Manual Auction Aug 2015 RP Cell Parking

advertisement
NORTH DELHI MUNICIPAL CORPORATION
(Remunerative Project Cell)
16th Floor, Civic Centre
Minto Road, New Delhi-110002
Tel.No.23226602
No. DC/RP Cell/2015/D-476
Dated:
14.08.2015
AUCTION NOTICE
In order to allot vacant parking sites of North DMC to highest bidders on
temporary basis by way of open auction, the Committee constituted for the purpose will
meet on 21.08.2015 at 02:00 P.M. in the Conference Room at 25th Floor, Civic Centre,
Minto Road, New Delhi-110002, to hold the Auction. All the eligible bidders are invited
to participate in the auction process. The terms & conditions of the existing parking
policy and the last RFP shall apply accept that there shall be no tender document fee. The
bidder should deposit are Rs. 40000/- by way of DD drawn in favor of Commissioner,
North Delhi Municipal Corporation, for each parking site. After been accepted successful
bidder by the Committee, the bidder to pay the three months Bid MLF+TCS within 3
working days .
All the concerned are therefore requested to attend the Auction at the aforementioned time & venue.
Encl:-1. List of parking sites for Auction
Along with Minimum Reserve Price
2. Terms & Conditions of Auction.
3. Terms & Conditions of NIT-03/2015 dated 26.06.2015.
Sd/Assistant Commissioner
(R.P. Cell)/NDMC
Page 1 of 48
Terms & Conditions
of
“Allotment of North Delhi Municipal Corporation Authorized Parking
Sites on Temporary basis on Payment of Advance Monthly Licence
Fee for 03 months extendable up-to next 03 month period”
1. Eligibility for participation in the Auction.
(a) Any adult citizen of India / partnership firm / public limited company / private limited
company / consortium firm (of not more than 03 entities with the condition that one
should be principal entity with more than 50% stakes in the consortium)/ registered
society / registered co-operative society / registered marketing association / registered
RWA capable of entering into license agreement, who has / have cleared all up to date
outstanding dues of erstwhile MCD / North DMC , if any, shall be eligible to participate in
the auction for allotment of parking sites on license basis as per terms and condition of
this auction.
(b) Any individual / partnership firm / public limited company / private limited company /
consortium firm / registered society / registered co-operative society / registered
marketing association / registered RWA whose license has been cancelled / black listed
/ debarred in the past by any Central / State Govt. department all over India, if any, or
any of its partner / proprietor / director / member have been blacklisted for breach of
terms and conditions of the agreement, shall not be eligible for offering bids and the
individual / partnership firm / Public Limited Company / Pvt. Limited Company /
consortium firm/
registered society / registered co-operative society / registered
marketing associations / registered RWAs shall be required to furnish an undertaking to
this effect before taking over the possession of the parking site.
(c) Any person/ party/ firm or registered parking contractor who is disqualified or ineligible
to participate in the tender/auction according to the aforesaid conditions shall not be
qualified to offer the bids in the name of its associate concern subsidiaries/ principals/
front and the commissioner/authorized officer on his behalf may declare the bidder
disqualified on this ground, if he is of the opinion that the said bidder is acting in
collusion with for the benefit of any other party who would have been disqualified to
participate in tender/auction of his own.
(d) The bidder shall deposit Rs. 40,000/- per parking site to participate in the auction in the
form of DD in favour of Commissioner/North DMC payable at Delhi.
(e) The successful bidder must submit the Bank Account No., Statement having details of
last three years, residential & office proof , detail of the company partnership firm /
public limited company / private limited company / consortium firm / registered society /
registered co-operative society / registered marketing association / registered RWA as
given in registration certificate given by the registrar of company. He must also give is
balance sheet, as applicable , for last three years as the case may be, before taking
over the possession of the parking site.
(f) The successful Bidder shall execute an agreement with the North D.M.C in the format to
be supplied by the North D.M.C on a non-judicial stamp paper of Rs. 50/- duly attested
by 1st Class Magistrate or Oath Commissioner, to be purchased and provided by the
said Bidder before taking over the possession of the parking site.
2. Duration of License :
The license will be for duration of three month with effect from the date of handing over the site
Page 2 of 48
to the licensee but the same is extendable up-to next 03 months (maximum period of 06
months) subject to satisfactory performance of the licensee. Satisfactory completion implies that
there should not be any dues pending against the contractor. However, if the allottee/ licensee
continue to operate the site after expiry of period, he shall be liable to pay to the corporation the
misuse/damages charges @ double the monthly license fee for such period of unauthorized
occupation.
3. Monthly License Fee:
(a) The successful bidder/ Licensee shall deposit, advance three months MLF+TCS (at the rate as
applicable) within 03 days (three days) from the date of declaring successful in the auction. The
advance three months licence fee will be paid by way of DD (payable to Commissioner, North
DMC) payable at Delhi. In case further extension is sought three months MLF+TCS will be
deposited before 03 days of expiry of previous three months. For instance, if the allotment letter is
issued on 9th of September-2015 for three months, the licensee shall deposit next three month
advance MLF by 06th of December-2015 vide a demand draft drawn in favour of Commissioner,
North DMC.
(b) In no way, monthly license fee be retained by the contractor, failing which, the same shall be
treated as breach of contract and make the temporary allotment liable for cancellation.
(c) Advance deposition of Three Months License Fee (MLF) does not create any right or lien in
favour of the parking licensee to use and operate the parking for the said term. In case violation of
any terms & conditions is noticed at any stage, whatsoever, the parking license will be liable for
cancellation.
(d) The licensee shall inspect the parking site which will be given on ‘as is where is’ basis and
may obtain necessary clarification, if any, regarding the same to his full satisfaction. The licensee
shall acquaint himself/ herself of all the local conditions and the parking sites conditions.
4. Taxes and Duties
The Licensee, and their Personnel shall pay such direct/ indirect taxes, duties, fees, and other
impositions levied under the Applicable Laws of India.
TCS u/s 206 C (IC) of IT Act 1961: As per the provision of section 206C (IC) inserted by the
Finance 9 no. 2) Act, 2004 w.e.f. 01.10.2004 of Income Tax 1961, the Licensee shall be required to
deposit TCS @ as applicable along-with surcharge and Education cess
on license fee as
applicable from time to time.
The liability of all applicable taxes cess and fee or which may be made applicable due to change in
Law or whatever reason shall vest with the Licensee being service provider at the rates notified/
revised by the Govt. of India or any agencies from time to time. The liability to pay the service tax
rests on the parking contractor and he/she will pay the service tax to the GOI and accordingly his/
her quotation of MLF should be made taking this into account.
5. Rates:-
Page 3 of 48
The licensee shall be required to ensure that the following parking charges / fee for various categories
of vehicles shall be charged during the period of contract:DURATION
CAR
TWO WHEELER- SCOOTER/
MOTORCYLCE ETC.
Up-to 01 hour
Rs. 20/-
Rs. 10/-
Beyond 1 hour to 5 hours
Rs. 10/- per hour (subject to
Rs. 5/- per hour (subject to max.
(for every additional hour or part
max. Rs. 50 for five hours)
Rs. 25 for five hours)
Beyond 5 hours & up-to 10 hours
Rs. 10/- per hour (subject to
Rs. 5/-per hour (subject to max.
( for every additional hour or part
max. Rs. 100 for ten hours)
Rs. 50 for 10 hours)
Beyond 10 hours
Rs. 10/- per hour (subject to
Rs. 5/- per hour (subject to max.
(for every additional hour or part
max. Rs. 200 for 24 hours)
Rs. 100 for 24 hours)
Monthly
Rs. 1500/-
Rs. 500/-
Duration
Tempo (allowed only in
Bus/ Truck/ other equivalents
thereof)
thereof)
thereof)
parking under flyovers or
parking set up for the
tempos)
Up to 2 hour
Rs. 60/-
Rs. 80/-
Up to 5 hour
Rs. 90/-
Rs. 120/-
5 to 10 hour
Rs. 200/-
Rs. 300/-
10 to 24 hour
Rs. 300/-
Rs. 500/-
Monthly
Rs. 6000/-
Rs. 9900/-

Parking Charges will be inclusive of Service Tax to be paid by the Licensee. Revised rates
are applicable with effect from 1st November 2014.
Important Instruction:
a) The buses / tempo / HMV / LMV shall not be allowed to be parked at the parking sites, where it
has not been specified.
b) The licensee shall install / maintain computers, wherever feasible, with uninterrupted power
backup, at his own cost, at entry & exit points of the parking site to ensure proper and undisputed
monitoring the duration of time of the vehicle parked for charging the parking fee from the owners
of these vehicles and also for keeping the record of the vehicles parked.
c) The licensee shall charge the parking charges only in conformity with the prescribed rates.
d) Official/Sticker label vehicle of all the three Municipal Corporations, Govt. Of NCTD and Govt.
Of India, Hon’ble MPs, Hon’ble MLAs (Govt. of NCT of Delhi) & Municipal Councillors of all the
three Corporations of Delhi and accredited journalists shall be allowed free parking. The
contractor must issue free parking slips for these vehicles.
e) North DMC reserves the right to revise the parking charges during the currency of the
agreement. In case of revision in parking charges, the license fee paid by the licensee shall stand
revised in the same proportion for the remaining period of the license.
f) As per the orders of the Hon’ble High Court of Delhi dated 11.02.2015 in the matter titled
“Vinod Kumar Bansal V/s Govt. of NCT of Delhi & Ors”, all the parking contractors are to make
necessary arrangements for reserving the parking space most suitable for persons with disability
and in sufficient numbers after assessing the need and also to display a board giving the name &
phone No. of the persons with whom the complaint with respect to misuse of the said reserved
parking spaces to be lodge.
Page 4 of 48
6. Sign Board:1. The licensee shall display an illuminated glow-sign board (size 6 ft. X 4 ft.) at the entrance and
exit points of the parking site showing prominently there upon the following details:(Iron angle with GI sheet, blue background with white letter and North DMC logo, along-with
the map of parking site).
AUTHORIZED NORTH DMC PARKING SITE
Name & Address of the Zonal Office
Name of the Licensee (With Regn.NO,if Any)
License Number & Period of Validity ( With Dates)
Address & Contact number of the Parking Contractor
E- Mail ID of the Parking Contractor
Name & Contact number of the Supervisor
Number & Name of Workers Employed
Area Police Station & Contact Number
Area of Parking in Sq. Mtrs.
Category of Vehicles allowed
Zero Parking Hours
Parking Charges
NB : -1. In case of any difficulty/ problem/ complaint please contact the area police station and/or
DC/AC (RP Cell) North DMC at 16th Floor, Civic Centre, Minto Road, New Delhi110002. Phone No. (011-23226602 or send e-mail to North DMC at adc-rpcndmc@mcd.gov.in.
2. Complaint Register/ Box available with __________________________________
3. Vehicle parked beyond yellow line will be towed away by the Traffic Police or
by the North DMC treating it as encroachment on Public Land.
(b) Beside the display board, the Licensee will be required to display a board at the conspicuous
space at the parking lot carrying the following message and logo of the North DMC, as per the
design and colour as may be provided by the North DMC:-“THIS PARKING LOT BELONGING TO
North DMC IS BEING MAINTAINED BY _________________________________. IN CASE OF
ANY DEFICIENCY OR COMPLAINT, PLEASE CONTACT AT TELEPHONE NO. 011-23226602
OR SEND E-MAIL TO North DMC AT adc-rpc-ndmc@mcd.gov.inOR PARKING LICENSEE AT
…………………………….”
(c) In case the parking is full, parking licensee shall provide a board at the entrance displaying
‘PARKING IS FULL, KINDLY SEEK ALTERNATE PARKING’ at his own cost, in order to avoid
any inconvenience to the intending visitors to the parking lot.
7.
(A)
Penalty Clause:-Major & Minor Violation & Penalties thereon
That the licensee shall abide by terms and conditions of this agreement and all rules and
regulations, orders, instructions that North DMC may from time to time make or adopt or issue for the
care, protection and administration of Parking and if violation in this regard is noticed on the part of
licensee, the penalties leviable as noted below will be imposed.
S.No.
Description of Irregularities
Penalty
Page 5 of 48
1.
Staff not in uniform/ without ID card
Un- clean premises and improper housekeeping
Rs. 500/- per violation/ irregularity
Vehicle checking appliances not available in the
parking
Non-maintenance & unavailability of complaint
register
2.
Use of unapproved parking slips and not using
hand-held device for issuing slips
Rs. 1000/- per violation/ irregularity
Misbehaviour by parking staff
2.
Non-display of Information Board
Parking
area
not
marked
with
epoxy
thermoplastic coats
3.
Overcharging
Rs.
5000/-
Encroachment
irregularity
4.
Parking of Commercial Vehicle, if not permitted
Rs. 500/- per vehicle
5.
Use of parking space for other than parking
purpose
Rs.
Criminal activity in parking area
irregularity
per
10000/-
violation/
per
per
violation/
Using space beyond permitted area for parking of
vehicles
Any other violation will attract a penalty of Rs. 500/-. Violations noticed through CCTV coverage
would be treated as ample proof for levy of penalties
All activities including day to day inspections will be carried out by any authorized / officer / officials of
the Corporation and their decision on fixing penalty shall be final and binding on the licensee.
(B) The penalty amount will have to be deposited within 5 days of imposition. Beyond the period of 5
days it will attract interest @ 18 % p.a.
(C) The violation(s) are defined as major & minor violations. Major violations will comprise of
overcharging, encroachment, non-use of handheld device for issuing parking slips, covering
parking area more than permitted, non- display of information board, criminal activity in parking
area and use of parking area for other than parking purpose. If the contractor is penalized for
committing major violation(s) for more than 3 times, then the contract is liable to be cancelled.
