Designing, providing, installation and maintenance of street furniture

advertisement
New Delhi Municipal Council
Civil Engineering
REQUEST FOR PROPOSAL
FOR
DESIGNING, PROVIDING, INSTALLATION AND MAINTENANCE OF
STREET
FURNITURE
AND
MECHANIZED
HOUSEKEEPING
&
MAINTAINENCE OF PUBLIC PLAZA, PUBLIC CORRIDOR, PARKING
AREA,
PLANTER,
FOOTPATH,
SUBWAY
AND
TOILET
CONNAUGHT PLACE ON DBOT BASIS
Issued by
Executive Engineer, (Connaught Place)
New Delhi Municipal Council
New Delhi
Tel: 011-__________________; Fax: 011- ______________________;
Email: eecp.ndmc@gmail.com
-1-
IN
Disclaimer
The information contained in this Request for Proposal document ("RFP") or
subsequently provided to Bidder(s), whether verbally or in documentary or in any
other form, by or on behalf of New Delhi Municipal Council (hereafter referred to as
"NDMC") or any of their employees or advisors, is provided to the Bidder(s) on the
terms and conditions set out in this RFP document and all other terms and
conditions subject to which such information is provided.
This RFP document is intended to be and is hereby issued only to the pre-qualified
Bidders. This RFP is not an agreement and is neither an offer nor invitation by the
NDMC to the prospective Bidders or to any other person. The purpose of this RFP
document is to provide the Bidder(s) with information to assist the formulation of
their Proposals. This RFP document does not purport to contain all the information
each Bidder may require. This RFP document may not be appropriate for all
persons, and it is not possible for the NDMC, their employees or advisors to
consider the investment objectives, financial situation and particular needs of each
Bidder who reads or uses this RFP document. Each Bidder should conduct its own
investigations and analysis and should check the accuracy, reliability and
completeness of the information in this RFP document and where necessary obtain
independent advice from appropriate sources. The NDMC, their employees and
advisors make no representation or warranty and shall incur no liability under any
law, statute, rules or regulations as to the accuracy, reliability or completeness of
the RFP document.
The NDMC may in its absolute discretion, but without being under any obligation to
do so, update, amend or supplement the information in this RFP document.
-2-
Contents of RFP
Part I
Instructions to Bidders
-3-
TABLE OF CONTENTS
Section
No.
Contents
1
Introduction
2
Instruction to Bidders
3
Criteria for Evaluation
4
Schedule of Bidding Process
5
Operation & Maintenance Schedule
Appendices
A
Format for Covering Letter cum Project/s Undertaking
B
Format for Power of Attorney for signing of Proposal
C
Format for Anti-Collusion Certificate
D
Format for Bank Guarantee for Bid Security
E
Format for Technical Proposal
F
Financial Bid
F1
Format for Financial Bid
F2
Financial Bid Estimation
F3
General and Financial Information
H-1
List of Toilets and Subways
H
Layout Plan for the ‘Project Area’ and location of
existing Public Conveniences & Subway in
Connaught Place area.
-4-
Page
No.
Introduction
1.1
Section One
Background
Connaught Place area is one of the largest financial, commercial and
business centers in Delhi. It is often abbreviated as CP, is the headquarters
of several Indian firms. Its surrounding occupy a place of pride amongst the
heritage structures of the city. It was developed as a showpiece of Lutyens'
Delhi featuring a Central Business District. Connaught Place's Georgian
architecture is modeled after the Royal Crescent in Bath, England and is
today one of the most iconic buildings in the city. The city residents relate to
this area in one and many ways. Along with its architectural significance it
has a lot of emotional and cultural significance as well.
CP has been the crown jewel for capital state of Delhi and a
showcase of India to the world. The Connaught Place, heritage and
surrounding area is to be preserved. Time and a lot of resources have been
deployed towards the preservation, up gradation of this landmark area and
uplifting of the Connaught Place area.
The construction of an underground service corridor is completed and
all the essential services such as electricity, water, communication, fire
fighting etc for this area are being provided in this service corridor and
dedicated utility trenches are provided to avoid in future road cutting for
these services.
Developments works are at advance stage. At the same time, it is
planned to implement a regular mechanized cleaning, maintenance and
security program along with the provision of world class Street Furniture,
services for the benefit of the general public and for enhancement of the
aesthetics. This plan is proposed to be implemented on DBOT basis.
The existing facilities have to be upgraded at par with the global
standards whilst retaining the heritage of Connaught Place. The best
avenues require, the best formats and services. Globally reputed designers
shall be involved in designing of Street Furniture in the best avenues of the
world. It is important to ensure that the street furniture designs should
complement their surroundings in order to conserve the heritage of these
avenues.
-5-
Designing, Providing, Installation & Maintenance of Street Furniture –
Symbol of City Development
Aesthetically designed and superior quality of Street Furniture are for the
benefit and convenience of the citizens and are seen as a symbol of good
governance. Street furniture such as public utilities, urinals, direction
signages, block markers, information panels, litter bins, benches etc have to
be provided. This will enhance the overall aesthetics of CP along with
enhancing the experience for the citizens, tourists alike and to make area
vibrant.
