Tender Document for Empanelment of professionalArchitect –cum - consultant
Municipal Corporation GurgaonInfocity, Sec 34, Gurgaon
ContentsIntroduction ......................................................................................................................3
Part 1 Tender Information..................................................................................................4
Section 1. : Instructions to the Applicants.........................................................................4
Section 2: Technical & Financial Proposal Format and Content :...........................................7
Section 3 : Eligibility Criteria:- ......................................................................................10
Section 4: Proposal Evaluation:-....................................................................................13
Section 5 : Availability of Professional staff/ experts :- .....................................................14
Section 6 : Conclusion of the Negotiations : ....................................................................15
Appendix - A ................................................................................................................16
Part 2: Technical Proposal - Standard Forms ......................................................................17
Form EMD...................................................................................................................18
Form Tech-1 : Technical Proposal Submission Form .........................................................19
Form Tech-2 Consultant’s Organization And Experience....................................................20
A-Consultant’s Organization .......................................................................................20
B - Consultant’s Experience .......................................................................................21
Form Tech-3 A: Team Composition And Task Assignments................................................28
Form Tech-3 B: Team Composition And Task Assignments (Proposed Key Personnel for MCGassignments) 29
Form Tech-4 Curriculum Vitae (CV) for Proposed Key Professional Staff for MCG Assignments..................................................................................................................................30
Form Tech 5: Details of Outstanding Projects ..................................................................31
Part 3 Financial Proposal- Standard Forms ........................................................................32
Form Fin-1 Financial Proposal Submission Form...............................................................33
Form Fin-2 Summary of Costs .......................................................................................34
Introduction
Municipal Corporation Gurgaon (MCG) has been constituted in 2011 and Gurgaon has
architecturally noteworthy buildings in a wide range of styles and from distinct time period.
Gurgaon's skyline with its many skyscrapers is nationally recognized, and the city has been home
to several tall buildings with modern planning.
The area is already experiencing a period of fast development. MCG regards this initiative of
empanelment of architects and consultants for various development projects in its jurisdiction as
an effort to facilitate vitality while retaining the character of the city. These activities might
include:
lake development and conservation,
landscape designing and architecture projects, developing social infrastructure like
community centers
libraries
neighborhood centers
primary schools
health centers
Housing for urban poor/ EWS housing etc.
MCG expects these projects to be designed in a public oriented manner whichcompletely depicts the architecture of Haryana.To materialize this vision MCG has decided to create a pool of reputed architectural firms byundertaking this exercise of empanelment.
Part 1 Tender Information
Section 1. : Instructions to the Applicants
1.1 Intending applicants are required to submit their bio-data giving details about their
organization, experience, technical personnel’s in their organization, spare capacity,
proven competence to handle major works, in house computer aided design facilities etc.
in the enclosed performa
1.2As the time is the essence of a contract, the ability and the competence of the applicant to
render required services in the specified time period will be a significant factor to decide
the selection of consultant-cum-architects for the empanelment.
1.3 The application shall be signed by the person/s on behalf of the organization having
necessary Authorization/ Power of Attorney to do so. Each page of the application shall be
signed by the authorized signatory. (copy of Power of Attorney / Authorization shall be
furnished along with the application)
1.4While filling up the application with regard to the list of works completed and or on hand,
applicants shall only include those works which individually cost as per pre qualification
criteria mentioned in the form.
1.5 The application shall have to engage the services of well qualified specialists ofconsultants pertaining to structural, electrical, sanitary, drainage, water supply,horticulture, landscaping
etc wherever necessary.
1.6 The team should have qualified professionals and technically sound people on board. It is
one of the very important selection criteria from their organization. Please mention it in
the given space for organization structure.
1.7Services to be rendered from the stage of conceptualization till commissioning of projectsby consultant/brief scope of the consultant cum architects is as under:
a.) To discuss the present requirements and prepare conceptual drawings andhave
consultations with the client department, making revisions till client approvesthe
design.
b.) To prepare base map based on contours of the area.
c.) To prepare preliminary estimates.
d.) To prepare detailed drawings for all the items and for all spaces involved in project.
e.) To prepare working drawings.
f.) To draw detailed estimates, specifications related to tender items etc.
g.) Periodic monitoring of quality and physical progress of work as per standards set by
government and reporting to MCG
h.) To help our organization for the procurement of the material and maintain the
time line 1.8 Applications containing false and / or incomplete information are liable for
rejection.