8. Blacklisting and Cancellation of parking site:
The licensee, if any time, found overcharging/ cheating or engaged in any kind of malpractices
including default in payment of license fee regularly shall be liable to be blacklisted and debarred from
further tendering.
9. The total period of temporary allotment will not exceed six months within which RP Cell shall
complete the regular tendering process whichever is earlier.
10. The earlier terms & conditions circulated in NIT No-03/2015 dated 26.06.2015 shall also be
applicable mutatis-mutandis.
I am fully conversant terms & conditions for the temporary allotment of the
parking sites of North DMC and unconditionally agree upon all the terms &
Page 6 of 48
SN
Name of the parking
site
Zone
1
Church Mission Road
City
2
New Mori Gate, Bus
Truck Parking
Civil
Line
Vehicle
Allowed
Car/Two
Wheeler
Bus /
Truck /
Min
Reserve
price
Map
available in
appendix A
1680000
MLUG
co
ndi
tio
ns.
1422750
Na
me & Address of Parking Contract
The list of available parking sites for the auction on
short term basis is as under:
Page 7 of 48
Tempo
3
4
5
6
7
8
9
10
11
Meena Bazar
Telephone Exchange
Near Jaipur Golden
Hospital
Near Police Post
ISBT
Karam Pura
Commercial Complex
Parking Outside
Around Saroj Hospital
Videocon Tower
Jhandewalan
Radha Mohan Club
(Surrendered site)
Kotla Road Bal
Bhawan
Everbake Restaurant
to Prabhu Dayal
Car/Two
Wheeler
295313
Rohini
Car/Two
Wheeler
13000
Civil
Line
Karol
Bagh
Rohini
Sadar
Pahar
Ganj
City
City
Rohini
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
225000
191250
100575
92813
90000
67500
50625
16
Z-Block Loha Mandi
17
Tempo Parking
Opposite Delhi Stock
Exchange
18
Ajmal Khan Part-1
19
Ajmal Khan Part-2
20
Qutab Road Near
Sadar Bazar Railway
21
MLUG Model Town-II
22
Jagat Cinema Murga
Mkt.
City
23
Jeevan Mala Hospital
Karol
Bagh
24
Bhagirath Palace
25
JD Block Pitampura
Rohini
Old Rajender Nagar
Market
Transport Authority
Mall Road, in front of
Kothi No.10
Commercial Complex
Pentamide Hospital
Gujrawalan Town
East & West Patel
Nagar
Karol
Bagh
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Tempo
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Tempo
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Civil
Line
Car/Two
Wheeler
46000
Civil
Line
Car/Two
Wheeler
26000
12
13
14
15
26
27
28
29
LSC D Block
Prashant Vihar
Outside Sunder Lal
Jain Hospital
Around Ajmal Khan
Park
T-Point, Naraina
Inder Puri
City
Rohini
Civil
Line
Karol
Bagh
Karol
Bagh
Karol
Bagh
City
Karol
Bagh
Karol
Bagh
Sadar
Pahar
Ganj
Civil
Line
City
Karol
Car/Two
Bagh
Wheeler
Page 8 of 48
50625
33750
27844
18750
18750
16875
286000
244000
169000
127000
113000
85000
83000
64000
58000
26000
MLUG
30
31
32
33
34
35
36
37
38
39
40
Railway Reservation
Office Rohini Sec-17
Aruna Asaf Ali
Hospital
Trinagar to Inderlok
Metro Station
Around M2k Rohini
Commercial Complex
Bhagwan Mahavir
Hospital Pitampura
BQ Market Shalimar
Bagh
Ramesh Nagar
Covered drain
(New site)
LIC Building to Delhi
Stock Exchange
(Surrendered site)
Qutab Road near
Tanga Stand
(Surrendered site)
Sant Nagar Rani
Bagh
(Surrendered site)
Coat Market Jama
Maszid
Rohini
Civil
Line
Civil
Line
Rohini
Rohini
Rohini
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
Car/Two
Wheeler
26000
23000
19000
13000
13000
13000
Karol
Bagh
Car/Two
Wheeler
4,00,000
City
Car/Two
Wheeler
90000
Sadar
Pahar
Ganj
Car/Two
Wheeler
7,50,000
Rohini
Car/Two
Wheeler
3,20,000
City
Bus /
Tempo/
Car/Two
Wheeler
5,40,000
Page 9 of 48
North Delhi Municipal Corporation
Tender Document
for
“Allotment of North Delhi Municipal Corporation Authorized Parking
Sites on Monthly License Fee Basis”
th
26 JUNE, 2015
Date of
Issue
Issued To
(Name &
Address)
Cost of
Tender
Document
Payment Details
DD
No.
Name of
the Bank
Branch
26.06.2015
Rs. 1000/-
Office of the Deputy Commissioner (R. P. Cell),
North Delhi Municipal Corporation,
16th Floor, E1 Block, Dr. SP Mukherjee Civic Centre,
Minto Road, New Delhi-110002.
Tel. No. 01123226602
Phone No.: 011-2322 6602
Email: adc-rpc-ndmc@mcd.gov.in
Page 10 of 48
Date
Signature
of
Issuing
person
Table of Contents
SECTION 1 - INVITATION FOR BIDS ............................................................................................................ 13
SECTION 2 - INSTRUCTIONS TO BIDDERS ................................................................................................... 15
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
ELIGIBILITY & PROCEDURE FOR SUBMISSION OF BIDS .........................................................................................................7
COST OF TENDER DOCUMENT .................................................................................................................................... 16
CONTENTS OF THE TENDER DOCUMENT ........................................................................................................................ 16
AMENDMENT OF TENDER DOCUMENT .......................................................................................................................... 16
LANGUAGE OF BIDS ................................................................................................................................................. 16
DOCUMENTS COMPRISING THE BIDS ............................................................................................................................ 16
MONTHLY LICENSE FEE ............................................................................................................................................. 17
EARNEST MONEY DEPOSIT (EMD)/ BID SECURITY .......................................................................................................... 19
PERIOD OF VALIDITY OF BIDS ..................................................................................................................................... 19
FORMAT AND SIGNING OF BID .................................................................................................................................... 19
REVELATION OF LICENSE FEE ...................................................................................................................................... 19
LOCAL CONDITIONS ................................................................................................................................................. 20
CONDITIONS FOR ELIGIBILITY AND PRE-QUALIFICATION OF BIDDERS ..................................................................................... 20
SEALING AND MARKING OF BIDS ................................................................................................................................. 20
LAST DATE FOR RECEIPT OF BIDS ................................................................................................................................. 20
LATE BIDS ............................................................................................................................................................. 20
ADDRESS FOR CORRESPONDENCE ................................................................................................................................ 20
OPENING OF BIDS BY NORTH D.M.C ........................................................................................................................... 21
CLARIFICATIONS ..................................................................................................................................................... 21
PRELIMINARY EXAMINATION...................................................................................................................................... 21
CONTACTING THE NORTH D.M.C ............................................................................................................................... 21
EVALUATION OF BIDS ............................................................................................................................................... 21
NORTH D.M.C'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ...................................................................... 22
ACCEPTANCE OF TENDER/ BID: ................................................................................................................................... 22
AGREEMENT TO BE EXECUTED ..................................................................................................................................... 22
REMAINING EMD/SECURITY DEPOSIT / BANK GUARANTEE / FDR....................................................................13
LITIGATION HISTORY ................................................................................................................................................ 22
FRAUD AND CORRUPT PRACTICES ................................................................................................................................ 22
SECTION 3A - AGREEMENT ........................................................................................................................ 24
SECTION 3B – GENERAL CONDITIONS OF CONTRACT (GC) ......................................................................... 26
1
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
2
3
4
5
6
7
8
9
10
GENERAL PROVISIONS .............................................................................................................................................. 26
DEFINITIONS ............................................................................................................................................................2
INTERPRETATION .................................................................................................................................................... 26
LAW GOVERNING CONTRACT ..................................................................................................................................... 26
LANGUAGE ............................................................................................................................................................ 27
NOTICES ............................................................................................................................................................... 27
PARKING SITES ....................................................................................................................................................... 27
TAXES AND DUTIES ....................................................................................................................................................3
FRAUD AND CORRUPTION ......................................................................................................................................... 27
DURATION... OF LICENSE.....................................................................................................................................18
EARNEST MONEY / SECURITY DEPOSIT / BANK GURANTEE / MLF ........................................................................ 18
RESPONSIBILITY OF TENDERER BEFORE OFFERING BID ....................................................................................... 19
ADVERTISEMENT BOARDS / KIOSKS MAY BE ALLOWED BY NORTH DMC ............................................................. 19
ACCEPTANCE OF TENDER / BID ........................................................................................................................... 20
AGREEMENT TO BE EXECUTED ........................................................................................................................... 20
PARKING DETAILS .............................................................................................................................................. 20
TIMINGS ............................................................................................................................................................ 21
RATES ................................................................................................................................................................ 21
IMPORTANT INSTRUCTIONS..................................................................................................................... 22
11 SIGN BOARD ...................................................................................................................................................... 22
12 DUTIES & RESPONISBILITIES OF LICENSEE W.R.T. LIGHTING / ILLUMINATION, CLEANLINESS, SANITATION,FIRE FIGHTING SYSTEM,
PUBLIC ADDRESS SYSTEM, WATER LOGGING, SAFETY / SECURITY ETC. AT THE MULTI LEVEL PARKING SITES ..................... 23
13. DUTIES & RESPONSIBILITIES OF LICENSEE W.R.T. PREVENTION OF ENCROACHMENT /MISUSE AT PARKING SITE ..................................... 23
14. DUTIES AND THE RESPONSIBILITIES OF THE LICENSEE W.R.T. EMPLOYEES DEPLOYED FOR MANAGING / OPERATING THE PARKING SITE. NO
SUBLETTING ALLOWED.............................................................................................................................................. 24
15. COMPLAINT REGISTER TO BE MAINTAINED BY THE LICENSEE ................................................................................................... 24
16. Parking slips to be mandatory issued by the Hand Held Device.............................................................................24
17. LICENSEE TO BE RESPONSIBLE FOR DAMAGE/LOSS TO VEHICLES/ ACCESSORIES DURING PARKING ETC
..... 24
18. WOODEN KHOKA FOR USE BY LICENSEE DEMARCATION OF SITE SAFETY OF VEHICLES ......................................................... ......... 25
19. Licensee to hand over possession, if so required by the Licensor..........................................................................25
20. Determination of licensee...................................................................................................................................... ......26
21. Licensee to intimate change of address................................................................................................................26
22. Entry in parking lot by the Licensor......................................................................................................................26
23. No tenancy rights / title / interest........................................................................................................................26
24. Penalty Clause......................................................................................................................................................27
25. Breach of Agreement............................................................................................................................................27
26. Blacklisting and cancellation of registration..........................................................................................................27
27. Duties of licensee during any repair work undertaken by the licensor..................................................................27
28. Compliance of any change / revision in the policy / rates of fee...........................................................................28
Page 11 of 48
29. Surrender.............................................................................................................................................................28
30. All disputes shall be under the jurisdiction of Delhi Courts only............................................................................28
31. TCS u/s 206 C (IC) of IT Act 1961...........................................................................................................................28
32. Other Taxes etc....................................................................................................................................................28
33. Limit on number of Sites......................................................................................................................................29
Section 4.1 – Pre-Qualification Bid............................................................................... 30
Pre-Qualification Bid Annex 4.1.2 – Profile of the Bidder........................................................................31
Pre-Qualification Bid Annex 4.1.3 – Response of the Bidder against Eligibility Criteria............................32
Section 4.2 – Financial Bid............................................................................................ 36
SECTION 5 – APPENDICES ..................................................................................................................................37
APPENDIX A – FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF THE BID............................................................................47
APPENDIX B - FORMAT FOR INFORMATION REGARDING ANY CONFLICTING ACTIVITIES AND DECLARATION THEREOF.............................48
Page 12 of 48
Section 1 - Invitation for Bids
1.
The North Delhi Municipal Corporation (hereinafter also referred to as “North D.M.C”) intends
to allot the authorized parking sites under its jurisdiction by way of award of license which shall
be awarded through open tender to highest bidder who fulfills the requisite criteria and submits
all the requisite documents and laid down earnest money deposit, etc. Accordingly, this
invitation to Tender is for “Allotment of North Delhi Municipal Corporation Authorized
Parking Sites on Monthly License Fee Basis”.
2.
Bidders are advised to study the Tender Document carefully. Submission of Tender shall be
deemed to have been done after careful study and examination of the Tender Document with
full understanding of its implications. Sealed offers prepared in accordance with the
procedures enumerated in Clause 1 of Section 2 should be submitted to the Deputy
Commissioner (R.P. Cell) not later than the date and time laid down, at his address given in
the Schedule for Invitation to Tender under Clause 5.
3.
All Bids must be submitted with the requisite Earnest Money Deposit (EMD) i.e., three times
the reserve Monthly License fee of respective site enclosed with the Pre-Qualification Bid.
4.
This Tender document is not transferable.
5.
Schedule of Invitation for Bids
a)
Name of the Office:
Commissioner, North D.M.C acting through Deputy Commissioner (R.P. Cell),
North D.M.C.
b)
Addressee and Address at which Bids to be submitted:
Shri Dharmendra Kumar,
Deputy Commissioner (R.P. Cell),
North Delhi Municipal Corporation,
16th Floor, E1 Block, Dr. SP Mukherjee Civic Centre,
Minto Road, New Delhi – 110 002.
c)
Last time and date for receipt of Tender
On or before 13.00 hours on 07 day of July, 2015
d)
Place, Time and Date of opening of Pre-Qualification Bids:
25th Floor, Conference Hall, Civic Center,
North Delhi Municipal Corporation,
E1 Block, Dr. SP Mukherjee Civic Centre,
Minto Road, New Delhi – 110 002.
at 14.00 hours on 07 day of July, 2015
e)
Name of the contact person for any clarification:
Shri Kaushish Kumar,
Administrative Officer (R.P. Cell),
North Delhi Municipal Corporation,
16th Floor, E1 Block, Dr. SP Mukherjee Civic Centre,
Minto Road,
New Delhi – 110 002.