Maintenance & regular cleaning is the biggest challenge to ensure proper
upkeep and longevity of the services implemented in CP, in absence of
which even the best of the facilities fall to decay and deterioration resulting in
loss of the resources employed for development of the same. It is essential
to conserve the extensive development made for the general public, tourist
etc. to wards up gradation of this infrastructure and to keep the combined
pace of upliftment & maintenance.
It requires a lot of capex investment along with regular cleaning &
maintenance which itself is a labour, time & resource intensive activity. In
order to ensure sustainability, the PPP model is being adapted for the
proposed project.
1.1.1
The intent of the project is to design, provide and installation of semipermanent comprehensive modular street furniture to suit with the
Connaught Place environment such as Multi-purpose Columns, Public
Toilets, litterbins, Information panels, Benches, Free Standing Panels, Block
markers, label board
and Mechanized Housekeeping, Operation &
Maintenance of these street furniture alongwith the existing street furniture
such as Parking Area, Public Plaza, Planter, Public Corridor, Footpath,
Public Toilet at Central Park, Middle Circle and Outer Circle, Subway at
Outer Circle in Connaught Place in the ‘project area’ as Inner Circle, Outer
Circle, Middle Circle, Seven Radial Roads, Radial Road 1-A (between Palika
Bazar & Palika Parking) and area in front of Regal Complex towards Sansad
Marg and BKS Marg, area in front of P-Block Complex towards BKS Marg
and SBS Marg upto the edge of buildings and its precinct area upto the 80
meter from Outer edge of Outer Circle on all the concentric roads to
Connaught Place, excluding the Central Park and Palika Green area ( area
above the Palika parking and Palika Bazar). All the aforesaid street furniture
including the Parking Area, Public Plaza, Planter, Public Corridor, Footpath,
public toilets at Central Park, middle circle and outer circle, subways at Outer
-6-
Circle in Connaught Place shall be covered as a part of the ‘Project area’,
but not limited to specified ones for a concession period of 15 years, on
Design, Built, Operate & Transfer (DBOT) basis in accordance with terms
and conditions provided in this Request for Proposals (RFP) (hereafter
referred to as the “Project” as the context may require or admit).
1.1.2
The list and locations of the existing Public Conveniences & Subways in
Connaught Place area which form part of this RFP for mechanised
housekeeping Maintenance, Security and operations are given in Appendix
‘H1’ and Appendix ‘H’ respectively.
1.1.3
New Delhi Municipal Council (hereafter referred to as the ‘NDMC’ as the
context may require or admit), has been entrusted for issuing the Request for
Proposals (RFP) to the applicants and to enter into Concession Agreement
with the selected bidder.
1.1.4
In pursuance of the above, NDMC is issuing this Request for Proposals
(RFP) document to the applicants consequent to the outcome of the RFP
process, individually enter into Concession Agreement with successful
bidder for implementation of the Project.
1.1.5
PROJECT AREA
New Delhi Municipal Council has identified the ‘Project Area’ in Connaught
Place as Inner Circle, Outer Circle, Middle Circle, Seven Radial Roads,
Radial Road 1- A (between Palika Bazar & Palika Parking) and area in front
of Regal Complex towards Sansad Marg and BKS Marg, area in front of PBlock Complex towards BKS Marg and SBS Marg upto the edge of buildings
and its precinct area as shown in the plan at Annexure ‘A’ excluding the
Central Park and Palika Green area ( area above the Palika parking and
Palika Bazar). Footpath outside Central Park, Parking Area, Public Plaza,
Planters, Public Corridors, Footpath, public toilets at Central Park, middle
circle and outer circle, subways at Outer Circle in Connaught Place are also
to be covered as a part of the ‘Project area’. One existing toilet at
Panchkuian Road and one Garbage Station at Junction of Sansad Marg are
excluded since these are already maintained by the existing concessionaire.
-7-
1.1.6
The location of ‘Project Area’ is shown in Appendix ‘H’ and further
enunciated below:a) Inner Circle:-
Right of way of Inner Circle Road from footpath around
Central Park to building line of inner blocks (A, B, C, D, E & F Blocks)
and public corridor of these blocks, public plazas, footpath, parking area
etc.
b) Middle Circle:-
Right of way of Middle Circle Road in Connaught Place
between building line to building line including both side footpath and
existing toilets, fire escape structure for service corridor etc.
c) Outer Circle:-
Complete Right of Way of Outer Circle road in
Connaught Place and existing public conveniences, subways, public
corridor, parking at inner side of Outer Circle and Regal Building
Complex and P block complex.
d) Radial Roads:- Complete Right of Way of all seven radial roads
(RR-
1, RR-2, RR-3, RR-4, RR-5, RR-6 & RR-7) and Radial Road-1A, public
corridor at both side in the respective blocks etc., Parking area, Public
Plazas, Footpath etc.
e) The Central Park and Palika Green area (area above the Palika Bazar
and Palika Parking) are not included in the project area.
1.1.7 Street furnitures for Project Area
For the Project, the standards and specifications for proposed street furniture
and existing street furniture shall be as per Appendix ‘E’ and the street
furniture for the Project is defined as below, but not limited to the following
one:(a) The Proposed Street Furniture such as Multi-Purpose booths/ Block
marker/ Columns, Information panels, Free Standing Panels’, Flag
Poles, Benches, Dust Bins, Spit Toons are to be designed by bidder
after considering the specifications given in Appendix ‘E’ for the suitable
locations in ‘Project’.