At any point of time before, during or after the development, designing,
implementation, execution, operation, monitoring phase of project If the client
finds out that any detail or information submitted by the consultant is false or
wrong then the Client would be discarded / disqualified from the panel and the
consultant would not be allowed to work further.
1.9 Selected architects shall require executing an agreement with MCG in the prescribed
Performa as in when directed to do so by MCG.
1.10 Conditional tenders would be rejected without giving any further clarifications.
1.11 The Authority / Chief Executive Authority, MCG shall have full powers to accept the
tender in total or in partial, or denial of tender without showing any reason.
1.12 Any matter / Question in regard to interpret any part or condition of the tender, OR any
matter regarding definition of any term/s of the tender, the Chief Executive Authority,
MCG shall be the sole and final Authority to do so and the bidder Agency is fully liable to
it.
1.13 The Tender form is available from office address of MCG during office hours between 4th
_________________________ by paying tender fees of Rs. 1000/-.
1.14 The Tender form can be downloaded from authority’s website : www.mcg.gov.in for
which tender fees shall be paid in form of separate DD payable in favour of “ Municipal
Corporation Gurgaon” along with submission of tender.
1.15 Last Date for Submission of Tender: _________________.
1.16 Tender Proposal along with the supporting documents should reach to MCG office in
sealed cover on or before last date of submission. Authority is not liable or responsible for
any postal delay. Application received after last date will be disqualified.
1.17 The prescribed tender form duly signed by Authorized signatory shall be returned to
Authority alongwith the tender proposal. Bidder should not modify, alter, change or delete
any part of the prescribed document even in case of grammatical or language errors. Any
clarification to tender document should be obtained from the designated officer of MCG
only.
I/We have read the various terms and conditions and the same are acceptable to me/us.
Place : Signature of the applicant with full address
Date:
Section 2: Technical & Financial Proposal Format and Content :
2.1 E.M.D. :
The Bidder (Consultant) shall pay Earnest Money Deposit of Rs. 10,000/- along with the
tender proposal in form of RTGS as per e-tender (www.mcg.gov.in) in Favour of “ Municipal
Corporation Gurgaon” payable at Gurgaon.
2.2Consultants are required to submit a Technical Proposal (TP), in the format of the Technical
Proposal. Submission of the wrong type of Technical Proposal will result in the Proposal
being deemed non- responsive. The Technical Proposal shall provide the information
indicated in the following paras from (a) to (m) using the attached Standard Forms (Part 2).
a) A brief description of the Consultants’ organization and an outline of recent
experience of the Consultants and, in the case of joint venture, for each partner, on
assignments of a similar nature is required in Form TECH-2 of Part 2. For each
assignment, the outline should indicate the names of Sub-Consultants/ Professional
staff who participated, duration of the assignment, contract amount, and
Consultant’s involvement. Information should be provided only for those assignments
for which the Consultant was legally contracted by the client as a corporation or as
one of the major firms within a joint venture. Assignments completed by individual
Professional staff working privately or through other consulting firms cannot be
claimed as the experience of the Consultant, or that of the Consultant’s associates,
but can be claimed by the Professional staff themselves in their CVs .Consultants
should be prepared to substantiate the claimed experience if so requested by the
Client.
b) In case of a joint venture application the lead consultant cannot form another jointventure with any other firm or an individual and submit another application.
c) Any joint venture partner firm cannot submit another application in individualcapacity.
d) The list of the proposed Professional staff team by area of expertise, the position thatwould be assigned to each staff team member, and their tasks (Form TECH-3 of Part2).
e) CVs of the Professional staff signed by the staff themselves or by theauthorized representative of the Professional Staff (Form TECH-4 of Part 2).
f) The Technical Proposal shall not include any financial information. A TechnicalProposal containing financial information may be declared non responsive.
g) The Financial Proposal shall be prepared using the attached Standard Forms (Part 3).
The financial proposal of the consultant should be based on lump sum % basis of the
total project cost..
h) The original proposal (Technical Proposal and Financial Proposal) shall contain no
interlineations or overwriting, except as necessary to correct errors made by the
Consultants themselves. The person who signed the proposal must initial such
corrections. Submission letters for both Technical and Financial Proposals should
respectively be in the format of TECH-1 of Part 2 and FIN-1 of Part 3.
i) An authorized representative of the Consultants shall initial all pages of the original
Technical and Financial Proposals. The authorization shall be in the form of a written
power of attorney accompanying the Proposal or in any other form demonstrating
that the representative has been dully authorized to sign. The signed technical and
financial
Proposals shall be marked “ORIGINAL”.