Tele No. 011-23226605
E-mail : adc-rpc-ndmc@mcd.gov.in
f)
Date till which the response to the Tender should be valid:
90 days from the date of opening of the Pre-Qualification Bids.
S.
No.
Activity
Date
1
2
Date of Issue/ Release of Tender
Pre- Bid Meeting
3
4
5
6
Date of Issue of Corrigendum/ Addendum
Date of placement of Tender Box at 16th Floor
for submission of bids
Last date for submission of bids
Date of Opening of Pre-Qualification Bids
7
Date of Opening of Financial Bids
26.06.2015
29.06. 2015 at 12.00 Hours at 25th Floor, Conference
Hall, Civic Centre, New Delhi- 110002.
02.07.2015
07.07.2015, 9.00 Hours
onwards
07.07.2015, Till 13.00 Hours
07.07.15 at 14.00 hours at 25th Floor, Conference Hall,
Civic Centre, New Delhi- 110002.
Will be informed separately to the Qualified Bidders
Page 13 of 48
g)
Important dates :
The following table provides information regarding the important dates of the Tender
process for Project:
h)
Period from which Parking Services have to commence
The work should commence within 15 (fifteen) days from the date of Letter of
Award of License to the successful Bidder.
6.
The Bidder is required to pay Rs. 1,000/- (Rupees One Thousand Only) towards Tender
Document Fee, at the time of submission of the Bids, in the form of a Bank Demand Draft/ Pay
Order failing which the Bids submitted by the Bidder shall not be entertained and shall
be rejected out-rightly. The Bank Demand Draft/ Pay Order must be drawn in favor of
“Commissioner, North Delhi Municipal Corporation” and payable at “New Delhi” and
enclosed in the Qualification Bid. The Tender Document Fee is Non-Refundable. If,
however, the Tender Document was purchased from the office of North DMC or Bank Demand
Draft/ Pay Order if the Tender Document was downloaded from the website
“www.mcdonline.gov.in” of North D.M.C, the Bidder must enclose the Proof of Payment
(copy of G8 Receipt) or DD in the Qualification Bid.
Note: The North D.M.C shall not be responsible for non-receipt / no-delivery of the Bid
documents due to any reason whatsoever.
Page 14 of 48
Section 2 - Instructions to Bidders
1.
Eligibility & Procedure for submission of Bids
7. Any adult citizen of India / partnership firm / public limited company / private limited
company / consortium firm (of not more than 03 entities with the condition that one should
be principal entity with more than 50% stakes in the consortium)/
registered society /
registered co-operative society / registered marketing association / registered RWA capable
of entering into license agreement, who has / have cleared all up to date outstanding dues
of erstwhile MCD / North DMC , if any, shall be eligible to participate in the tender for
allotment of parking sites on license basis as per terms and condition of this tender.
8. No experience of running/ managing parking site(s) is required for any of the offered parking
lot.
9. Any individual / partnership firm / public limited company / private limited company /
consortium firm / registered society / registered co-operative society / registered marketing
association / registered RWA whose license has been cancelled / black listed / debarred in
the past by any Central / State Govt. department all over India, if any, or any of its partner /
proprietor / director / member have been blacklisted for breach of terms and conditions of
the agreement, shall not be eligible for offering tenders and the individual / partnership firm /
Public Limited Company / Pvt. Limited Company / consortium firm/ registered society /
registered co-operative society / registered marketing associations / registered RWAs shall
be required to furnish an undertaking to this effect along with tender form.
10. Any person/ party/ firm or registered parking contractor who is disqualified or ineligible to
participate in the tender according to the aforesaid conditions shall not be qualified to offer
the tender in the name of its associate concern subsidiaries/ principals/ front and the
commissioner/authorized officer on his behalf may declare the tenderer disqualified on this
ground, if he is of the opinion that the said tenderer is acting in collusion with for the benefit
of any other party who would have been disqualified to participate in tender of his own.
1.1.
It is proposed to have a Two Cover System for this Tender process as under:
a)
b)
Part I
Part II
-
Pre- Qualification Bid; and
Financial Bid.
1.2.
Each copy of Pre-Qualification Bid and Financial Bid of the Bidder should be put in separate
sealed covers super scribing the wordings "Envelope A – Part I - Pre-Qualification Bid" and
" Envelope B – Part II - Financial Bid" respectively. Each copy of Pre- Qualification Bid
should also be marked as "Original” and "Copy". In the event of discrepancy between the
original and the copy, the Original shall prevail. For financial bid, only single (original) copy
should be put in sealed cover.
1.3.
The copies, of each Bid, must be put in a single sealed cover super scribing the wordings
"Part I - Pre-Qualification Bid" and “Part II - Financial Bid” as the case may be.
It must be noted that License Fee quoted should not be indicated in the PreQualification Bid and must be indicated in the Financial Bid only.
1.4.
The cover containing Two copies of Pre-Qualification Bid and the cover containing single copy
of Financial Bid, prepared in accordance with Clause 1.3, must be put in another envelope
and this envelope should be clearly marked “Allotment of North Delhi Municipal
Corporation Authorized Parking Sites on Monthly License Fee Basis”. The Bid Covers
are to be kept in a single sealed cover super scribed with Tender Number, Due Date, Item
number and the wordings “DO NOT OPEN BEFORE 14.00 hours on 07 July, 2015”.
1.5.
The cover thus prepared must also indicate clearly the name, address and telephone
number of the Bidder, to enable the Bid to be returned unopened in case it is declared
"Late".
Page 15 of 48
1.6.
Each copy of each of the Bid should be a complete document and should be bound as a
volume. The document should be page numbered and appropriately flagged and
contain the list of contents with page numbers. Different copies must be bound
separately. The deficiency in documentation may result in the rejection of the Bid.
1.7.
The Bidder must also provide the Pre-Qualification and Financial Bids in the respective covers,
in soft copy in MS Excel/ MS Word format only, in the form of a non-re-writeable CD
(Compact Disc).
o
o
Two copies of CD containing the Pre-Qualification Bid
Two copies of CD containing the Financial Bid
1.8.
The CD’s would be sealed along with the hard copies of the respective Pre-Qualification and
Financial Bids. In case of any discrepancy in the contents of the documents, the
information furnished on original paper document shall prevail over the soft copy.
2.
Cost of Tender Document
2.1.
The Bidder shall bear all costs associated with the preparation and submission of its Bids,
including cost of presentation for the purposes of clarification of the Bids, if so desired by the
North D.M.C The North D.M.C will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the Tender Process.
3.
Contents of the Tender Document
3.1.
The Schedule of Requirements & Scope of Goods/ Services of the Goods/ Services required,
Bid procedures and Contract terms are prescribed in the Tender Document. In addition to
Section 1 - Invitation for Bid, the Tender Document includes:
a)
b)
Section 2 Section 3 -
c)
Section 4 -
d)
Section 5 -
Instructions to Bidders;
This Section comprises of following Sections:
Section 3A - Agreement Form
Section 3B - General Conditions of Contract
This Section comprises of following Sections:
Section 4.1 - Pre-Qualification Bid
Section 4.2 - Financial Bid
This Section comprises of following Appendices
Appendix A - Format for Power of Attorney for Signing of the Bid.
Appendix B - Format for Information Regarding Any Conflicting
Activities and Declaration Thereof.
3.2.
The Bidder is expected to examine all instructions, forms, general terms & conditions, and
Schedule of requirements in the Tender Document. Failure to furnish all information
required by the Tender Document or submission of a Bid not substantially responsive
to the Tender Document in every respect will be at the Bidder's risk and may result in
the rejection of the Bid.
4.
Amendment of Tender Document
4.1.
At any time prior to the last time and date for receipt of Bids, the North D.M.C, may, for any
reason, whether at its own initiative or in response to a clarification requested by a prospective
Bidder, modify the Tender Document by an amendment.
4.2.
The amendment will be notified in writing or by e-Mail to all the prospective Bidders who
have sought clarification on the Tender Document and will be binding on them. The
amendment will also be uploaded on the Website “www.mcdonline.gov.in” of North
D.M.C.
4.3.
In order to provide prospective Bidders reasonable time in which to take the amendment into
account in preparing their Bids, the North D.M.C may, at its discretion, extend the last date for
the receipt of Bids.
5.
Language of Bids
5.1.
The Bids prepared by the Bidder and all correspondence and documents relating to the Bids
exchanged by the Bidder and the North D.M.C, shall be written in the English language.
6.
Documents Comprising the Bids
6.1.
The Bids prepared by the Bidder shall comprise of the following components:
a)
The Pre-Qualification Bid should comprise of Annex 4.1.1, Annex 4.1.2 and Annex
4.1.3 along with Documents/ Supporting Documents to be enclosed in respect of
conditions of eligibility for Pre-Qualification (Please refer to Clause 13 of Section 2 –
Instructions to Bidders).
Page 16 of 48
b)
The Financial Bid (Section 4.2 - Financial Bid) comprising of Annex 4.2.1 along with
“Schedule of Rates and Duration”.
7.
Monthly License Fee
7.1
The Bidder shall indicate in the format prescribed at Annex 4.2.1 of Section 4.2, the Monthly
License Fee for providing Parking Services, it proposes to provide under the Contract.
Transparent Cellophane Tape should be pasted over the Total Amount quoted, in
figures and words, failing which the Financial Bid may be treated as non-responsive.
7.2
In the absence of above information, as requested in Clause 7.1, a Bid shall be considered
as incomplete and summarily rejected.
7.3
There shall be a minimum reserve Monthly License Fee fixed for each parking site which shall
not be less than Rs.10,000/- in any case.
7.4
There will be separate minimum Reserve Monthly License Fee (RMLF) for each of the parking
site as per their size/ economic potential etc. as mentioned against the site in the NIT (Notice
Inviting Tender). The same is reproduced below:
S.
No.
Parking Site Description
1
Kucha Portion Outside MLUG Parade
Ground
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Ajmal Khan Part-1
Ajmal Khan Part-2
Qutab Road Near Sadar Bazar
Railway
MLUG Model Town-II
Jagat Cinema Murga Mkt.
Jeevan Mala Hospital
Bhagirath Palace
JD Block Pitampura
Old Rajender Nagar Market
Transport Authority Mall Road, in front
of Kothi No.10
Commercial Complex Pentamide
Hospital Gujrawalan Town
East & West Patel Nagar
Railway Reservation Office Rohini
Sec-17
Aruna Asaf Ali Hospital
Trinagar to Inderlok Metro Station
Around M2k Rohini Commercial
Complex
Bhagwan Mahavir Hospital Pitampura
BQ Market Shalimar Bagh
Telephone Exchange Near Jaipur
Page 17 of 48
Reserve
Monthly
License Fee
(in Rupees)
Will be
provided in
addendum /
corrigendum
286000
244000
169000
127000
113000
85000
83000
64000
58000
Map available
in appendix D
of Tender
Documents
Will be
provided in
addendum /
corrigendum
C1
C2
C3
MLUG
C4
C5
C6
C7
C8
46000
C9
26000
C10
26000
26000
23000
19000
13000
13000
13000
13000
C11
C12
C13
C14
C15
C16
C17
C18
Golden Hospital
Page 18 of 48
8.
Earnest Money Deposit (EMD)/ Bid Security
8.1
The Bidder shall have to deposit an amount equal to three times the reserve monthly licence
fee fixed for the site as Earnest Money Deposit (EMD)/ Bid Security, by way of Bank Draft
along with the Pre-Qualification Bid.
8.2
The EMD shall be denominated in Indian Rupees, and shall be in the form of a Bank Demand
Draft/ Pay Order issued by a Nationalized/ Scheduled Bank. The Bank Demand Draft/ Pay
Order must be drawn in favor of “Commissioner, North Delhi Municipal Corporation” and
payable at New Delhi.
8.3
The EMD is required to protect the North D.M.C against the risk of Bidder’s conduct which
would warrant the security's forfeiture, pursuant to Clause 8.6.
8.4
The EMD will be kept as security deposit in case of the Successful Bidder and shall not be
adjustable towards Monthly License Fee (hereinafter referred to as “MLF”). The EMD of
successful Bidder will be refunded to him after successful completion of contract agreement
period, without any interest on it.
8.5
Bids submitted without the Earnest Money Deposit (EMD)/ Bid Security will be rejected
summarily.
8.6
The EMD will be forfeited:
a)
if a Bidder withdraws its Bid during the period of Bid validity specified by the Bidder in
the Bid; or
b)
in the case of a successful Bidder, if the Bidder fails:
(i)
(ii)
to execute the Agreement in accordance with Clause 26; or
to furnish Contract Performance Security in accordance with Clause 27.
8.7
Earnest money in respect of unsuccessful Bidder will be refunded/ returned without any
interest, unless the same is forfeited for some other reasons.
9.
Period of Validity of Bids
9.1
The validity of the offer shall be 90 days from the date of opening of Pre-Qualification Bids
prescribed by the North D.M.C and the same cannot be withdrawn by the Bidder before the
expiry of validity period, otherwise EMD shall be forfeited and the Bidder shall be blacklisted
for further tenders, besides other action being taken against him. A Bid valid for a shorter
period shall be rejected by the North D.M.C as non-responsive.
9.2
In exceptional circumstances, the North D.M.C may solicit the Bidder's consent to an
extension of the period of validity of the Bids. The request and the responses thereto
shall be made in writing or by e-Mail. A Bidder may refuse the request without forfeiting its
EMD. A Bidder granting the request will not be required nor permitted to modify its Bid.
10.