(b) The existing Street Furniture for the Project are as given below:-8-
(i)
Parking Area:Parking Area is made of stone flooring/ VDC (Vaccum Dewatering
Concrete)/ Interlocking tiles at Inner Circle in front of A, B, C, D, E & F
Blocks, at Radial Roads and at Outer Circle in front of G, H, K, L, M, N & P
Blocks. The side channels, toe walls of planters and parking area shall also
be the part of Parking Area for cleaning & maintainence purpose.
(ii)
Public Plaza:Public Plazas is the area made of Granite stone flooring/ Sand Stone
flooring/ VDC (Vaccum Dewatering Concrete)/ Interlocking Tiles in front of
colonnade of all blocks on three sides upto the planters wall/ kerb stone/ Toe
wall, including Toe wall, benche of granite stone, litterbin, granite stool etc.
provided at public area in front of the blocks at Inner Circle, Radial Roads
and Outer Circles.
(iii) Public Corridors:The public corridor is covered Corridor in front of shops and upto the
colonnade of A, B, C, D, E, F, G, H, K, L, M, N Block, Regal Building and P
Block including the colonnades/ columns, arches, cornice, ceiling of corridor
etc. The flooring of corridor is made of Kota Stone/ granite stone/ sand
stone, marble etc.
(iv) Planter:The planter in the ‘Project’ is existed between footpath and parking, between
public plaza and parking and at the road side in Inner Circle, Radial Roads
and Outer Circle including toe walls made of granite stone/ granite stone
cladding on wall/ brick masonry wall with cement plaster etc. The planter
around the trees in ‘Project Area’ are also the part of planter area in
Connaught Place at Inner Circle, Radial roads and Outer Circle
-9-
(v)
Footpath:Footpath is existed at both side of Inner Circle and on radial roads finished
with granite stone flooring/ sand stone flooring and granite stone, kerb stone.
Footpath at Middle Circle made of sand stone and cement concrete kerb
stone is also the part of footpath to be maintained in project including the
granite stone finished vent shafts and fire escape staircase at Middle Circle.
(vi) Toilet:Seven Toilets in Outer Circle, Nine Toilets in Middle Circle and four Toilets in
Central Park in project area are existed and finished with granite stone
flooring and wall cladding and having C.P. bathroom fittings, glazed ceramic
sanitary fittings, PVC Water Tank, properly lighted, exhaust fan, Paneled
aluminum doors and window, ventilators etc.
(vii) Subway:Seven subways are existed in Outer Circle, finished with granite stone
flooring & wall cladding, properly lighted, shutter doors, sump well with
submersible pump, exhaust fan for ventilation etc. In subway ramps and
escalators are also provided as per the details given below:S.No
Subway at
Provision of stair, ramp and escalator
1
Sansad Marg
Stair Case Only
2
BKS Marg
Stair Case Only
3
Super Bazar
Staircase and four escalators
4
K G Marg
5
Janpath
Staircase and six escalators
6
ECE House N Block
Staircase and four escalators
7
Staircase, four escalators and two ramps
Gopal Dass Building M Block
Staircase and four escalators
1.1.8 Terms used in this RFP document which have not been defined herein, shall
have the meaning ascribed thereto in the Concession Agreement.
- 10 -
1.1.9 Mechanized Housekeeping, Operation, Maintenance & Security of public
toilet and subway shall be as per the program given in O&M schedule and
Appendix E, including the following ones.
Damaged fixtures/ structure if any of the Street Furniture are required,
are to be repaired within 24 hrs or replaced within 48 hrs.
a) Water supply: The Concessionaire shall ensure availability at all times
of adequate water for general cleanliness of the public Conveniences
and for the use of public visiting these public conveniences. The supply
shall be provided by NDMC within 10 meters to the premises and further
laying of water line/ connection/ payment of usage charges shall be the
responsibility of the concessionaire.
b) Electricity supply: The Concessionaire shall ensure adequate electricity
supply for proper lighting for the Street Furniture, Toilet and Subway.
The supply shall be provided by NDMC within 10 meters to the street
furniture and further laying of electric cables / connection / payment of
usage charges shall be the responsibility of the concessionaire.
c)
Sewage Connections: The NDMC shall cater for the Sewage connection
for the public conveniences free of cost.
d) Landscaping: The concessionaire shall put plants in and around each
Public Convenience where space is available and in the planters made
in CP as per the approval of the NDMC and shall maintain the same in
good condition at all times.
e) Waste Disposal: The Concessionaire shall install litterbins as suitable/
specified space such as near the Public Conveniences, Public Corridor,
Subways, Public plaza and the disposal of the collected waste upto the
garbage station/ trolley shall be the responsibility of the Concessionaire.
f)
Safety & Security: The safety and security round the clock of all the
proposed and existing Street Furniture, Toilet and Subway rest with the
Concessionaire.
g) The list of Existing Public Conveniences and Subway are given in
Appendix ‘H1’.
- 11 -
h) The Concessionaire have to operate and maintain the proposed street
furniture as per O&M schedule and Appendix ‘E’ in addition to the
existing public convenience, subway etc., in accordance with the scope
of work as defined herein for the project.
i)
The concessionaire shall arrange its own water requirement for cleaning
& horticulture purpose till the same are made available by NDMC.
