatology vi. Orthopedics vii. Cardiology viii. Cardio

thoracic and vascular surgery ix. Pulmonary medicine x. Neurology xi.

Neurosurgery xii. Trauma care xiii. Nephrology xiv. Urology xv.

Endocrinology xvi. ENT xvii. Ophthalmology xviii. Gastroenterology –

clinical and surgical

1)The asset is put up for sale on “as in where is basis

2)The bidders must submit their proposals in prescribed tender

form of the Corporation in a sealed envelope alongwith demand

draft as well as tender fee (non refundable) for respective amount

payable at Mumbai.

3)Proposal without Earnest Money Deposit (EMD) and Tender Fee

will not be entertained and such proposal/bid will be treated as

cancelled.

4) If bid is accepted the value of sale fixed by the Corporation is

required to be paid

by bidder within stipulated time limit allotted to them. If

purchaser does not male full amount within prescribed time limit

the Corporation reserves its right to forfeit EMD and down

payment / part payment, if any made by purchaser.

5)The purchaser has to execute documents as prescribed by the

Corporation at

their own cost within stipulated time limit and physical possession

of the assets

is also to be obtained within the given time limit.

6)Clearance of title of the assets can be checked from the

Revenue Department of

respective state government.

7)Dues payable to Municipal Corporation / Gram Panchayat or

any other Local

Authorities are to be paid by purchaser

8)Tender is to be submitted unconditionally, conditional tender is

unacceptable.

Area of Work

Consultancy services for carrying out feasibility studies including necessary ground

surveys, cost estimation, financial modeling & preparing detail feasibility report for

providing rail /road elevated connectivity from Thane to Kalyan and beyond along

NH-3 on DBFOT basis. MSRDC invites bidders to participate in the bidding process.

The individual bidder will be selected through a competitive bidding process.

Phase 1: Development strategy of Urban Node and Urban Centers.

Phase 2: Preparation of Detailed Action Plan for implementation for selected Urban

Node and Urban Centre.

A) To develop detailed development plan (Land use plan) for one (1) Urban center

and its infrastructure plan.

B) To develop an Infrastructure plan for Urban Node for which already

development plan available.

C)Detailed Project Report

D)The Detailed Action Plan Report

NA

The consultants are required to prepare DPRs in such a manner so that

PSPCL,aggregate technical and commercial losses and revenue gap on subsidies

received basis shall reduce and PSPCL shall gain max scores as per the criteria of

subsidies given in NEF guidelines and accordingly avail MAX subsidy in interest

against loan taken from different financial institution.

a) Preparation of Detailed Business Plan including detailed financial model for the

project covering various aspects of the project.

b) Evaluate the option of management contract with an existing company in the

business

c) Evaluation of possible project structuring options from MSWC point of view;

available for the project to enhance the viability of the project.

e)To suggest measures required to improve the financial/commercial viability of the

project;

f) Determination of Capital Structure of the project with optimum leveraging

g) Identifying the key revenue streams and forecast the potential of the revenue

streams for the proposed project.

h)To optimize the project structure under various implementation options;

i)To develop the business plan under the selected project structure,

j) Short Term ( 5 years ) business plans for Corporation,

k) Long Term business plans for Corporation,

l) Suggest structure of rates

1.from business point of view

2.likely per year increments & its effects

3.Probability of market growth etc

m) Submit actionable plan that can be implemented with immediate effect.

n) Submit the entire report of consultancy services in nutshell.

I. Market Demand Assessment studies

II. Preparation of Pre-Feasibility Study

III. Preparation of Detailed Feasibility Reports

IV. Preparation of Detailed Project Reports (DPR)

V. Topographic survey, Contour Plan, Geo-tech investigation and Field Investigation

VI. Environment Impact Assessment,

VII. Socio- Economic Surveys, Bio metric surveys, Stakeholder consultations

VIII. Detailed Design & Engineering Drawings (GFC), Specification, Bill of Quantities

and Block Cost Estimates for structural, architectural and other civil works etc

IX. Technical appraisal of DPR

X. Project Structuring, Financial Modeling, Implementation structure and PPP options

for PPP projects

XI. Preparation of Bid Documents & Bid process management including Technical and

financial evaluation

XII. Project implementation

XIII. GIS and Remote Sensing, & Surveys

XIV. Institutional Reforms & Capacity Building

XV. Legal Services w.r.t. project development, structuring etc.

NA

The scope of the services would include the following activities

(a) Collect utilization, costing and price data on commonly-utilized procedures covered by

the

scheme from a sample of public and private sector hospitals accredited by the scheme;

(b) Undertake a market study of hospital rates triangulated with analysis of any available

insurance claim and hospital billing data, for a sample of hospitals for the same set of

procedures

(c) Based on the above two analytical inputs, compile an analytical report estimating costs

of

services for the listed procedures, for the sampled public and private facilities.

(d) Document the data and the analytical study and suggest appropriateness of current

package

rates for the listed procedures and any suggested adjustments to the same, in a report

which

will be peer reviewed by at least three peer reviewers selected by the State Government.

(e) Contribute to dissemination of the survey, data analysis and findings by way of

presentation

and/or workshop as directed by the Trust

3.1 Scope of Work

i) Preparation of for setting up of Brownfield Electronics Manufacturing Clusters at the

following locations Aurangabad, Pune

& Navi Mumbai

ii) Assist the GoM in submission of the proposals for setting up the Electronic

Manufacturing Clusters in the state to the Department of Electronics & IT (DeitY).

Government of India under its Electronic Manufacturing Cluster EMC scheme.

3.2) Service Provider’s Key Responsibilities

a) To collect data of electronics manufacturing units in the area and interact with all the

stake holders

b)To prepare DPR with all relevant details and provide 5 copies each

c) To prepare proposal in the form required by Department of Electronics and IT, GoI

under Electronics Manufacturing cluster Scheme announced vide Notification dated 22

October,2012.

d) To Assist the GoM in submission of the proposals for setting up the Electronic

Manufacturing Clusters in the state to the Department of Electronics & IT (DeitY).

Government of India under its Electronic Manufacturing Cluster EMC scheme.

The scope of the Project (“Scope of the Project”) shall mean and include, during the Lease

Period:

2.1.1 design, construction, finance, operation and maintenance of the Hospital for

providing Health Care Services;

2.1.2 deployment of adequate number and mix of qualified clinical and non-clinical staff

for operation and management of the Hospital and providing Health Care Services;

2.1.3 providing Health Care Services to the Patients in accordance with the provisions of

this Agreement including reservation of Hospital Beds for Sponsored Patients set forth in

Article 3;

2.1.4 procure and/or provide any other required support services and/or facilities which

are incidental for the Project; and

2.1.5 performance and fulfilment of all the other obligations of the Operator in

accordance with the provisions of this Agreement and matters incidental thereto or

necessary for the performance of any or all of the obligations of the Operator under this

Agreement.

1)Sell side advisory to the company.

2)Setting the reserve price for the portfolio.

3)Preparation of the files.

4)Invite and coordinate with all the ARC's.

i.Urban Planning

ii.Township/Housing including green buildings

iii.Transportation, Roads and Highways

iv. Water & Waste water- water supply, water

recycling & reuse, sewerage, drainage etc.

v. Waste management-municipal solid waste,

hospital/hazardous/bio waste, e-waste,

industrial waste etc

vi.Renewable Energy

vii.Clean Development Mechanis

viii.Mining

ix. Agriculture and Agro Processing

x.Heritage & Tourism

xi.Social- Healthcare, Education & Medical

Education etc.

xii.E-Governance

xiii.Industrial Sector