Format and Signing of Bid
10.1
The Bidder shall prepare two copies of each Bid, clearly marking each "Original”, and "Copy"
as appropriate in accordance with Clause 1. In the event of any discrepancy between them,
the original shall govern.
10.2
The “Original” and “Copy” of the Bid shall be typed or written in indelible ink. The “Original”
and “Copy” shall be signed by the Bidder or a person or persons duly authorized to bind the
Bidder’s Firm/ Company to the Contract. The authorization shall be indicated by written
Power-of-Attorney, as per the format prescribed in Appendix A, accompanying the PreQualification Bid. All pages of the Pre-Qualification and Financial Bid shall be initialled and
stamped by the person or persons signing the Bid.
10.3
The Bid shall contain no interlineations, erasures or overwriting except as necessary to correct
errors made by the Bidder, in which case such corrections shall be initialled by the person or
persons signing the Bid.
11.
Revelation of License Fee
11.1
Monthly License Fee in any form or by any reason before opening of the Financial Bids
must not be revealed, failing which the Bid shall be liable to be rejected.
Page 19 of 48
12.
Local Conditions
12.1
The Bidder shall inspect the parking site which will be given on ‘as is where is’ basis and may
obtain necessary clarification, if any, regarding the same to his full satisfaction before offering
bid for the same. The Bidder shall acquaint himself of all the local conditions and the parking
sites conditions.
12.2
The Bidder should bid the amount by considering its entire potential to attract the customers
(vehicle owners). North D.M.C will not be responsible for any decline in the potential of
revenue at the parking site for any reason whatsoever.
13.
Conditions for Eligibility and Pre-Qualification of Bidders
13.1
The conditions for Eligibility and Pre-Qualification of Bidders are prescribed in Annex
4.1.3 of Section 4.1 of this Tender Document. Accordingly, for the purpose of PreQualification of Bidders, the Bidder must enclose in their Pre-Qualification Bid,
statement of qualification as per format prescribed in Annex 4.1.3, duly supported by
necessary documentary evidences, as applicable.
13.2
Failure to meet all the conditions prescribed in Annex 4.1.3 for Eligibility and
Pre-Qualification of Bidders and/ or failure to submit all the information/
supporting documents may render the Bidder not being Pre-Qualified.
14.
Sealing and Marking of Bids
14.1
The Bidders shall seal and mark the Original and each Copy of the Bid strictly in accordance
with Clause 1.
14.2
If the outer cover of the Bid is not sealed and marked as required by Clause 1, the North
D.M.C will assume no responsibility for the Bid's misplacement or premature opening.
15.
Last Date for Receipt of Bids
15.1
Bids will be received by the North D.M.C at the address specified under Clause 5(b) of
Section 1 not later than the time and date specified in Clause 5(c) of Section 1. In the event
of the specified date for the receipt of Bids being declared a holiday for the North D.M.C, the
Bids will be received up to the appointed time on the next working day.
15.2
The North D.M.C may, at its discretion, extend the last date for the receipt of Bids by
amending the Tender Document in accordance with Clause 4, in which case all rights and
obligations of the North D.M.C and Bidders previously subject to the last date will thereafter be
subject to the last date as extended.
16.
Late Bids
16.1
Any Bid received by the North D.M.C after the last date and time for receipt of Bids prescribed
by the North D.M.C, pursuant to Clause 5(c) of Section 1, will be rejected and/or returned
unopened to the Bidder.
17.
Address for Correspondence
17.1
The Bidder shall designate the official mailing address, place, e-Mail and fax number to which
all correspondence shall be sent by the North D.M.C.
Page 20 of 48
18.
Opening of Bids by North D.M.C
18.1
18.5
On the basis of information furnished in the Pre-Qualification Bid, pursuant to Clause 13,
Bidders will be pre-qualified. The Bid of Bidders, who do not qualify at this stage, will not be
taken up for further evaluation, and the sealed Financial Bid of such Bidders will be
returned unopened immediately.
Bids of only Pre-qualified Bidders will be taken up for further evaluation of their
Financial Bid.
The North D.M.C will open the Bids, in the presence of the representatives of the Bidders who
choose to attend, at the time, date and place, as mentioned in Clause 5 of Section 1 of this
Document.
The Bidders' names, modifications, Bid withdrawals and the presence or absence of the
requisite Tender document fee, EMD and such other details as the North D.M.C, at its
discretion, may consider appropriate will be announced at the Bid opening.
The North D.M.C will prepare minutes of the meeting held for opening of the Bids.
19.
Clarifications
19.1
When deemed necessary, the North D.M.C may seek clarifications on any aspect from the
Bidder. However, that would not entitle the Bidder to change or cause any change in the
substance of the Bid submitted or price quoted.
20.
Preliminary Examination
20.1
The North D.M.C will examine the Bids to determine whether they are complete, whether
required Tender Document Fee and EMD have been furnished, whether the documents have
been properly signed, and whether the Bids are generally in order.
Arithmetical errors will be rectified on the following basis. In the event of any difference
between figures and words, the amount indicated in words shall prevail. If the Bidder does not
accept the correction of errors, its Bid will be rejected.
A Bid determined as not substantially responsive will be rejected by the North D.M.C
and may not subsequently be made responsive by the Bidder by correction of the nonconformity.
The North D.M.C may waive any minor informality or non-conformity or irregularity in a Bid
which does not constitute a material deviation, provided such waiver does not prejudice or
affect the relative ranking of any Bidder.
18.2
18.3
18.4
20.2
20.3
20.4
21.
Contacting the North D.M.C
21.1
No Bidder shall contact the North D.M.C on any matter relating to its Bid, from the time of the
Bid opening to the time the Contract is awarded.
21.2
Any effort by a Bidder to influence the North D.M.C’s Bid evaluation, Bid comparison or
Contract award decisions may result in the rejection of the Bidder’s Bid.
22.
Evaluation of Bids
22.1.
Phase I: Evaluation of Pre-Qualification Bids
Pre-Qualification Bids will be opened in the presence of representatives of the Bidders who
choose to be present as per the date indicated by the North D.M.C. A detailed analysis will be
subsequently carried out by the North D.M.C.
Pre-Qualification Bids which meet the above mentioned criteria will be eligible for
consideration in the subsequent round(s). If required, the North D.M.C may seek specific
clarifications from any or all Bidder(s) at this stage. The North D.M.C shall determine the
Bidders that qualify for the next phase after reviewing the clarifications provided by the
Bidder(s).
22.2.
Phase II: Evaluation of Financial Bids
In this phase, the Financial Bids of the Bidders, who are pre-qualified in Phase I, shall be
opened in the presence of representatives of the Bidders who choose to be present as per the
date indicated by the North D.M.C.
Criteria for Determination of the Best Evaluated Financial Bid
The Bidder, who has quoted the highest Monthly License Fee in its Financial Bid,
Page 21 of 48
will be evaluated as the Best Evaluated Bid (H1).
23.
North D.M.C's Right to Accept Any Bid and to Reject Any or All Bids
23.1
The North D.M.C reserves the right to accept any Bid, and to annul the Tender process and
reject all Bids at any time prior to award of Contract, without thereby incurring any liability to
the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the
grounds for the North D.M.C's action.
24.
Acceptance of Tender/ Bid:
24.1
The officer opening the tenders may without assigning any reason cancel the tender bid or
negotiate with the highest Bidder.
24.2
The offer/ bid made by the Bidder shall be subject to acceptance by the Competent Authority
of North D.M.C or any other officer authorised/ delegated by him.
24.3
Parking license will be given to the highest bidder, even if there is valid single bidder. But, no
bid quoting MLF less than the minimum Reserve MLF will be accepted.
24.4
In case, there are two successful highest bidders, with matching bids, the H-1 will be
declared by lucky draw system under the supervision of competent authority of the
North D.M.C in the presence of both the bidders.
24.5
In case H- 1 fails to accept the offer within 15 days and refuses to take possession of the site
within the stipulated period then the site will be offered to H-2 bidder if he is willing to operate
the site at the same amount as offered by the H-1 bidder. However, if H-2 also does not
accept the offer or take possession then the site will be re-tendered.
24.6
Prior to the expiry of the period of Bid validity, the North D.M.C will issue an Offer Letter to the
successful Bidder in writing by registered letter or by e-Mail, to be confirmed in writing by a
registered letter, that its Bid has been accepted.
25.
Agreement to be executed
25.1
The successful Bidder shall execute an agreement with the North D.M.C in the format to
be supplied by the North D.M.C on a non-judicial stamp paper of Rs. 50/- duly attested
by 1st Class Magistrate or Oath Commissioner, to be purchased and provided by the
said Bidder within 10 days of acceptance of the offer, failing which the earnest money
shall be forfeited and offer by the North D.M.C shall be deemed to have been cancelled.
26.
Remaining EMD/ Security Deposit/ Bank Guarantee/ F.D.R.
26.1
Within 15 days of the issuance of offer letter the successful bidder shall have to deposit
a) the difference of amount of quoted MLF for 03 months and reserve monthly licence fee for
03 months (i.e., EMD Amount) as part of Security Deposit over and above the EMD already
deposited along with the bid by way of demand draft in favour of Commissioner, North DMC,
payable at New Delhi.
b) Bank Guarantee or Fixed Deposit in the name of Commissioner, North DMC by a
Scheduled/ Nationalized Bank of the amount equivalent to the 3 (three) times of the quoted
Monthly Licensee Fee (MLF) valid for the entire period of the license agreement plus six
months thereafter.
26.2
Failure of the successful Bidder to comply with the requirement of Clause 26 and/or Clause
27 shall constitute sufficient grounds for the annulment of the offer and forfeiture of the EMD,
in which event the North D.M.C may award the Contract to the next best evaluated Bidder or
call for new Bids.
27.
Litigation History
Any entity which has been debarred/ blacklisted by any Central/ State Government, or any
entity controlled by it, from participating in any assignment/ project, and the bar subsists as on
the date of Application (even if the litigation is pending on the same dispute (debarred /
blacklisted) under the jurisdiction/ arbitration/ laws), shall not be eligible to submit the Bid.
28.
Fraud and Corrupt Practices
(i)
The Bidders and their respective officers, employees, agents shall observe the highest
standard of ethics during the selection process. Notwithstanding anything to the
contrary contained herein, North D.M.C may reject a Bid without being liable in any
manner whatsoever to the Bidder if it determines that the Bidder has, directly or
Page 22 of 48
indirectly or through an agent, engaged in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice in the selection process.
(ii)
Without prejudice to the rights of North D.M.C hereinabove, if the Bidder is found by
North D.M.C to have directly or indirectly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice during the selection process, such Bidder shall not be eligible to
participate in any of Tender issued by North D.M.C during a period of 2 (two) years
from the date such Bidder is found by R.P. Cell / North D.M.C to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice, as the case may
be.
(iii)
For the purposes of this, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a)
“Corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of any person
connected with the selection process (for avoidance of doubt, offering of
employment to, or employing, or engaging in any manner whatsoever, directly
or indirectly, any official of the North D.M.C who is or has been associated in
any manner, directly or indirectly, with the selection process or the Offer Letter
or has dealt with matters concerning the agreement or arising there from,
before or after the execution thereof, at any time prior to the expiry of one year
from the date such official resigns or retires from or otherwise ceases to be in
the service of the North D.M.C, shall be deemed to constitute influencing the
actions of a person connected with the selection process); or (ii) engaging in
any manner whatsoever, whether during the selection process or after the
issue of the Offer Letter or after the execution of the agreement, as the case
may be, any person in respect of any matter relating to the Project or the Offer
Letter or the agreement, who at any time has been or is a legal, financial or
technical adviser of the North D.M.C in relation to any matter concerning the
Project;
(b)
“Fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
selection process;
(c)
“Coercive practice” means impairing or harming or threatening to impair or
harm, directly or indirectly, any person or property to influence any person’s
participation or action in the selection process;
(d)
“Undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the North D.M.C with the objective
of canvassing, lobbying or in any manner influencing or attempting to influence
the selection process; or (ii) having a Conflict of Interest; and
(e)
“Restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Bidders with the objective of restricting
or manipulating a full and fair competition in the selection process.
Page 23 of 48
Section 3A - Agreement
LICENSE AGREEMENT
(All notes should be deleted in final text)
THIS AGREEMENT (hereinafter called the “Contract”) made the [day] day of the month of [month],
[year]
Between
The North Delhi Municipal Corporation acting through Deputy Commissioner/ Addl. Deputy
Commissioner (R.P. Cell), North Delhi Municipal Corporation (hereinafter "the North D.M.C ") of
one part and shall be deemed to include any other representative authorized by the Commissioner,
North Delhi Municipal Corporation
And
________________(Name of the Selected Bidder) (hereinafter called "the Licensee") of the other
part and shall be deemed to include the Second Party’s successors, representatives (approved by the
First Party), heirs, executors, administrators and permitted assigns, as the case may be, unless
excluded by the terms of the Contract, having its registered office at ______________________.
WHEREAS
(a)
the North D.M.C has requested the Licensee to provide certain Services as
defined in this Contract (hereinafter called the “Parking Services”);
(b)
the Licensee, having represented to the North D.M.C that it has the
required professional skills, and personnel and resources, has agreed to
provide the Parking Services on the terms and conditions set forth in this
Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1.
The following documents attached hereto shall be deemed to form an integral
part of this Contract:
(a)
(b)
(c)
2.
The General Conditions of Contract;
Annexure A – List of Parking Site (s)
Annexure B – Monthly License Fee
The mutual rights and obligations of the North D.M.C and the Licensee shall be as
set forth in the Contract, in particular:
(a)
the Licensee shall provide Parking Services at the Parking Site (s), as per
Annexure A, in accordance with the provisions of the Contract; and
(b)
the Licensee shall make payments towards the Monthly License Fee, as per
Annexure B, to the North D.M.C in accordance with the provisions of the
Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.