1.1.10
SCOPE OF THE WORK
The project scope would include the following major activities; but
not
limited to the specified ones.
DESIGNING, PROVIDING, INSTALLATION AND MAINTENANCE OF STREET
FURNITURE AND MECHANIZED HOUSEKEEPING & MAINTAINENCE OF
PUBLIC
PLAZA,
PUBLIC
CORRIDOR,
PARKING
AREA,
PLANTERS,
FOOTPATHS, SUBWAYS AND TOILETS IN CONNAUGHT PLACE ON DBOT
BASIS
a) To design, construct/ provide Street Furniture with services attached with
or without them, as non-advertising furniture & advertising furniture.
b) Mechanized Housekeeping, Operation & maintenance of all the Street
Furniture including the existing ones as parking area, planter, Public
Plaza, Public Corridor, Footpath etc in Project area.
c) Mechanized Housekeeping, Operation, Maintenance & Security of
existing Public Conveniences and Subways in Project area and
deploying dedicated personnel & supervision, and to ensure availability
of basic requirements such as water, electricity, drainage, sewage, waste
removal etc.
d) Mechanized Housekeeping, Operation & Maintainence work consist
mainly the following activities and as defined herein:
i.
Dry Dusting and pressure washing of wall, columns, arches and
ceiling of corridor.
ii.
Vaccum Sweeping and pressure washing of all type of flooring/
pucca area, cleaning of drains/ channels and drainage sumps.
- 12 -
iii.
Wet and Dry Mopping, cleaning, buffering and scrubbing of all type of
floors.
iv.
Mechanised Cleaning and scrubbing of staircase and Escalators in
subways.
v.
Steam cleaning of all toilet, cleaning of WC’s / Washbasins/ Urinals/
Toilets fittings. Cleaning of mirrors to keep them dry and stain free.
1.2
Brief Description of Bidding Process
1.2.1a) NDMC, as a part of the of the Bidding Process comprising Request for
Proposals (RFP), now invites detailed proposals (hereinafter referred to as
"Proposal") from the Bidders for the Project.
As a part of the Proposal submissions, the Bidders are required to submit
their Technical Bids and the Financial Bids in accordance with this RFP with
a special emphasis on its mechanized housekeeping, maintenance and
operations of the street furniture in the project area as Inner Circle, Outer
Circle, Middle Circle, Seven Radial Roads, Radial Road 1- A (between
Palika Bazar & Palika Parking) and area in front of Regal Complex towards
Sansad Marg and BKS Marg, area in front of P-Block Complex towards BKS
Marg and SBS Marg upto the edge of buildings and its precinct area as
shown in the plan at Annexure ‘A’ excluding the Central Park and Palika
Green area ( area above the Palika parking and Palika Bazar). Parking Area,
Public Plaza, Planters, Public Corridors, Footpath, existing street furniture
like benches, public toilets at Central Park, middle circle and outer circle,
subways at Outer Circle in Connaught Place are also to be covered as a part
of the ‘Project area’.
b) The bidder ; means the individual, proprietor firm, firm in partnership,
limited company private or public or corporation, joint venture is not
allowed.
c) The proposals would be evaluated on the basis of the evaluation criteria
set out in section 3 of this RFP document (eligibility criteria) in order to
identify the successful bidder for the project (successful bidder). The
- 13 -
successful bidder would then have to enter into a concession agreement
with NDMC for the project, and perform its obligations as stipulated
therein in respect of the project for Designing, Providing, Installation and
Maintenance of street furniture and Mechanized housekeeping &
maintenance of public plaza, public corridor, parking area, planter,
footpath, subway and toilet in Connaught place on DBOT basis.
1.3
ADDITIONAL CONDITIONS
1.3.1 The bidder shall acquaint himself with the proposed site of work, its
approach roads, working space available before submitting the bid.
1.3.2 The bidder shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and
to the public in general and to prevent any damage to such properties and
any pollution of smoke, streams and waterways. He shall make good at his
cost and to the satisfaction of the NDMC, any damage to roads, paths, or
public or private property whatsoever caused thereon by the bidder. All
waste or superfluous material shall be carried away by the bidder without
any reservation entirely to the satisfaction of the NDMC.
1.3.3 Utmost care shall be taken to keep the noise level to the barest minimum so
that no disturbance as far as possible is caused to the occupants/users in
the area.
1.3.4 In the event of any restrictions being imposed by the Security agencies,
NDMC, Traffic or any other authority in the working area or movement of
concessionaire shall strictly follow such restrictions and nothing shall be
excused from doing the stipulated work on this account. The loss of time on
this account, if any, shall have to be made by generating additional
resources etc. other restrictions are given as under:a)
The movement of trucks and vehicles shall be regulated in accordance
with rules and Regulations as approved by competent authority.