j) The original and One copy with soft copy of the Technical Proposal shall be placed in
a sealed envelope clearly marked “TECHNICAL PROPOSAL”. The Financial Proposal
shall be placed in a separate sealed envelope and clearly marked “FINANCIAL
PROPOSAL”. The envelopes containing Technical and financial proposal shall be
placed into an outer envelope and sealed. This outer envelope shall bear the
submission address, reference number and be clearly marked “DO NOT OPEN,
EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED, BEFORE [time and date
of the submission deadline indicated in the Advertisement]. The Client shall not be
responsible for misplacement, losing or premature opening if the outer envelope is
not sealed and/or marked as stipulated. This circumstance may be case for Proposal
rejection
k) The Technical Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. The
Proposal shall be sent to the addresses referred above in two copies with one soft
copy. All required copies of the Technical Proposal are to be made from the original.
If there are discrepancies between the original and the copies of the Technical
Proposal, the original governs.
l) The Proposals must be sent to the address/addresses indicate in the Tender form
and received by the Client no later than the time and the date indicated in the
Tender form, or any extension to this date, any proposal received by the Client after
the deadline for submission shall be returned unopened.
m) The Client shall open the Technical Proposal as indicated in the advertisement. TheFinancial Proposal shall remain unopened and securely stored.
Section 3 : Eligibility Criteria:-
3.1 The firm applying should be a member of Indian Council of Architecture. A Copy ofmembership certificate must be enclosed with the proposal
3.2Years of Experience:-
For Group A&B botha) The consultant firm should have Minimum 5 years of experience i.e. the firm
applying should have been established minimum five years ago from the date of
issue of tender & continuously engaged in the field of Architectural Planning /
Designing.
3.3 Project Cost:-
For Group Aa) Consultant should have complete minimum 5 assignments of cost more than Rs. 25
Lakhs and lesser than or equal to Rs. 75 lakhs.
For Group Bb) The Consultant should have Minimum 5 assignments of cost more than Rs. 75
Lakhs
3.4Government Projects:-
For Group A&B botha) Have assignments where Government (either of State, Centre or a Union Territory)
has been the client and the consultant has directly dealt with government in
capacity of a lead consultant and not as a sub consultant.
3.5 Key professional staff:- The key professional staff proposed by consultant for MCGassignments may include the following experts-
For Group A&B botha) Team Leader:
I. Architect level degree in the field of architecture or M. Tech engineering.
II. Minimum experience of handling 5 projects in a capacity of Team Leader.
III. The projects and the designation held in these projects are to be mentioned in CV,Form TECH 1 and TECH 3
IV. Total work experience of minimum 5 years.
b) Infrastructure Expert:
I. Masters level degree in relevant field like engineering, architecture, managementetc.
II. Minimum experience of handling 5 projects in a capacity of Infrastructure Expert.
III. The projects and the designation held in these projects are to be mentioned in CV,Form TECH 1 and TECH 3
IV. Total work experience of minimum 5 years.
c) Landscape Expert:
I. Masters level degree in relevant field.
II. Minimum experience of handling 3 projects in a capacity of Landscape Expert.
III. The projects and the designation held in these projects are to be mentioned in CV,Form TECH 1 and TECH 3
IV. Total work experience of minimum 5 years.
d) Environment Expert:
I. Masters level degree in relevant field.
II. Minimum experience of handling 3 projects in a capacity of Environment Expert.
III. The projects and the designation held in these projects are to be mentioned in CV,Form TECH 1 and TECH 3
IV. Total work experience of minimum 3 years.
e) Hydrology Expert:
I. Degree in relevant field
II. Minimum experience of handling 5 projects in a capacity of Hydrology Expert.
III. The projects and the designation held in these projects are to be mentioned inCV, Form TECH 1 and TECH 3
IV. Total work experience of minimum 5 years.
f) Survey Expert:
I. Having degree/ Diploma is relevant field.II. Bachelor level degree in relevant field like survey, engineering, architecture,
management etc.
II. Minimum experience of handling 3 projects in a capacity of Survey Expert.
III. The projects and the designation held in these projects are to be mentioned in CV,Form TECH 1 and TECH 3
IV. Total work experience of minimum 3 years.
Section 4: Proposal Evaluation:-
4.1 From the time the Proposals are opened to the time the Contract is awarded, the Consultants
should not contact the Client on any matter related to its Technical and/or Financial Proposal.