Signed, Sealed and Delivered for & on Signed, Sealed and Delivered for and
behalf of the Licensee
on behalf of the Commissioner, North
D.M.C
Signed
Name
Designation
Date
Place
: _________________
:_________________
:
: New Delhi
Signed
Name
Designation
Date
Place
in the presence of :
: ______________________
: ______________________
:
: New Delhi
in the presence of :
Page 24 of 48
Name
: _________________
Designation : _________________
Date
:
Place
: New Delhi
Name
Designation
Date
Place
Page 25 of 48
: ______________________
: ______________________
:
: New Delhi
Section 3B – General Conditions of Contract (GC)
1
General Provisions
1.1
Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract
have the following meanings:
1.2
(a)
“Applicable Law” means the laws and any other instruments having the force of law
in India.
(b)
“North D.M.C” means the North Delhi Municipal Corporation and shall be deemed to
include any other representative authorized by the Commissioner, North Delhi
Municipal Corporation.
(c)
“Licensee” means any individual / partnership firm / public limited company / private
limited company / consortium firm (of not more than 03 entities with the condition that
one should be principal entity with more than 50% stakes in the consortium)/
registered society / registered co-operative society / registered marketing association /
registered RWA etc. that will provide the Parking Services at the Parking Sites under
the North D.M.C under the Contract.
(d)
“GC” means these General Conditions of Contract.
(e)
“Contract” means the License Agreement signed by the Parties and all the attached
documents listed in its Clause 1 of the License Agreement, that is, the General
Conditions (GC) and the Annexures.
(f)
“Monthly License Fee” means the License Fee to be paid by the Licensee to the
North D.M.C, for providing Parking Services at the Parking Sites under the jurisdiction
of North D.M.C, in accordance with Clause 7 of GC;
(g)
“Effective Date” means the date on which this Contract comes into force and effect
pursuant to Clause 2 of GC.
(h)
“Local Currency” means the currency of India.
(i)
“Party” means the North D.M.C or the Licensee, as the case may be, and “Parties”
means both of them.
(j)
“Personnel” means persons deployed/ hired by the Licensee and assigned for
providing the Parking Services or any part thereof under this Contract.
(k)
“Services” means the Parking Services to be provided by the Licensee at the Parking
Sites under the jurisdiction of North D.M.C pursuant to this Contract.
(l)
“In writing” means the communication in written form with proof of receipt.
Interpretation
In this Contract unless a contrary intention is evident:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
1.3
the clause headings are for convenient reference only and do not form part of this
Contract;
unless otherwise specified a reference to a clause number is a reference to all of its
sub-clauses;
unless otherwise specified a reference to a clause, sub-clause or section is a
reference to a clause, sub-clause or section of this Contract including any
amendments or modifications to the same from time to time;
a word in the singular includes the plural and a word in the plural includes the singular;
a word importing a gender includes any other gender;
a reference to a person includes a partnership and a body corporate;
a reference to legislation includes legislation repealing, replacing or amending that
legislation;
where a word or phrase is given a particular meaning it includes the appropriate
grammatical forms of that word or phrase which have corresponding meanings.
in the event of an inconsistency between the terms of this Contract and the Tender
and the Bid, the terms hereof shall prevail.
Law Governing Contract
This Contract, its meaning and interpretation, and the relation between the
Parties shall be governed by the Applicable Laws of India.
Page 26 of 48
1.4
Language
This Contract has been executed in English, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of
this Contract.
1.5
Notices
1.5.1
Any notice, request, letter or consent required or permitted to be given or made
pursuant to this Contract shall be in writing. Any such notice, request, letter or
consent shall be deemed to have been given, made or delivered, when delivered in
person to an authorized representative of the Party to whom the communication is
addressed, or when sent to such Party at the address specified through registered
post, e-mail ID, etc.
1.6
Parking Sites
The Parking Services shall be performed at such Parking Sites as are specified in
Annexure A hereto.
1.7
Taxes and Duties
1.7.1
The Licensee, and their Personnel shall pay such direct/ indirect taxes, duties, fees,
and other impositions levied under the Applicable Laws of India.
1.7.2
TCS u/s 206 C (IC) of IT Act 1961: As per the provision of section 206C (IC)
inserted by the Finance 9 no. 2) Act, 2004 w.e.f. 01.10.2004 of Income Tax 1961, the
Licensee shall be required to deposit TCS @ 2% alongwith surcharge and Education
cess on license fee as applicable from time to time.
1.7.3
The liability of all applicable taxes cess and fee or which may be made applicable
due to change in Law or whatever reason shall vest with the Licensee being service
provider at the rates notified/ revised by the Govt. of India or any agencies from time
to time. The liability to pay the service tax rests on the parking contractor and he/she
will pay the service tax to the GOI and accordingly his/ her quotation of MLF should
be made taking this into account.
1.8
Fraud and Corruption
1.8.1
It is the North D.M.C’s policy to require that the North D.M.C as well as the
Licensee observe the highest standard of ethics during the selection and execution
of such contracts. In pursuance of this policy, the North D.M.C:
(a)
defines, for the purpose of this provision, the terms set forth below as follows:
(i)
“corrupt practice” means the offering, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of a public official in the selection process or in
Contract execution;
(ii)
“fraudulent practice” means a misrepresentation or omission of facts in order to influence a
selection process or the execution of a Contract;
(iii)
“collusive practices” means a scheme or arrangement between two or more Agencies,
with or without the knowledge of the North D.M.C, designed to establish prices at artificial, noncompetitive levels;
(iv)
“coercive practices” means harming or threatening to harm, directly or indirectly, persons
or their property to influence their participation in a procurement process, or affect the
execution of a Contract;
1.8.2
Measures to be taken by the North D.M.C
(a)
The North D.M.C may terminate the Contract if it determines at any time that
representatives of the Licensee were engaged in corrupt, fraudulent, collusive or
coercive practices during the selection process or the execution of that Contract,
without the Licensee having taken timely and appropriate action satisfactory to the
North D.M.C to remedy the situation;
Page 27 of 48
(b)
2.
The North D.M.C may also sanction against the Licensee, including declaring the
Licensee ineligible, either indefinitely or for a stated period of time, to be awarded a
Contract if it at any time determines that the Licensee has, directly or through an
agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for,
or in executing, an North D.M.C-financed Contract.
Duration of License
:
The license will be for duration of two years with effect from the date of handing over the site to the
licensee but the agreement shall be renewed after the expiry of one year with the enhancement of
monthly license fee by 10% (ten percent) for the next year, subject to the satisfactory completion of
period of first year of contract. Satisfactory completion implies that there should not be any dues
pending against the contractor. However, if the allottee/ licencee continue to operate the site after
expiry of period, he shall be liable to pay to the corporation the misuse/damages charges @ double the
monthly license fee for such period of unauthorized occupation.
3.
(e)
Earnest Money/ Security Deposit / Bank Guarantee/ Monthly License Fee:
There shall be a minimum monthly reserve license fee fixed for each parking site which shall
not be less than Rs.10,000/- in any case. There will be separate minimum reserve price for
each of the parking site as per their size/ economic potential etc. and same will be mentioned
against the site in the Notice Inviting Tender (NIT). The tenderer shall have to deposit an
amount equal to three times the Minimum Reserve Monthly Licence Fee (RMLF) for the site
as Earnest Money Deposit (EMD), by way of Bank Draft along with tender form.
The
Security Deposit to be paid by the successful bidder shall be the three months quoted MLF.
Accordingly, the successful bidder shall deposit the difference of amount of quoted MLF for
03 months and reserve monthly licence fee for 03 months (i.e., EMD Amount) as part of
Security Deposit over and above the EMD already deposited along with the bid. These
earnest money deposit(s) shall have to be made through demand draft in favour of
Commissioner, North DMC, payable at New Delhi and within fifteen days of the issuance of
offer letter. This will be kept as security deposit in case of H1 and not adjustable
towards MLF which will be refunded to him after successful completion of contract
agreement period, without any interest on it. Tenders submitted without the earnest
money will be rejected summarily. The EMD will be forfeited in case the tenderer does not
accept the offer of allotment from the NORTH DMC / RP Cell within 15 days (fifteen days) of
issue of offer letter.
(f)
A Bank Guarantee or Fixed Deposit in the name of Commissioner, North DMC by a
Scheduled/ Nationalized Bank of the amount equivalent to the 3 (three) times of the quoted
Monthly Licensee Fee (MLF) valid for the entire period of the license agreement plus six
months thereafter has to be made within 15 days of issue of offer letter.
(g)
The successful bidder/ Licensee shall deposit, within 05 days (five days) from the date of
issuance of allotment letter/ handing over of the parking site - the proportionate monthly
license fee in the form of DD (payable to Commissioner, North DMC) for the month in which
allotment is made and one calendar advance MLF. For instance, if the allotment letter is
issued on 9th of October, the licensee shall deposit proportionate license fee for October and
full MLF for the month of November by 14th October. Payments thereafter for subsequent
months shall be deposited by the licensee in advance on monthly instalment basis before
the end of the month for which the advance MLF is already paid and in no case beyond the
Page 28 of 48
5th of every next month (called the last due date) vide a demand draft drawn in favour of
Commissioner, North DMC.
(h)
The above said procedure for deposition of MLF on monthly basis will be followed by the
contractor for the second year of the contract, if extended, with 10% enhancement in MLF of
the first year.
(i)
All these payments should be made from the corresponding bank account of the concerned
Individual/ Partnership firm/ Public Limited Company/ Pvt. Limited Company etc. who
is successful bidder subject to satisfactory performance during the period.
(j)
In case of failure to deposit the license fee in time, interest @ 18% p.a. will be levied from the
due date of the deposit until the date of deposit. In case of delay upto 14 days, interest shall
be payable for 15 days and for delay of more than 15 days (upto 30 days), interest payable
shall be for one month. In case License fees is not paid on due date, a notice will be issued
to the Licensee to pay his dues within 07 days, if dues are not cleared in that period, notice
for cancellation of the contract will be issued by giving time of another 07 days. If even then,
dues are not paid contract will be cancelled immediately and the parking taken over by the
North DMC. On delayed payment, interest @ 18% p.a. on entire outstanding amount will be
levied up-to the date of clearing the dues or date of cancellation.
(k)
In no way, monthly license fee be retained by the contractor, failing which, the same shall be
treated as breach of contract and make the contract liable for termination.
(l)
Advance deposition of Monthly License Fee (MLF) does not create any right or lien in favour
of the parking licensee to use and operate the parking for the said term. In case violation of
any terms & conditions is noticed at any stage whatsoever, the parking license will be liable
for cancellation.
4.
(a)
Responsibility of tenderer before offering bid:
The tenderer shall inspect the parking site which will be given on ‘as is where is’ basis and
may obtain necessary clarification, if any, regarding the same to his full satisfaction before
offering bid for the same. The tenderer shall acquaint himself/ herself of all the local
conditions and the parking sites conditions.
(b)
The tenderer should bid the amount by considering its entire potential to attract the
customers. North DMC will not be responsible for any decline in the potential of revenue at
the parking site for any reason whatsoever. Any claim for remission on the basis of harm to
business interest on extraneous / unforeseen conditions / reasons whatsoever shall be
summarily rejected by the North DMC without any kind of response to the licensee and the
licensee shall not be entitled to make any claim / remission on that account, except the
circumstances as mentioned under condition no. 5(c).
(c)
The remission can be allowed by the competent authority in exceptional circumstances
involving natural calamity occurred beyond control of any person, keeping parking site closed
as per approval of competent authority of North DMC / Delhi Police / compensation / repair /
maintenance works by Govt. Agencies, Competent Authority. North DMC would consider on
case to case basis subject to verification confirmation by the concerned department.
Page 29 of 48
5.
(a)
Advertisement boards kiosks may be allowed by NORTH DMC:
North DMC shall reserve the right of putting up advertisement boards and kiosks on the
boundary or within the parking site either for itself or through authorized advertiser / any other
agency. North DMC shall also reserves the right to auction /allot such number of security
booth / other stall etc. as may be considered appropriate in specific well demarcated areas
within or along the boundary of the parking site separately.
(b)
The contractor is not allowed to allow any untoward slogan / pictures with in the premises of
the parking site. The parking site will not be used or permitted to be used by the licensee for
exhibition/ display or any hoarding advertisement etc. and no indecent/ obnoxious for such
other activity as may cause nuisance/ embarrassment to the general public shall be carried
or permitted to be carried in the parking site and the decision of the North DMC in this regard
shall be final and binding.
(c)
In case the licensee/ contractor of the particular parking site is found displaying any hoarding,
display, commercial advertisement etc., that shall tantamount to unauthorized encroachment
and violation of terms and conditions warranting penalty for such act on part of the
contractor. North DMC reserves the rights to allow advertisement rights in parking lots to the
registered advertiser(s) through separate tender.
6.
(a)
Acceptance of tender / bid:-
The officer opening the tenders may without assigning any reason cancel the tender bid or
negotiate with the highest tenderer. The validity of the offer shall be 90 days and the same
cannot be withdrawn by the tenderer before the expiry of validity period, otherwise EMD shall
be forfeited and the tenderer shall be blacklisted for further tenders, besides other action
being taken against him.
(b)
The offer/bid made by the tenderer shall be subject to acceptance by the competent
authority, North DMC or any other officer authorised / delegated by him. Earnest money in
respect of unsuccessful tenderer will be refunded / returned without any interest, unless the
same is forfeited for some other reasons.
(c)
Parking license will be given to the highest bidder, even if there is valid single bidder. But, no
bid quoting MLF less than the minimum Reserve MLF will be accepted.
(d)
In case, there are two successful highest bidders, with matching bids the H-1 will be declared
by lucky draw system under the supervision of competent authority of the North DMC in the
presence of both the bidders.