- 14 -
b)
The concessionaire shall inform in advance, the truck registration
numbers, ownerships of the trucks, names and address of the drivers
for necessary action by the security agency.
c)
Labour huts/stay of workmen will not be allowed at project area and in
NDMC area..
d)
Names and address of laborers/staff etc. Working at site shall be
furnished to NDMC in advance.
e)
The laborers/staff should not be changed too frequently once the
verification of the character and antecedents is done.
f)
Uniform: The Concessionaire shall provide two Pairs of Uniforms
(Winter and Summer) to his workers while on duty. The workers shall
always be in uniform. Workers and Supervisors must wear neat and
clean ironed uniform (including proper name badges).
g)
After verification of antecedents of workers, identification badges will be
issued to them by the concessionaire. The cost of badges and uniforms
etc would be borne by the concessionaire. Workers shall wear Identity
Card and Uniform while on duty.
h)
The concessionaire shall be responsible for behavior and conduct of his
laborers. No labourer with doubtful integrity or having a bad record shall
be engaged by the concessionaire.
i)
The workers of the concessionaire should strictly observe code of
conduct and manner befitting security. If any employee of the
concessionaire fails to absolve proper conduct, the concessionaire shall
be liable to remove him from deployment, immediately in receipt of the
instructions of the NDMC.
j)
The concessionaire shall be responsible for the conduct and behavior of
its workers employed for the work.
k)
The NDMC shall have the right, to have any person removed who is
considered unacceptable due to the reasons of security, efficiency, etc.
Similarly concessionaire reserves the right to change the staff as per
their requirement.
l)
The NDMC shall not be responsible for any compensation, which may
be required to be paid to the worker(s) of the tenderer consequent upon
any injury/ mishap.
- 15 -
1.3.5 The bidder shall visit the site and examine the availability of space in detail
for execution of the work and deployment of machinery. The concessioner
has to ensure that the general public/ tourist are not hindered in any manner
while operate and maintain the project.
1.3.6 If for any reason, any area in whole or part of work is not available for
work, the agreed execution schedule shall be suitably modified.
However, under no circumstances the concessionaire shall be entitled
to any relaxation, whatsoever, on this ground & he shall re-organize his
resources to suit the revised schedule.
The contractor shall abide by and comply with all the relevant laws and
statutory requirements like Minimum Wages Act, Payment of Wages Act,
Contract Labour (Regulation & Abolition) Act, 1970, EPF Act etc. with regard
to the personnel engaged by him for providing the services in question.
1.3.7 The mechanized Housekeeping work for the project is required in Public
Place in Connaught Place area as define herein which is a sensitive and
high footfall/ crowded area. The concessionaire shall follow the security and
safety requirements in his day-to-day work as per site condition.
1.3.8 The detailed technical proposal for Mechanized housekeeping for the project
alongwith the details of machines & chemicals to be used (with specified
brands & makes) and frequency of various cleaning operations required to
be carried out or defined herein shall be adhered.
1.3.9 The concessionaire shall have to clean the street furniture/ project area
atleast as per minimum frequencies mentioned herein. However, the
cleaning shall have to be done more frequently if required for proper
housekeeping upon the instructions of the NDMC.
1.3.10 It must be borne in mind that some activities need to be started early in the
morning and completed well before the opening of the subways/ shops/
market. Similarly some other activities can be done only before or after the to
avoid inconvenience to the users/ public.
- 16 -
1.3.11 The work shall be carried out on all days including Sundays & Holidays.
During festival seasons, the frequency of cleaning will be more and more
staff is required to be deputed for housekeeping, so that the public area
remains clean at all times.
1.3.12 The concessionaire shall submit daily housekeeping plan well in advance so
as to help the NDMC officers to monitor and check that the housekeeping
work is being done according to the O&M schedule mentioned herein,
otherwise penalties will be imposed on daily basis.
1.3.13 The department shall provide space for storage of machines, material and
chemicals as per availability for which no rentals for space will be
recoverable.
1.3.14 The existing public plazas, planters, corridors, subways, toilets have very
costly and intricate finishing on walls, ceiling and floors etc. The
concessioner shall make necessary arrangements at his own cost to prevent
any damages to existing work due to any of his activities and shall make
good the same at his own risk and cost. The decision of NDMC regarding
cause and cost of damage shall be final. In case the concessioner fails to
make good the damage to the entire satisfaction of NDMC, it shall be done
at his risk and cost by the NDMC with effective current market rate, as
decided by NDMC, deemed to be reimbursed by the concessionaire within
30 days of intimation.
1.3.15 All materials, T & P shall be arranged by the concessionaire.
1.3.16 Materials and chemicals required shall have to be brought by the
concessionaire in advance for each month at his own cost. It may be noted
that the material and chemicals required shall have to be brought at site
store and shall be verified by NDMC.
1.3.17 The sweeping, cleaning, scrubbing, vacuum cleaning, buffing etc. shall
carry out by Machines. However, in exceptional cases where cleaning
is not possible with machines, manual cleaning will be permitted with
the specific approval of NDMC.
- 17 -
1.3.18 NDMC will provide metered electricity and treated water free of charges
(treated water only) for housekeeping work only excluding the water required
for toilets. The concessionaire shall arrange at his own cost the necessary
electrical & water supply fittings, flexible pipe etc. for taking electricity and
water from electric points and water taps provided in the Project area.
1.3.19 All the material / chemicals / consumables brought at site shall be protected
suitably, duly wrapped / packed and stored so as to avoid any damage
during loading / transportation / unloading & handling due to weather
conditions etc. at any stage.
1.3.20 Materials and chemicals of approved quality as mentioned herein from M/s
ECO Lab and/or M/s Johnson Diversey or equivalent with the approval of
NDMC shall be used. In case any material/chemical required to be used is
not marketed by M/s ECO Lab or M/s Johnson Diversey their equivalent
material of as approved by NDMC shall be used. The consumption of
material/chemicals shall be regulated as per manufacturer’s specifications.