Any effort by Consultants to influence the Client in the examination, evaluation, ranking of
Proposals, and recommendation for award of Contract may result in the rejection of the
Consultants’ Proposal.
4.2 The evaluation committee shall evaluate the Technical Proposals on the basis of their
responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and
point system is specified in Appendix A. Each responsive Proposal will be given a technical
score . A Proposal shall be rejected at this stage if it does not respond to important aspects of
the Assignment, and particularly the Terms of Reference or if it fails to achieve the minimum
technical score indicated in the Appendix A.
4.3After the technical evaluation is completed the Client shall inform the Consultants who have
submitted proposals the technical scores obtained by their Technical Proposals, and shall
notify those Consultants whose Proposals did not meet the minimum qualifying mark or were
considered non responsive to the Assignment and TOR, that their Financial Proposals will
remain unopened. The Client will simultaneously notify Consultants that have secured the
minimum qualifying mark, the date, time and location for opening the Financial Proposals.
4.4 Financial Proposals shall be opened in the presence of the Consultants’ representatives whochoose to attend.
4.5 The Financial Proposal will be evaluated based on the lump sum % of total project costs to becharged by consultant.
Section 5 : Availability of Professional staff/ experts :-
5.1 Having selected the Consultant on the basis of, among other things, an evaluation of
proposed Professional staff, the Client expects to negotiate a Contract on the basis of the
Professional staff named in the Proposal. Before contract negotiations, the Client will require
assurances that the Professional staff will be actually available.
The Client will not consider substitutions during contract negotiations unless both parties
agree that undue delay in the selection process makes such substitution unavoidable or for
reasons such as death or medical incapacity. If this is not the case and if it is established
that Professional staff were offered in the proposal without confirming their availability, the
Consultant may be disqualified. Any proposed substitute shall have equivalent or better
qualifications and experience than the original candidate and be submitted by the Consultant
within the period of time specified in the letter of invitation to negotiate.
Section 6 : Conclusion of the Negotiations :
6.1.Negotiations will conclude with a review of the draft Contract. To complete negotiations
the Client and the Consultant will initial the agreed Contract. If negotiations fail, the Client
will invite the Consultant whose Proposal received the second highest score to negotiate a
Contract. After completing negotiations the Client shall award the Contract to the selected
Consultant.
6.2. The Consultant is expected to commence the assignment on the date and at the locationas directed by the Authority.
Appendix - A
Criteria, sub-criteria, and points system for the evaluation of TechnicalProposals are: 1. Specific experience of the Consultants relevant to theassignment: [55 points]
I. Total number of years of experience(20points)
II. Project cost(25points)
III. Government projects1 (5 points)
Total(50points)
1 NOTE: The word Government Project would mean that the Government hasbeen the client and the organization is directly dealing with government. Inthese projects the organization should not have been the sub consultant toanother organization working on a government project.
2. Key professional Staff proposed for assignment of MCG, their qualification and
competence:
I. Team Leader (10 points)
II. Infrastructure Expert (5 points)
III. Landscape Expert (5 points)
IV. Environmental Expert (5 points)
V. Hydrology Expert (5 points)
VI. Survey Expert (5 points)
3. Details of outstanding projects (10 points)
3. Total Points (100 points)
3The. above marks are the maximum for each Qualification. The individualmarking for eachqualification will be done on the basis of minimum Eligibility as mention inSection : 3.3.However failure to any minimum criteria will turned the application torejection. The minimum technical score required to pass is: 60 Points.
Part 2: Technical Proposal - Standard Forms
EMD Details of Earnest Money Deposits
TECH-1 Technical Proposal Submission Form
TECH-2 Consultant’s Organization and Experience
TECH-3 Team Composition and Task Assignments
TECH-4 Curriculum Vitae (CV) for Proposed Professional Staff
TECH-5 Details of Outstanding Project
Form EMD
Name of Consultant : ___________________________________________________________
Address of Consultant : __________________________________________________________
__________________________________________________________
EMD Amount : RS. 10,000/- ( Rupees Ten Thousand only )
in favour of : “ Municipal Corporation of Gurgaon ”
Demand Draft No. : ______________________________________
Date of DD : ______________________________________
Drawn on :________________________________________________________________
Form Tech-1 : Technical Proposal Submission Form
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Tender Notice dated [Insert Date] We are hereby
submitting our Proposal, which includes this Primary and Technical Proposal (Hard
Copy), sealed under a separate envelope and a Financial Proposal (Online).