(e)
In case H-1 fails to accept the offer within 10 days and refuses to take possession of the site
within the stipulated period then the site will be offered to H-2 bidder if he is willing to operate
the site at the same amount as offered by the H-1 bidder. However, if H-2 also does not
accept the offer or take possession then the site will be re-tendered.
7.
Agreement to be executed:-
The successful tenderer shall execute an agreement with the North DMC in the format to be supplied
by the North DMC on a non-judicial stamp paper of Rs. 50/- duly attested by 1st Class Magistrate or
Oath Commissioner, to be purchased and provided by the said tenderer within 10 days of acceptance
of the offer, failing which the earnest money shall be forfeited and offer by the North DMC shall be
deemed to have been cancelled.
8.
Parking Details
Page 30 of 48
(b)
North DMC will supply a map of the space together with demarcated exact area of site
allowed for the parking of Bus/ Tempo/ cars / scooters / motorcycles and the licensee shall
use the parking space strictly according to the map. This map shall be signed by the Suptd. /
Inspector of the RP Cell and by the licensee himself also at the time of handling / taking over
of the site. Use of parking site will be strictly as per terms of NIT and no vehicle other than
those permissible shall be allowed to be parked in the parking site. The space allotted, as
per map, will be allowed on roadside parking sites from the road berm and the area will be
marked epoxy yellow thermoplastic coats by the licensee within a week and submit a
certificate to this effect with photographs of the parking site to RP Cell (North DMC).
The time period for furnishing the requisite certificate extended to- upto 2 weeks vide
clarifications dated 25.11.2014 to the NIT 03/2014.
(c)
The licensee shall make arrangements for illuminations and signages on the site as per
approved design to be obtained from North DMC and shall clearly demarcate the parking
zone of the Vehicles per unit for the convenience of general public within seven days from
taking over the site and the licensee shall not allow parking on more than the permissible
space.
(d)
It is expected that the parking licensee shall inform the customer to take away moveable
items like mobile phones, purses, sun-glasses or any other valuable items before parking
their vehicles.
(e)
9.
All road surface parking will be of single lane only, unless otherwise specified.
Timings:-
The parking shall remain open round the clock and the licensee shall allow parking of vehicles at all
times except on valid reasons else non-availability of parking space. The Parking Licensee shall be
responsible to keep the parking lot neat & clean. At specified zero parking time (displayed on the
information board), the site must be free of any litter, garbage etc.
10.
Rates:-
The licensee shall be required to ensure that the following parking charges / fee for various categories
of vehicles shall be charged during the period of contract:DURATION
CAR
TWO WHEELER- SCOOTER/
MOTORCYLCE ETC.
Up-to 01 hour
Rs. 20
Rs. 10
Beyond 1 hour to 5 hours
Rs. 10/- per hour (subject to
Rs. 5/- per hour (subject to max.
(for every additional hour or
max. Rs. 50 for five hours)
Rs. 25 for five hours)
Beyond 5 hours & up-to 10
Rs. 10/- per hour (subject to
Rs. 5/-per hour (subject to max.
hours ( for every additional
max. Rs. 100 for ten hours)
Rs. 50 for 10 hours)
Beyond 10 hours
Rs. 10/- per hour (subject to
Rs. 5/- per hour (subject to max.
(for every additional hour or
max. Rs. 200 for 24 hours)
Rs. 100 for 24 hours)
Monthly
Rs. 1500
Rs. 500
Duration
Tempo (allowed only in
Bus/ Truck/ other equivalents
part thereof)
hour or part thereof)
part thereof)
parking under flyovers or
parking set up for the
tempos)
Up to 2 hour
60
80
Page 31 of 48
Up to 5 hour
90
120
5 to 10 hour
200
300
10 to 24 hour
300
500
Monthly
6000
9900

Parking Charges will be inclusive of Service Tax. Revised rates would be applicable with
effect from 1st November 2014.
Important Instruction:
a)
The buses / tempo / HMV / LMV shall not be allowed to be parked at the parking sites, where
it has not been specified.
b)
The licensee shall install / maintain computers, wherever feasible, with uninterrupted power
backup, at his own cost, at entry & exit points of the parking site to ensure proper and
undisputed monitoring the duration of time of the vehicle parked for charging the parking fee
from the owners of these vehicles and also for keeping the record of the vehicles parked.
c)
The licensee shall charge the parking charges only in conformity with the prescribed rates.
The licensee shall maintain the record of vehicles parked and parking fee charged for parking
the vehicles and inform the concerned police authorities every four months about the details
of unclaimed vehicles.
d)
Official/Sticker label vehicle of all the three Municipal Corporations, Govt. Of NCTD and Govt.
Of India, Hon’ble MPs, Hon’ble MLAs (Govt. of NCT of Delhi) & Municipal Councillors of all
the three Corporations of Delhi and accredited journalists shall be allowed free parking. The
contractor must issue free parking slips for these vehicles.
e)
North DMC reserves the right to revise the parking charges during the currency of the
agreement. In case of revision in parking charges, the license fee paid by the licensee shall
stand revised in the same proportion for the remaining period of the license.
11.
a)
Sign Board:-
The licensee shall display an illuminated glow-sign board (size 6 ft. X 4 ft.) at the entrance and
exit points of the parking site showing prominently there upon the following details:(Iron angle with GI sheet, blue background with white letter and North DMC logo, along-with the
map of parking site).
AUTHORIZED NORTH DMC PARKING SITE
Name & Address of the Zonal Office
Name of the Licensee (With Regn.NO,if Any)
License Number & Period of Validity ( With Dates)
Address & Contact number of the Parking Contractor
E- Mail ID of the Parking Contractor
Name & Contact number of the Supervisor
Number & Name of Workers Employed
Area Police Station & Contact Number
Area of Parking in Sq. Mtrs.
Category of Vehicles allowed
Zero Parking Hours
Parking Charges
Page 32 of 48
NB : -1. In case of any difficulty/ problem/ complaint please contact the area police station and/or
DC/ADC (RP Cell) North DMC at 16th Floor, Civic Centre, Minto Road, New Delhi110002. Phone No. (011-23226602 or send e-mail to North DMC at adc-rpcndmc@mcd.gov.in.
2. Complaint Register/ Box available with __________________________________
3. Vehicle parked beyond yellow line will be towed away by the Traffic Police or
by the North DMC treating it as encroachment on Public Land.
(b) Beside the display board, the Licensee will be required to display a board at the conspicuous space
at the parking lot carrying the following message and logo of the North DMC, as per the design and
colour as may be provided by the North DMC:-“THIS PARKING LOT BELONGING TO North DMC IS
BEING MAINTAINED BY _________________________________. IN CASE OF ANY DEFICIENCY
OR COMPLAINT, PLEASE CONTACT AT TELEPHONE NO. 011-23227505 OR SEND E MAIL TO
North DMC AT adc-rpc-ndmc@mcd.gov.inOR PARKING LICENSEE AT …………………………….”
(c) In case the parking is full, parking licensee shall provide a board at the entrance displaying
‘PARKING IS FULL, KINDLY SEEK ALTERNATE PARKING’ at his own cost, in order to avoid any
inconvenience to the intending visitors to the parking lot
12.
Duties
&
responsibilities
of
Licensee
w.r.t.
lighting/illumination,
cleanliness,
sanitation, fire fighting system, public address system, water logging, safety/security
etc. at the multi-level parking sites:-
The licensee shall make the following arrangements, at his own cost, round the clock at the parking
site.
a.
Complete illumination of entry & exit points of site with glow signs;
b.
Functional toilets;
c.
Drinking water facility
d.
General up keep and cleanliness within the parking site;
e.
Functional fire fighting systems;
f.
Functional public address system;
g.
Functional power back up through generators;
h.
Functional system for removal of water from the water logged portions(s), if any, due to
rain,
seepage etc.;
i.
Adequate lighting / illumination in the parking lot;
j.
Insurance of the site;
k.
Availability of optimum number of hand- held devices for issuance of parking slips and as
stand by.
The licensee shall not be entitled to any remission, whatsoever, on this score.
13.
Duties & responsibilities of Licensee w.r.t. prevention of encroachment /misuse at
Parking site.
(a)
The licensee shall not vend any article through any unauthorized vendor at parking site. The
licensee shall not permit washing / service /repair of vehicles or nuisance of any kind,
whatsoever, inside the parking site otherwise apart from the legal action of removal of such
nuisance, a fine of Rs. 5000/- shall be imposed upon the licensee. However, in such cases
where vendors/stalls/ kiosks are already in existence at parking site, due to allotment by the
RP Cell/Zone or under court orders/directions, the licensee shall ensure the possession and
confirm his acceptance/ acknowledgement in writing to this effect. It will be responsibility of
the licensee not to allow unauthorized encroachments in the parking site during currency of
his agreements otherwise the cost of demolishing such structure for unlawful concession
Page 33 of 48
shall be charged from the licensee. North DMC will be at liberty to remove encroachment
inside / around the parking site without notice.
(b)
The licensee shall in no case construct any temporary/permanent structure, moveable or
immoveable otherwise he will be liable to be prosecuted. The structure so constructed shall
be liable to be demolished at the risk and cost of the licensee. A penalty shall be imposed
upon the licensee as per DMC Act, 1957.
(c)
The site shall not be used for any purpose whatsoever, other than ‘parking of vehicles’, as
per the terms & conditions of the agreement.
14.
Duties and the responsibilities of the licensee w.r.t. Employees deployed for managing /
operating the parking site. No subletting allowed:-
(a)
The licensee shall manage the parking of vehicles, security of the site, cleanliness,
computerization, security (with CCTVs) wherever required either himself or through his
employees. Such employees of the licensee will be in uniform while on duty and will also
display / wear identification badges (as prescribed). He shall not sublet or allow any other
persons(s) to run the car/scooter parking on his/ her behalf. In order to ensure civilized
behaviour to his employees towards the general public.
So any minor/bad character/
persons with past or present criminal record shall not be employed and shall arrange for the
character antecedents, verification report in respect of each of his employees at his own cost,
from the police authorities under proper intimation to licensor. Certificate to this effect be
provided to RP Cell within a week of taking over the parking sites.
(b)
15.
The licensee shall comply with the directions of local police authorities given from time to
time.
Complaint register to be maintained by the licensee:-
The licensee shall maintain a complaint register, as per specification provided by North DMC, at
parking site and shall make it available to the vehicles owners to note down the complaints. North
DMC will have the right to check the complaint book as and when required and the complaint register
will be kept properly and place of its availability shall be mentioned on the signboard.
16.
Parking slips to be mandatory issued by the Hand Held Device:
The slips mentioning parking fee shall be issued to the commuters only through the Hand-Held Device,
to record the time of entry, the time of exit, amount of parking fee charged and the registration number
of the vehicles and such other details. This is mandatory and expenses there-for to be incurred by
each licensee. Certificate to this effect using hand held device to be submitted to the RP Cell within a
week after taking over the parking site. North DMC may require the data of the said hand – held device
to be transmitted to it.
(a)
Parking slips issued through handheld device or manually shall have the details showing the
Sl. No. the location of North DMC authorized parking site, name and address of the licensee
along with the period of availability of license along with other details with bold letter whereas
the other details which the contractor deems fit in conformity with the terms and conditions of
the license which may be printed in small font.
(b)
The records of the computerized slips for hand held device shall be maintained by the
licensee and North DMC shall have the right to demand/check this record at any time and the
licensee shall be bound to furnish the same within the given time.
17.
Licensee to be responsible for damage/loss to vehicles/ accessories during parking
etc.
Page 34 of 48
(a)
The licensee shall be liable and responsible for any theft of vehicle / accessories and the
damages / losses caused to the vehicles during its parking at the site. North DMC will not be
responsible or liable on any account for the same and North DMC will not be made a party to
any cycles/scooter/motorcycle/car etc. against loss, theft, damages riots, fire and /or other
natural accidents. Licensee shall pay the premium thereon regularly in respect of insurance
company and submit receipt to the DC/ ADC (RP Cell) along with the zerox copy of such
insurance policy premium receipt for verification. Licensee will make good the losses due to
theft, fire damages etc. to the owner of the vehicles. Licensee will get the insurance policy
renewed from time to time during the license period failing which his license will be liable to
be cancelled / terminated.
(b)
The licensee shall be liable and responsible for any loss of life and / or physical harm to the
public on account of negligence on the part of licensee in maintaining the site properly. In
case of multi storey car parking site, the licensee shall ensure that all the exit gates are open
and escape routes are operational round the clock.
(c)
The licensee shall not cause any damage to the North DMC property either by himself or
through his employees or general public. The licensee shall repair immediately, at his own
cost,
the
damages
that
may
have
been
(if
any)
caused
to
the
parking
wall/boundary/gate/advertisements etc. as a result of negligence during the parking of
vehicles. The decision of Addl. Commissioner (in-charge of RP Cell) will be final and binding
upon the licensee with regard to liability and quantum of damages to be paid by him.
(d)
The licensee shall be liable and responsible for a loss/damage caused in the parking or
arising out of the parking sites and he shall indemnify and keep indemnified the North DMC
in respect of the losses or damages or expenses of litigation at the North DMC may have to
incur in connection with the parking sites.
18.
Wooden Khoka for use by Licensee Demarcation of site safety of vehicles:-
A wooden khoka of dimension not exceeding 10 ft. X 8 ft. may be allowed to be constructed by the
Licensee at his cost during the period of agreement only. He can remove the same after the expiry of
the agreement period and shall have no claim whatsoever after that. The licensee shall ensure safety
of the vehicles. The licensee shall not allow parking of vehicles without parking slip. The licensee
shall ensure that the site is used in such a way that it does not obstruct the very passage of the
vehicles parked there, only the permissible number of rows /columns should be allowed for parking as
per site map.
Proper arrangement of lighting at the parking site will be the responsibility of the
licensee.
19.