1.3.21 Machinery/equipment of Nilfisk/Taski/equivalent make are preferably to be
used. Machines procured by agency are the property of the concessioner
and will be maintained by concessioner at his own cost.
1.3.22 The concessionaire should deploy minimum number of machines and
laboures as per details in O&M schedule. In case of any short fall on a
particular day, the necessary action will be taken as specified in penalties
clause.
1.3.23 Machines/equipments brought by the contractor should always be in working
conditions. For any break down, some standby Machines/equipments shall
be arranged at site.
1.3.24 The running and maintenance charges of machines i.e. cost of fuel, battery,
lubricants, replacement of parts etc. shall be borne by the concessionaire.
1.3.25 During the festival, special occasion/ events in project area, the
concessionaire has to ensure that workers and supervisory staff as per
requirement. The frequency of cleaning will be more and more staff is
- 18 -
required to be deputed for house-keeping, so that the public area remains
clean at all times.
1.3.26 All machines provided by concessionaire shall be exclusively for use in
Project Area, Connaught Place.
1.4
RFP Documents
1.4.1 The RFP document can be obtained by the Bidders for Rs 5000 (Rupees
Five Thousand only) via Demand Draft drawn in favour of Secretary NDMC
New Delhi payable at Delhi from NDMC office at the address given below or
can be downloaded from the NDMC or GNCTD website. For download RFP
document the bidder will deposit DD for Rs.5,000/- alongwith the bid in
separate sealed envelop.
Executive Engineer (Connaught Place),
Address: Room No 1412, 14th Floor, NDMC,
Palika Kendra, Sansad Marg, New Delhi
Email: eecp.ndmc@gmail.com
Ph. No.: 011-41501353-60, Extn. No.3450
1.4.2 All
subsequent
notifications,
changes
and
amendments
will
be
communicated by NDMC to the Bidders at their registered address and
email.
- 19 -
Instructions to Bidders
Section Two
A.
General
2.1
Number of Proposals
Each Bidder shall submit only one (1) Proposal in respect of the project
in response to this RFP. Any Bidder, who submits more than one
Proposal in respect of the Project, will be disqualified for this project.
2.2
Proposal Preparation Cost
The Bidder shall be responsible and shall pay for all of the costs
associated with the preparation of its Proposal and its participation in
the bidding process. NDMC shall not be responsible or in any manner
be liable for such costs, regardless of the conduct or outcome of the
bidding process.
2.3
Project Inspections and Visit to the Site And related costs to the
project
2.3.1 Bidders may carry out Project Site visits/ inspections at their cost.
2.3.2 It is desirable that each Bidder submits its Proposal after visiting the
site and ascertaining for itself the location, surroundings, or any other
matter considered relevant by it.
2.3.3 The Advertisement tax or any kind of License Fee on the street
furniture’s shall be charged by the NDMC as per the Council policy
implemented time to time, to the successful bidder.
2.3.4 It would be deemed that by submitting the Proposal, the Bidder has:
a. Made a complete and careful examination of terms &
conditions/requirements, and other information set forth in this RFP
document
b. received all such relevant information as it has requested from
NDMC; and
c.
made a complete and careful examination of the various aspects of
the Project including but not limited to:
i.
ii.
existing facilities and structures;
the conditions of the access roads and utilities in the vicinity of
the Project Site;
20
iii. conditions affecting transportation, access, disposal, handling
and storage of materials;
iv. all other matters that might affect the Bidder's performance
under the terms of this RFP document.
2.3.5 NDMC shall not be liable for any mistake, error or omission on the part
of the Bidder in respect of the above or otherwise.
2.4
Right to Accept or Reject any of the Proposals
Without prejudice to whatsoever is contained in this RFP, NDMC
reserves the right to accept or reject any Proposal or to annul the
bidding process or reject all Proposals, at any time without any liability
or any obligation for such rejection or annulment, without assigning any
reasons.
NDMC reserves the right to reject any Proposal if:
a.
at any time, a material misrepresentation and/ or concealment of
any facts/ materials is made or discovered, or
b.
The Bidder does not respond promptly and diligently to requests
for supplemental information required for the evaluation of the
Proposal.
Rejection of the Proposal by NDMC as aforesaid would lead to the
disqualification of the Bidder. If such disqualification/ rejection occur
after the bids have been opened and the best bidder gets disqualified/
rejected, then NDMC reserves the right to:
a.
either reject the Bidder for this time and in future also, or
b.
Take any such measure as may be deemed fit in the sole
discretion of NDMC, including annulment of the bidding process.
21
B.
DESIGN OF STREET FURNITURE
2.5
The design of proposed street furniture by the Concessionaire have to
be approved by DUAC and Heritage Conservation Committee. The
Concessionaire will submit complete drawings and presentations to
NDMC for obtaining necessary permission from DUAC, Heritage
Conservation Committee or any other Statutory Body by NDMC. In
support the Concessionaire will provide all the cooperation in obtaining
the aforementioned permission
C.
PROJECT COST
2.6
The project cost would include the cost of street furniture comprising
civil, electrical and other costs. There will be recurring annual cost
associated with operation and maintenance of street furniture as per
the scope of the work define in the RFP.