We are submitting our Proposal in association with: [Insert a list with full nameand address of each associated Consultant]
We hereby declare that all the information and statements made in this Proposalare true and accept that any misinterpretation contained in it may lead to ourdisqualification.
If negotiations are held during the period of validity of the Proposal, i.e., within 90
days from the last date of submission of tender we undertake to negotiate on the
basis of the proposed staff. Our Proposal is binding upon us and subject to the
modifications resulting from Contract negotiations.
We undertake, if our Proposal is accepted, to initiate the consulting services relatedto the assignment not later than the date indicated by the Authority.
We understand you are not bound to accept any Proposal youreceive. We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Form Tech-2 Consultant’s Organization And Experience
A-Consultant’s Organization
[Provide here a brief (two pages) description of the background and organization of your
firm/entity and each associate for this assignment.] In case of Joint Venture application details of
each Joint Venture firm should be provided.
B - Consultant’s Experience
[Using the format below, provide information on each assignment for which your firm, and each associate
for this assignment, was legally contracted either individually as a corporate entity or as one of the major
companies within an association, for carrying out consulting services similar to the ones requested under
this assignment..]
1. Firm’s Name:
2. Indian Council of Architecture Registration No.
3. Year of Establishment of Firm:
4. Total Number of Years of Experience:
a) Total Number of Projects undertaken for Government: ______________
I. Total Number of Projects undertaken for Government as a leadconsultant:___________________
II. Total number of Projects undertaken for Government as a jointventure/partnership:________________
III. Total number of Projects undertaken for Government as a subconsultant:____________________
b) Bifurcation of cost of projects undertaken for Government:
Sr. No. Project CostTotal Number of projects in range of projectcost
1 Less than 1 crore
2 1 crore to 5 crores
3 5 crores to 10 crores
4 10 crores to 20 crores
5 20 crores to 50 crores
650 crores to 100crores
7 Above 100 crores
Total
c) Detail of each project to be given in the format below:
Assignment 1 Assignment 2 Assignment …
1. Assignment name:
2. Country:
3. Location within country:
4. Name of Client: Address:
5.Approx. value of the contract(in
Indian Rupees):
6. Approx. value of the services
provided by your firm under thecontract (in IndianRupees):
7. Duration of assignment (months):
8. Name of associated Consultants, if
any:
9. No. of professional staff-monthsprovided by associatedConsultants:
10.Total No. of staff-months of the
assignment:
11.Name of senior Key professional
staff of your firm involved and
functions performed (indicate most
significant profiles such as Project
Director/Coordinator, Team
Leader):
12.Narrative description of Project
13.Description of actual servicesprovided by your staff withinthe
assignment:
d) Total Number of projects undertaken for Private organizations (India):_____________
I. Total Number of Projects undertaken for Private organizations (India) as a lead consultant:
II. Total number of Projects undertaken for Private organizations (India) as a jointventure/partnership:
III. Total number of Projects undertaken for Private organizations (India) as a sub consultant:
e) Bifurcation of cost of projects undertaken for Private Organizations (India):
Sr. No. Project CostTotal Number of projects in range of projectcost
1 Less than 1 crore
2 1 crore to 5 crores
3 5 crores to 10 crores
4 10 crores to 20 crores
5 20 crores to 50 crores
650 crores to 100crores
7 Above 100 crores
Total
f) Detail of each project to be given in the format below:
Assignment 1 Assignment 2 Assignment …
1. Assignment name:
2. Country:
3. Location within country:
4. Name of Client: Address:
5. Approx. value of the contract (in
Indian Rupees):
6. Approx. value of the services
provided by your firm under the
contract (in Indian Rupees):
7. Duration of assignment (months):
8.Name of associated Consultants,if
any:
9. No. of professional staff-months
provided by associated Consultants:
10.Total No. of staff-months of the
assignment:
11.Name of senior Key professional
staff of your firm involved andfunctions performed (indicatemost
significant profiles such as Project
Director/Coordinator, Team Leader):
12.Narrative description of Project
13.Description of actual services
provided by your staff within the
assignment:
i) Detail of each project to be given in the format below:
Assignment 1 Assignment 2 Assignment …
1. Assignment name:
2. Country:
3. Location within country:
4. Name of Client: Address:
5. Approx. value of the contract (in
Indian Rupees):
6. Approx. value of the services
provided by your firm under the
contract (in Indian Rupees):
7. Duration of assignment (months):
8.Name of associated Consultants,if
any:
9. No. of professional staff-months
provided by associated Consultants:
10.Total No. of staff-months of the
assignment:
11.Name of senior Key professional
staff of your firm involved andfunctions performed (indicatemost
significant profiles such as Project
Director/Coordinator, Team Leader):
12.Narrative description of Project
13.Description of actual services
provided by your staff within the
assignment:
j) Summary Sheet
Sr. Project Cost Total Number of Total Number of projects
No. projectsfor Private Organizations
for Government (India)
1Less than 1crore
2 1 crore to 5 crores
3 5 crores to 10 crores
410 crores to 20crores
520 crores to 50crores
6 50 crores to 100
crores
7Above 100crores
Total
Firm’s Name:
Firm’s Seal:
Name of Authorized Person and its Designation:
Signature of Authority:
Form Tech-3 A: Team Composition And Task Assignments
Sr. No. Professional staff: Years ofQualification/ Years of
No. of projects worked onduring the
Experience s
associationwith
association as a permanentemployee/
organization as
partner withorganization
permanent
employee/
partners
Position Task NameGovernment Private Foreign
assignedassigned of
Projectsin
projectsin projects
Staff India India
1TeamLeader
2Infrastructure
Expert
3 Landscape
Expert
4Environment
Expert
5 HydrologyExpert
6SurveyExpert
7 OthersPleasespecify
There is no upper limit to the number of members of team. If more team members arethere then kindly use the table above.