(a)
Licensee to hand over possession, if so required by the Licensor:
In case the site is required by the Commissioner for a Municipal / public purpose, the
licensee shall have to hand over the vacant possession of the site at once. In case the site
is required for any particular period for the above purpose and the parking site remains
closed with prior permission of the competent authority which is beyond control of licensee
during the period of agreement, a proportionate amount of license fee for the vacant period
may be refundable to him, as per rules, if due.
(b)
North DMC reserves the right to revise the area and change the site of parking space / place
in the vicinity during the currency of the license. In case of revision of size of parking area
during the currency of the license the licensee fee will stand revised in the same proportion
for the remaining period of the license.
Page 35 of 48
(c)
The licensee shall not interfere with the work of construction by the North DMC or any other
Govt. agency of any drain, pipe of cable etc. and shall repair at his own cost damage which
may be caused to such works to the entire satisfaction of the licensor.
(d)
On the expiry of the period of license/ termination of the license the licensee shall peacefully
hand over possession of the parking site to North DMC.
20.
Determination of licensee:
At the determination of agreement for whatever causes the licensee shall restore the land in the
condition in which it stood immediately before the licensee took it over and shall peacefully hand over
the possession of the said site to the licensor.
In the event of determination of license, North DMC, reserves the right to ask the licensee to run and
maintain the parking site on the terms & conditions of that agreement for a specific period as specified
by North DMC, but in any case not beyond a period of 3 months. In case the Licensee refuses the
offer or the extended period of 3 months elapses without the new licensee through the new tendering
process being in place, the North DMC shall invite- the H-2 bidder of the last tender failing which the
other licensees running the other sites satisfactorily- to run the site for a period not exceeding 3
months at the terms and conditions of the last agreement or at the modified terms and conditions to be
determined by the Committee appointed by the Commissioner, North DMC for this purpose. Normally
the MLF shall not be less than the MLF of the earlier H-1 bidder.
21.
Licensee to intimate change of address:
The licensee shall keep North DMC/RP Cell informed of the change in his address, etc. Otherwise a
communication sent at the address given to
the RP Cell shall be deemed to have been received by
the licensee. The intimation of change of address shall also be given separately to the RP Cell for
necessary amendments in the office records. Change in the constitution of the firm/ shareholding
of licensee will not be allowed under any circumstances.
22.
Entry in parking lot by the Licensor:
(a)
Authorized staff of North DMC will be entitled to enter the parking site at any time for checking
purposes and the licensee is required to extend full co-operation during the checking.
(b)
The licensee will ensure that all the relevant documents relating to allotment of the license,
payment of dues to North DMC for the license, etc. are available at the parking site which must
be produced at site, on demand by any authorized municipal official.
23. No tenancy rights / title / interest:
(a)
This is a license for a limited period and a limited use of parking vehicle only and it shall not
create tenancy rights enjoyable by the licensee.
(b)
No subletting of the parking site is permissible. The parking licensee shall manage the
parking by himself/itself or through his/its employees but shall not be allowed to sublet the
parking site to any other person/agency/firm liable to be cancelled. In case of violation /
breach the parking agreement shall liable to be cancelled.
(c)
The land under site shall always remain the property of North DMC and the licensee shall not
claim any right / title / or interest to any right or any nature of easement in relation to or
respect thereto.
24.
Penalty Clause: -Major & Minor Violation & Penalties thereon
Page 36 of 48
(A)
That the licensee shall abide by terms and conditions of this agreement and all rules and
regulations, orders, instructions that North DMC may from time to time make or adopt or issue for the
care, protection and administration of Parking and if violation in this regard is noticed on the part of
licensee, the penalties leviable as noted below will be imposed.
Description of Irregularities
S.No.
1.
Penalty
Staff not in uniform/ without ID card
Un- clean premises and improper housekeeping
Rs. 500/- per violation/ irregularity
Vehicle checking appliances not available in the
parking
Non-maintenance & unavailability of complaint
register
2.
Use of unapproved parking slips and not using
hand-held device for issuing slips
Rs. 1000/- per violation/ irregularity
Misbehaviour by parking staff
2.
Non-display of Information Board
Parking
area
not
marked
with
epoxy
thermoplastic coats
3.
Overcharging
Rs.
5000/-
Encroachment
irregularity
4.
Parking of Commercial Vehicle, if not permitted
Rs. 500/- per vehicle
5.
Use of parking space for other than parking
purpose
Rs.
Criminal activity in parking area
irregularity
per
10000/-
violation/
per
per
violation/
Using space beyond permitted area for parking of
vehicles
Any other violation will attract a penalty of Rs. 500/-. Violations noticed through CCTV coverage
would be treated as ample proof for levy of penalties
All activities including day to day inspections will be carried out by any authorized / officer / officials of
the Corporation and their decision on fixing penalty shall be final and binding on the licensee
i.
The penalty amount will have to be deposited within 5 days of imposition. Beyond the period of
5 days it will attract interest @ 18 % p.a.
ii.
The violation(s) are defined as major & minor violations. Major violations will comprise of
overcharging, encroachment, non-use of handheld device for issuing parking slips, covering parking
area more than permitted, non- display of information board, criminal activity in parking area and use
of parking area for other than parking purpose. If the contractor is penalized for committing major
violation(s) for more than 3 times, then the contract is liable to be cancelled.
25.
Breach of Agreement:
North DMC shall have the right to terminate/determine the license and forfeit the security deposit(s),
Bank Guarantee etc., if the licensee commits breach any of the terms and conditions of this
agreement.
26.
Blacklisting and cancellation of registration:
The licensee, if any time, found overcharging/ cheating or engaged in any kind of malpractices
including default in payment of license fee regularly shall be liable to be blacklisted in which case his
security amount/earnest money / deposit will be forfeited and debarred from further tendering.
Page 37 of 48
27.
Duties of licensee during any repair work undertaken by the licensor:
Duties of licensee shall be to hand over the vacant site in peaceful possession of the parking site to
the North DMC immediately as and when asked for any work to be undertaken by North DMC directly
or indirectly through some agency.
28.
Compliance of any change / revision in the policy / rates of fee
(a)
Notwithstanding anything contained in this Agreement, North DMC has a right to revise the
rates of parking fee at any time.
In case of revision of rates of parking fee for different
category of vehicles during the currency of the present agreement, the monthly license fee will
be payable by the licensee with proportionate increase / decrease, depending upon the
percentage of increase / decrease in the rates of parking fee, from the date of implementation
of such revised rates of parking fee.
(b)
Any change in the parking policy by North DMC during the period of license, will be applicable
to the present agreement and binding on all, including the parking licensee. Non-compliance of
the same for any reason whatsoever, will lead to termination of the contract.
(c)
In case of implementation of any new comprehensive parking policy for Delhi, North DMC
retains the right to cancel the license agreement of parking contracts by giving one month’s
notice in writing and the contractor will not be allowed any extension on any ground
whatsoever.
(d)
No remission shall be allowed on account of having any festival /mela / strike etc. however, in
exceptional circumstances involving natural calamity occurred beyond control of any person,
keeping parking site closed as per approval of competent authority of North DMC / Delhi Police
/ compensation / repair / maintenance works by Govt. agencies, competent authority. North
DMC would consider on case to case basis on facts.
29.
(a)
Surrender:
If the Licensee seeks termination of the licence/contract before the expiry of the period of
licence agreement, he/she/they will give to North DMC three months notice in writing of his/
her intention to terminate the license and on the expiry of the said period, the agreement
shall stand terminated. However, all submissions if any made till the date of termination will
stand forfeited in favour of the Licensor (North DMC).
(b)
The licensee/ contractor, who have surrendered the site, shall not be eligible to participate in
the tender process of the same site again.
(c)
In the case of surrender, Security deposit shall not be adjusted against the license fee of
remaining months and shall be refunded after the termination of the license, if otherwise not
withheld or forfeited for any other reason.
(d)
If any contractor surrenders any site under North DMC on three different occasions then he will
be blacklisted and debarred from participating in future NITs of North DMC.
30.
31.
All disputes shall be under the jurisdiction of Delhi Courts only.
TCS u/s 206 C (IC) of IT Act 1961.
As per the provision of section 206C (IC) inserted by the Finance 9 no. 2) Act, 2004 w.e.f. 01.10.2004
of Income Tax 1961, every successful tenderer shall be required to deposit TCS @ 2% along-with
surcharge and Education cess on license fee or as applicable from time to time.
32.
Other Taxes etc
Page 38 of 48
The liability of all applicable taxes cess and fee or which may be made applicable due to
change in Law or whatever reason shall vest with the contractor being service provider at the
rates notified/revised by the Govt. of India or any agencies from time to time.
33.
Limit on number of Sites
One party (individual or company etc.) will not be allowed to obtain the award of work for more than 07
sites. In case, any bidder becomes successful in more than 7 sites, then only the first seven sites
finalized in chronological order shall be considered for award of work to him. The successful bids made
by the bidder over and above the aforesaid seven sites will be cancelled and the cancelled sites will be
available for allotment to the other bidders participating in the tender process.
Caveat
NB: North DMC reserves the right to make any change in the document anytime for which the
decision of the Commissioner North DMC shall be final and binding on the tenderer/licensee. At
the time of the tender this document shall be signed by the tenderer and submitted along with
the prescribed tender form as proof of acceptance of all terms & conditions of licensee
agreement in the event of the tenderer being successful in the process.
I/ We ______________ (Name of the Bidder), have seen and accept all the Terms and
Conditions of the Tender.
Witness :
Bidder:
Signature
Name
Address
Company
Date
Signature
Name
Designation
Company
Date
Company Seal
LICENSOR
Important Notes:1 . Each Page (from Pages ___ to ___) of the Tender Document should be signed
by the Bidder, as token of acceptance of the terms and conditions of the
Tender, and should be enclosed as part of the Pre-Qualification Bid.
2. North D.M.C reserves the right to make any change in the document anytime for
which the decision of the Commissioner North D.M.C shall be final and binding on
the Bidder/ Licensee. At the time of the tender this document shall be signed by
the Bidder and submitted along with the prescribed tender form as proof of
acceptance of all terms & conditions of Licensee agreement in the event of the
Bidder being successful in the process.
Page 39 of 48
Section 4.1 – Pre-Qualification Bid
Annex 4.1.1
Pre-Qualification Annex 4.1.1: Pre-Qualification Bid Submission Form
To,
The Deputy Commissioner (R.P. Cell),
North Delhi Municipal Corporation,
16th Floor, E1 Block, Dr. SP Mukherjee Civic Centre,
Minto Road, New Delhi – 110 002.
Dear Sir,
1.
I/ We, the undersigned, offer to provide Goods/ Services to North Delhi Municipal
Corporation (North D.M.C) for “Allotment of North Delhi Municipal Corporation
Authorized Parking Sites on Monthly License Fee Basis” in accordance with your
Tender dated 26.06.2015 and our Bid. We are hereby submitting our Bid, which
includes this Pre-Qualification Annex 4.1.1 and Annex 4.1.2 and Annex 4.1.3, and
the Financial Bid sealed in separate envelopes in respect of parking site at
____________________________________, Sr. No. ________ of Annexure C.
2.
I/We hereby declare that all the information and statements made in this PreQualification Bid are true and accept that any misinterpretation contained in it may
lead to our disqualification. We undertake, if our Bid is accepted, to commence the
Parking Services not later than the date indicated in the Tender Document.
3.
I/ We understand you are not bound to accept any Bid you receive.
Yours faithfully,
Dated this ____ day of ____, 2015
(Signature of the authorised signatory)
Name
:
Full Adress
:
Telephone No.
:
Fax No.
:
Mail-Id
:
Company Seal
Page 40 of 48
Annex 4.1.2
Pre-Qualification Bid Annex 4.1.2 – Profile of the Bidder
(a)
S. No.
Item of Information
(a) Details of the Bidder
(i)
Name of the Bidder
Date of Incorporation/ Registration (copy of
(ii)
certification of Incorporation/ Registration must be
enclosed)
(iii)
(iv)
(v)
Response of the Bidder
Country of incorporation
Whether the Bidder has a Registered Office in
India
Address of Registered Office in India
(vi)
Address of the corporate headquarters and its
branch office(s), if any, in India
(vii)
Date of Commencement of Business
(b) Details of the Individual(s) who will serve as the point of contact/ communication
(i)
Name
(ii)
Designation
(iii)
Name of the Company
(iv)
Address
(v)
Land Line Telephone No. with Extension No., if any
(vi)
Mobile Phone No.
(vii
E-mail Address
(viii)
Fax No.
(c) Details of the Authorized Signatory of the Bidder
(i)
Name
(ii)
Designation
(iii)
Name of the Company
(iv)
Address
(v)
Land Line Telephone No. with Extension No., if any
(vi)
Mobile Phone No.
(vii
E-mail Address
(viii)
Fax No.
(d) Experience of the Bidder in providing Parking Services (List all Assignments) (Insert additional
rows, if required)
(i)
Name of the Client
(ii)
Date of Commencement of the Assignment
(iii)
Date of Completion of the Assignment
(iv)
Performance Certificate issued by the Customer for
successful completion of the Project
(d) Details of Bank Account (against which the Demand Draft/ Pay Order submitted towards the
EMD has been issued and future payments to the North D.M.C will be made by the Bidder)
(i)
Bank Account No.
(ii)
Name of the Bank
(iii)
Address of the Bank Branch
(iv)
IFSC Code
(v)
MICR Code
(vi)
ECS Details
Bidder:
Signature
Name
Designation
Company
Date
Company Seal
Page 41 of 48
Annex 4.1.3
Pre-Qualification Bid Annex 4.1.3 – Response of the Bidder against Eligibility Criteria
Important Note:
Pre-Qualification Bids not accompanied with any of the documents/
information/ certificates/ undertaking mentioned in Column (3) of the table
given below, is liable to be rejected.