D.
REVENUE GENERATION SOURCES
2.7
Advertisement is the major source of revenue from permitted street
furniture. Revenue from limited commercial exploitation of the other
area wherever permitted would be the other source of revenue
generation with prior permission of NDMC.
Bidder is expected to make his own estimates of revenue before
submitting their Proposals. No Claim shall be entertained in this
regard at any stage.
E.
DETAILS TO ACCOMPANY RFP
2.8
Technical Proposal
The Bidder shall submit the following as per clause 2.9, 2.10, 2.11,
2.12 & 2.13 along with the Proposal in sufficient details to enable
evaluation of their grasp of the work and ability to execute it within the
Time of Completion.
22
2.9
Organizational Structure during Implementation and Operation
The Bidder shall submit their proposed organizational structure during
Implementation, operation and maintenance stages commensurate
with targeted Project Completion Schedule, which will form the basis of
Employment Schedule. The Bidder shall also enclose CV’s of the key
persons including tasks assigned to them.
2.9(a) No subletting/outsourcing of the O&M and housekeeping will be
allowed. If at any stage NDMC found that the O&M and housekeeping
have been subletted/outsourced, NDMC will terminate the contract with
immediate effect and forfeit the PBG.
2.10
Implementation Schedule
(a)
Implementation time
This shall consist of a detailed program of manufacturing of
street furniture, modification in the existing street furniture,
installation of street furniture with supporting calculations,
deployment of man and machine showing bar chart showing in
sufficient details, completion of various section of Work and the
date and order in which the Bidder Proposed to carry out
different parts of the Works. This construction schedule shall
form the basis for preparation of detailed CPM schedule to be
furnished after the award of the Concession.
The entire works have to be completed within 6 Months from the
signing of the contract/ agreement including testing of the same.
The concessionor will have to start the operation & maintenance
and housing keeping services for the project area with in thirty
days from the signing of the contract.
(b)
Commercial Operation Date (COD)
Commercial Operation Date will be the date of completion of
project on which the implementation of project will be completed
or as per the report of independent Engineer if appointed for the
project. The Partial Commercial Operation (Advertisement on
the Street Furniture) may be started by the concessionaire after
23
the forty five days from the date of signing of agreement/contract
and with prior approval of Steering Committee subject to provide
the operation & maintenance and housing keeping services for
the project area. Partial advertisement shall be allowed after 15
days from starting the operation & maintenance and housing
keeping services for the project area with prior approval of
steering committee. In case of any hindrance the maximum
period allowed for COD is 12 months from the date of signing of
agreement even if 100% project is not implemented within 12
months than COD for the project will be deemed fixed as 12
months from the date of signing of agreement and minimum
concessionaire fee have to be paid to NDMC till the completion
certificate for project will be granted. After the issuing the
completion certificate by Independent Engineer or NDMC the
minimum concession fee will be adjusted proportionately.
2.11
Operation Schedule
The operational schedule in accordance with the O&M Schedule
Section Five of RFP will consist of the procedures and practices to be
followed in keeping the facility in working condition, the processes
followed for operations and for deployment of equipments/machines for
project for housekeeping.
Daily/ Weekly/ Monthly operational
schedules for the street furniture including housekeeping, security/
watch & ward, lease agreement and monitoring will form the part of this
schedule.
2.12
Maintenance Schedule
Maintenance schedules would contain time schedules and scope of
maintenance work to be taken up, under the routine maintenance and
regular maintenance as per O&M Schedule Section Five of RFP.
2.13
Employment Schedule
This shall consist of a chart showing deployment of monthly manpower
(including skilled and unskilled labour of various categories)
commensurate with the Construction Schedule and the Operation and
Maintenance schedule.
24
2.14
Deviation Statement
Bidders may note that NDMC will not entertain any deviations to the
RFP at the time of submission of the Proposal or thereafter. The
Proposal to be submitted by the Bidders would have to be
unconditional and unqualified and the Bidders would be deemed to
have accepted the terms and conditions of the RFP with all its contents
including the Draft Concession Agreement.
F.
Documents
2.15
Amendment of RFP
2.15.1 At any time prior to the Proposal Due Date, NDMC may, for any reason
whatsoever, whether at its own initiative or in response to clarifications
requested by a Bidder, modify the RFP Document by the issuance of
Addenda.
2.15.2 Any Addendum thus issued will be sent in writing to all those who have
been issued the RFP Document by NDMC and it shall be sent by
courier/Registered Post at the address provided for communication to
NDMC or by fax or by email. Bidders shall promptly acknowledge
receipt thereof to NDMC.
2.15.3 In order to provide the Bidders a reasonable time to examine the
Addendum, or for any other reason, NDMC may, at its sole discretion,
extend the Proposal Due Date.
2.16
Clarifications
A prospective Bidder requiring any clarification on the RFP document
may notify NDMC in writing. The Bidders should send in their queries
latest by the Last date of receiving queries as set out in Section 4,
Schedule of Bidding Process. NDMC would endeavour to respond to
the queries by the date mentioned in the Schedule of Bidding Process.
The responses will be sent by fax / courier/ email. NDMC will forward
25
its responses, at its sole discretion, to all Bidders to whom RFP
Document has been issued, which would include a description of the
enquiry and the response of NDMC without identifying the source of the
enquiry.
G.