Form Tech-3 B: Team Composition And Task Assignments (Proposed KeyPersonnel for MCG assignments)
Column 1 Column 1 Column 2 Column 3
Sr. No.Name ofthe
Professional
Number ofProjects
Name of all theprojects as
staff proposed forMCG
mentioned in Columns2
assignment as a:
1Team Leader: (NAMEOF
Number ofprojects
handled as team
THE STAFF MEMBER)leader:_____________
2Infrastructure Expert:
Number of projects handled asInfrastructure
(NAME OF THE STAFF Expert :_____________
MEMBER)
3 Landscape Expert:Number of projectshandled as Landscape
(NAME OF THE STAFFExpert:_____________
MEMBER)
4Environment Expert:
Number of projectshandled as
Environment
(NAME OF THE STAFFExpert:_____________
MEMBER)
5 Hydrology Expert:Number of projectshandled as Hydrology
(NAME OF THE STAFFExpert:_____________
MEMBER)
6SurveyExpert
Number ofprojects
handled as Survey
Expert:_____________
Form Tech-4 Curriculam Vitae (CV) for Proposed Key Professional Staff forMCG Assignments
Proposed Position [only one candidate shall be nominated for each position]:
Number of projects handled as [insert proposed position]:
Name of Projects handled as [insert proposed position]:
1.
2.
3.
4.
5.
Name of Firm [Insert name of firm proposing the staff]:
Name of Staff [Insert full name]:
Date of Birth:
Nationality:
Education [Indicate college/university and other specialized education of staff member,giving
names of institutions, degrees obtained, and dates of obtainment]:
Total Number of Years of Experience:
Membership of Professional Associations:
Other Training [Indicate significant training since degrees under 5 - Education wereobtained]:
Countries of Work Experience: [List countries where staff has worked in the last tenyears]:
Languages [For each language indicate proficiency: good, fair, or poor in speaking,reading, and
writing]:
Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
[Signature of staff member or authorized representative of the staff]
Day/Month/Year
Full name of authorized representative
Form Tech 5: Details of Outstanding Projects
The details of two outstanding projects are to be provided by the consultant explain the client
needs, the objective of project, project cost, the time line of project, the issues, the input of
consultant, any innovative method used and why the consultant considered the particular
project to be outstanding. It would be preferred if a presentation of these outstanding
projects could be included in the Compact Disc containing the proposal.
It will be evaluated by a committee of senior officers of MCG.
Part 3 Financial Proposal- Standard Forms
FIN:1 Financial Proposal Submission Form
FIN:2 Summary of Costs
Form Fin-1 Financial Proposal Submission Form
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [Insert title of assignment]
in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal.
Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures].
This amount is exclusive of the local taxes, which shall be identified during negotiations and
shall be added to the above amount.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. 90 days fromthe last date of submission of tender
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Amounts mentioned above must coincide with the ones indicated under Total Cost of Financialproposal in Form FIN-2.
Form Fin-2 Summary Of Costs
Item Costs
Total Costs of Financial Proposal ________% of total project cost
Cost in % terms should be shown in words and figures. .
Indicate the total costs, net of local taxes, to be paid by the Client.
Top Related