S. No.
Eligibility Criteria
(1)
(i)
(2)
Power of Attorney for Signing of the Bid
(ii)
Bank Draft/ Pay Order towards the
payment of Tender Document Fee of Rs.
1000/- (Rupees One Thousand only).
(iii)
EMD (in original) of the prescribed
amount and validity pursuant to “Clause 8
of Section 2 – Instructions to Bidders”.
(iv)
Pre-Qualification Bid Submission Form
(v)
Profile of the Bidder
(vi)
Information Regarding Any Conflicting
Activities and Declaration Thereof
(vii)
Any adult citizen of India / partnership
firm / public limited company / private
limited company / consortium firm (of
not more than 03 entities with the
condition that one should be principal
entity with more than 50% stakes in
the consortium)/ registered society /
registered co-operative society /
registered marketing association /
registered RWA capable of entering
into license agreement
(ix)
(x)
The Bidder must have cleared all up-todate outstanding), if any, dues of the
erstwhile Municipal Corporation of Delhi
(MCD) and/ or North D.M.C.
Any individual / partnership firm / public
limited company / private limited company /
Proof/ Supporting
Document (s) to be
enclosed in the PreQualification Bid
Whether
Enclosed
(Yes/ No)
(3)
Duly filled and signed Power
of Attorney in favour of the
Authorized Signatory for the
Bid as per format prescribed
in Appendix A
Bank Draft/ Pay Order drawn
in favour of “Commissioner,
North
Delhi
Municipal
Corporation”.
Bank Demand Draft/ Pay
Order
issued
by
a
Nationalised/
Scheduled
Bank for an amount of Rs.
___________/(Rupees
_______ only) drawn in
favour of “Commissioner,
North
Delhi
Municipal
Corporation”.
Duly filled and signed PreQualification Bid Submission
Form
in
the
format
prescribed
in
PreQualification Form Annex
4.1.1.
Duly filled and signed bidder/
contractor’s
Organization
and Experience in the format
prescribed
in
PreQualification Form Annex
4.1.2.
Duly filled and signed
Appendix B
Copy of the Certificate of
Incorporation under Indian
Companies Act/ Registration
issued by Registrar of Firms/
MOU as the case may be
(4)
An undertaking to this effect
must be enclosed with this
Pre-Qualification Bid.
An undertaking to this effect
must be enclosed with this
Pre-Qualification Bid.
consortium firm / registered society /
registered co-operative society / registered
marketing association / registered RWA
whose license has been cancelled / black
listed / debarred in the past by any Central
/ State Govt. department all over India, if
any, or any of its partner / proprietor /
director / member have been blacklisted for
breach of terms and conditions of the
Page 42 of 48
If enclosed,
please give
page no. of
the prequalification
bid
(5)
S. No.
Eligibility Criteria
Proof/ Supporting
Document (s) to be
enclosed in the PreQualification Bid
agreement, shall not be eligible for offering
tenders and the individual / partnership firm
/ Public Limited Company / Pvt. Limited
Company / consortium firm/
registered
society / registered co-operative society /
registered
marketing
associations
/
registered RWAs shall be required to
furnish an undertaking to this effect along
with tender form.
(xi)
Any person/ party/ firm or
parking contractor
registered
who is disqualified or
An undertaking to this effect
must be enclosed with this
Pre-Qualification Bid.
ineligible to participate in the tender shall
not be qualified to offer the tender in the
name of its associate concern subsidiaries/
principals/ front and the commissioner/
authorized officer on his behalf may
declare the tenderer
disqualified on this
ground, if he is of the opinion that the said
tenderer is acting in collusion with for the
benefit of any other party who would have
been disqualified to participate in tender of
his own.
(xii)
In case the Bidder has already been
allotted any parking sites by the North
D.M.C, submit the following certificates and
documents along with this Pre-Qualification
Bid
(a)
No Dues Certificate, as on the
date of issue of NIT, (for the
current
dues
upto
date
and
previous dues, if any) issued by
Copy of the “No Dues
Certificate”
issued
by
Supdt. (R.P. Cell) and/or by
the zonal authorities as the
case may be
Supdt. (RP Cell) for the period
when
the
parking
work
was
centralized at RP Cell level; and
from Asstt. Commissioner of the
concerned zone for the period
when the parking work was decentralised at zonal level;
(xiii)
An undertaking by way of affidavit duly
notarized to the effect as per annexure
that:
(a)
All dues in respect of the previous
agreements already allotted to
him/them or any of their
associated / sister companies /
firms / dependent family members,
stand cleared upto date and no
amount
on
any
account
whatsoever is due.
(b)
No Benami tender has been
submitted by him/them in the
name of his/their dependent family
members, employees, officials,
servants or associated person,
firm, company and in case it is
found at any subsequent stage
An undertaking by way of
affidavit duly notarized to this
effect must be enclosed with
this Pre-Qualification Bid.
An undertaking by way of
affidavit duly notarized to this
effect must be enclosed with
this Pre-Qualification Bid.
Page 43 of 48
Whether
Enclosed
(Yes/ No)
If enclosed,
please give
page no. of
the prequalification
bid
S. No.
(xiii)
Eligibility Criteria
Proof/ Supporting
Document (s) to be
enclosed in the PreQualification Bid
that any such Benami tender has
been submitted or contract is
allotted on the basis of such
Benami tender, the tender /
agreement shall be liable to be
rescinded,
the
contractor
blacklisted and the security
forfeited.
(c)
The Bidder is aware that North
D.M.C is having a new soft-ware
called
‘Parking
Information
Management
System’
which
requires information under various
categories. All rules / regulations /
instructions / information issued
for implementation of the ‘Parking
Information Management System’,
will be complied and submitted, as
and when required, without any
delay.
(d)
Declaring
therein
that
the
statements made by the Bidder
and all the facts stated in
connection with the tender and
documents submitted in this
behalf are true and correct to the
best of his knowledge and nothing
has been concealed therefrom.
The Bidder shall mandatorily give:
(a)
The official e-mail ID of the
Bidder.
Note: All correspondence made or
mail sent at such email ID shall be
considered to have been received by
him/ them.
(b)
(c)
(d)
Details of the Bank Account
against which the Demand Draft /
Pay Order submitted towards the
EMD has been issued and future
payments will be made by the
Bidder.
A copy of his/her/ their PAN
Card(s)/ Income Tax Returns,
copies of up-to-date pass book of
any bank account he/ she holds in
his favour
Two
recent
photographs
/authorized
passport
size
of the individual
signatory/
partner/
director/ authorized member of the
tenderer/ firm/ society etc., as
applicable
along-with
proof
of
An undertaking by way of
affidavit duly notarized to this
effect must be enclosed with
this Pre-Qualification Bid.
An undertaking by way of
affidavit duly notarized to this
effect must be enclosed
with the Pre-Qualification
Bid.
The official e-mail ID of the
Bidder must be provided in
Annex 4.1.2 of the PreQualification Bid.
Details of the Bank Account
must be provided in Annex
4.1.2
of
the
PreQualification Bid.
Copy of the PAN Card/
Income Tax Returns, copies
of up-to-date pass book of
any bank account the Bidder/
Bidder’s Firm/ Company
holds in his/ her/ their favour
must be submitted with the
Pre-Qualification Bid.
Two recent passport size
photographs,
proof
of
present residential address(Bank Pass Book, Landline
Telephone Bill, Passport,
Voter’s ID Card, Driving
License etc. ) of the Bidder
must be submitted with the
Pre-Qualification Bid.
present residential address, (Bank
Pass Book, Landline Telephone
Bill, Passport, Voter’s ID Card,
Driving License etc.)
(xiv)
Availability
Device(s)
of
Hand-Held
Copy of purchase receipt/ bill
of hand-held devices (at
least two device).
Page 44 of 48
Whether
Enclosed
(Yes/ No)
If enclosed,
please give
page no. of
the prequalification
bid
N.B. :
1) Any person who have not cleared past dues, if any, of Remunerative Projects Cell, North
DMC or have been black-listed, need not apply against this tender and their tenders submitted
shall be rejected summarily.
2) The tenderer / licensee shall quote the rates of the bid offered in the prescribed
tender document both in words and figure clearly fixing the transparent legible tape
on the rates quoted without any cutting or overwriting.
Section 4.2 – Financial Bid
Annex 4.2.1
Financial Bid Annex 4.2.1 – Monthly License Fee Bid
To
The Deputy Commissioner (R.P. Cell),
Remunerative Project Cell (R. P. Cell),
North Delhi Municipal Corporation,
16th Floor, Dr. SP Mukherjee Civic Centre,
Minto Road, New Delhi - 110002.
Dear Sir,
Subject: Tender No. ____________________ dated __.__.2015 - Allotment of North
Delhi Municipal Corporation Authorized Parking Sites on Monthly
License Fee Basis – Monthly License Fee Bid - regarding Parking Site at
_____________________, Sr. No. ______of Annexure C.
1.
I/We, the undersigned, offer our Bid for “Allotment of North Delhi Municipal Corporation
Authorized Parking Sites on Monthly License Fee Basis” in accordance with your above
mentioned Tender. We are hereby submitting our Financial Bid, which include this Monthly
License Fee Bid, along with the requisite Tender Document cost and Bid Security in the form of
a Bank Demand Draft/ Pay Order.
2.
I/We are aware that the minimum reserve monthly license fee is Rs. _____________
(Rupees __________ only) per month.
3.
I/We hereby offer to provide Parking services at the following Parking Sites specified by the North
D.M.C at the Monthly License Fee mentioned below in para 6 and as per Parking Rates
indicated in the “Schedule of Rates and Time Duration” enclosed herewith.
4.
Date of Commencement of Parking Services: I/ We do hereby undertake that, in the event of
acceptance of our bid, the Parking Services shall be made within 15 days of the issue of offer
letter and that we shall perform all incidental services.
5.
License Fee: Our License/ Price Bid is as under:
Sr.No. in
parking list
(as per
clause 7.4)
Name of the Parking Site
License Fee Per Month Quoted by the
Bidder
(in Rupees)
In Figures
In Words
N.B. : The bidder shall quote the rates of the bid offered both in words and figure clearly fixing
the transparent legible tape on the rates quoted without any cutting or overwriting.
6.
I/ We agree to abide by our offer for a period of 90 days from the date fixed for opening of the
Pre-Qualification Bid and that we shall remain bound by a communication of acceptance within
that time.
7.
I/We have carefully read and understood the terms and conditions of the Tender Document
applicable to this Tender and I/ We do hereby undertake to provide Parking Services at the
Parking Site of North D.M.C as per these terms and conditions.
Page 45 of 48
8.
Earnest Money Deposit (EMD)/ Bid Security in the form of a Bank Demand Draft/ Pay Order No.
_________ dated ________ issued by the Bank _________ for an amount equal to Rs.
________/- (Rupees ______________ only) drawn in favour of Commissioner, North Delhi
Municipal Corporation and payable at New Delhi is enclosed in the cover containing PreQualification Bid.
9.
I/We do hereby undertake, that, General Conditions of Contract, the Tender Document, and this
Bid together with your written acceptance thereof and placement of letter of intent awarding the
work, shall constitute a binding contract between us.
Yours sincerely,
Dated this
Signature of Bidder :
day of May, 2015
Name
Full Address
Telephone No.
Fax No.
Mail Id.
:
:
:
:
:
Company Seal
Page 46 of 48
Section 5 – Appendices
Appendix A
Appendix A – Format for Power of Attorney for Signing of the Bid
Know
all
men
by
these
presents,
We,
_______________________________________________________(name of firm/ company/
society and address of the registered office) do hereby constitute, nominate, appoint and
authorize
Mr./
Ms______________________son/
daughter/
wife
of
______________________and
presently
residing
at
____________________________________________________________________________,
who is presently employed with us and holding the position of ________________________as
our true and lawful attorney (hereinafter referred to as the “Authorized Representative”) to do
in our name and on our behalf, all such acts, deeds and things as are necessary or required in
connection with or incidental to submission of our Bid “Allotment of North Delhi Municipal
Corporation Authorized Parking Sites on Monthly License Fee Basis” including but not
limited to signing and submission of all applications, bids and other documents and writings,
participate in pre-proposal and other conferences and providing information/ responses to North
D.M.C, representing us in all matters before North D.M.C, signing and execution of all
contracts and undertakings consequent to acceptance of our proposal and generally dealing with
North D.M.C in all matters in connection with or relating to or arising out of our Bid for the
said Tender and/or upon award thereof to us till the entering into of the Agreement with North
D.M.C.
AND we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or
caused to be done by our said Authorized Representative pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Authorised Representative in exercise of the powers hereby conferred shall and shall always be
deemed to have been done by us.
IN WITNESS WHEREOF We,
executed this Power of Attorney on this ___ day of
(Signature)
(Name, Title and Address)
Witnesses:
1.
[Notarised]
Accepted
(Signature)
(Name, Title and Address of the Attorney)
Page 47 of 48
, the above named Principal have
, 2015.
Notes: The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
Also, wherever required, the Bidder should submit for verification the extract of the
charter documents and documents such as a resolution/ power of attorney in favour of
the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder: For a Power of Attorney executed and issued overseas, the
document will also have to be legalized by the Indian Embassy and notarized in the
jurisdiction where the Power of Attorney is being issued.
Appendix B
Appendix B - Format for Information Regarding Any Conflicting Activities and
Declaration Thereof
(On Letter Head of the Bidder)
I/ We hereby declare that our Firm/ Company/ Society are not indulged in any such activities which
can be termed as the conflicting activities. We also acknowledge that in case of misrepresentation
of the information, our Bids/ Contract shall be rejected / terminated by the North Delhi Municipal
Corporation which shall be binding on us.
Dated this _____ day of _____, 2015
Signature of Bidder
Name
Full Address
Telephone No.
Fax No.
Mail Id.
:
:
:
:
:
:
Company Seal
Page 48 of 48
Download