Preparation and Submission of Proposal
2.17
Language and Currency
2.17.1 The Proposal and all related correspondence and documents should
be written in English. Supporting documents and printed literature
furnished by Bidder with the Proposal may be in any other language
provided that they are accompanied by appropriate translations of the
pertinent passages in the English language. Supporting materials,
which are not translated into English, may not be considered. For the
purpose of interpretation and evaluation of the Proposal, the English
language translation shall prevail.
2.17.2 The currency for the purpose of the Proposal shall be the Indian
National Rupee (INR).
2.18
Bid Security
2.18.1 The Proposal needs to be accompanied by bid security. The Bid
Security shall be kept valid throughout the Proposal Validity Period and
would need to be extended, if so required by NDMC, for any extension
in Proposal Validity period.
The Bid Security should be of INR 50 lakhs (Rupees Fifty Lakhs
only) and shall be in the form of a Demand Draft or a Bank Guarantee
in favour of The Secretary, New Delhi Municipal Council, issued by any
scheduled bank in India, payable at New Delhi as per format enclosed
as Appendix D.
2.18.2 The Bid Security shall be returned to the unsuccessful Bidders within a
period of Three (3) weeks from the date of announcement of the
Successful Bidder. The Bid Security submitted by the Successful
26
Bidder shall be released upon signing of the Concession Agreement
and upon furnishing the Performance Security.
2.18.3 The Bid Security shall stand forfeited in the following cases:
a. If any bidder withdraws his bid before the expiry of the validity
period, or before the issue of letter of acceptance, whichever is
earlier, or makes any modification in the terms and conditions of the
bid which are not acceptable to the department, then the NDMC
shall, without prejudice to any other right or remedy, be at liberty to
forfeit 50% of the bid security absolutely.
This provision would
naturally apply only to the highest bidder once the bid security of all
the bidders except those of the highest is refunded as per
provisions;
b. If bidder fails to furnish the prescribed performance security within
the prescribed period the bid security is absolutely forfeited to the
NDMC automatically without any notice;
c. In case the bidder fails to commence the work specified in the bid
documents on the 15th day or such time period as mentioned in
letter of award, after the date on which the Engineer-in-charge
issued written orders to commence the work or from the date of
handing over of the site, whichever is later, the NDMC shall without
prejudice to any other right or remedy, be at liberty to forfeit whole
of the bid security absolutely.
d. If only a part of the work as shown in the bid is awarded, and the
bidder does not commence the work, the amount of the bid security
to be forfeited to the NDMC should be worked out with reference to
the estimated cost of the work so awarded.
e. In case of forfeiture of bid security as prescribed in a to d above, the
bidder shall not be allowed to participate in the rebidding process of
the work.
2.19
Validity of Proposal
27
The Proposal shall indicate that it would remain valid for a period not
less than 120 (120) days from the Proposal Due Date ("Proposal
Validity Period") in the format set out in Section Four. NDMC reserves
the right to reject any Proposal, which does not meet the said
requirement.
2.20
Extension of Validity of Proposal
2.20.1 In exceptional circumstances, prior to expiry of the original Proposal
Validity Period, NDMC may request Bidders to extend the Proposal
Validity Period for a specified additional period.
2.20.2 A Bidder may refuse the request without forfeiting its Bid Security. A
Bidder agreeing to the request will not be allowed to modify its
Proposal, except as provided under Clause 2.15 but would be required
to extend the validity of its Bid Security for the period of extension.
2.20.3 The Successful Bidder shall, wherever/whenever required, be asked to
extend the Proposal Validity Period till the date of execution of the
Concession Agreement.
2.21
Format and Signing of Proposal
2.21.1 Bidders would provide all the information as per this RFP and in the
specified format. NDMC would evaluate only those Proposals that are
received in the required format and complete in all respects.
2.21.2
(a) If the bidder is an individual, the application shall be signed by him
above his fully type written name and current address.
(b) If the bidder is a proprietary firm, the application shall be signed by
the proprietor above his full typewritten name and the full name of
the firm with its current address.
(c) If the bidder is a firm in partnership, the application shall be signed
by all the partners of the firm above their full typewritten names and
current addresses, or alternatively, by a partner holding power of
attorney for the firm. In the later case a certified copy of the power
of attorney should accompany the application.
28
In both cases a
certified copy of the partnership deed and current address of all the
partners of the firm should accompany the application.
(d) If the bidder is a limited company or a corporation, the application
shall be signed by a duly authorized person holding power of
attorney for signing the application accompanied by a copy of the
power of attorney. The bidder should also furnish a copy of the
Memorandum of Articles of Association duly attested by a Public
Notary.
2.21.3 The Bidder shall prepare one original of the documents comprising the
Proposal, (the Technical Bid (in hard copy as well as soft copy in CD)
and the Financial Bid (in hard copy only)) clearly marked “ORIGINAL”.
In addition, the Bidder shall make and submit one (1) copy of the
Technical Bid Proposal, clearly marked “COPY”. In the event of any
discrepancy between the original and the copy, the original shall
prevail.
2.21.4 The Proposal and its copy shall be typed or written in indelible ink and
the Bidder shall initial each page. The person signing the Proposal
shall initial all the alterations, omissions, additions, or any other
amendments made to the Proposal.
2.21.5 All the financial documents shall be duly authenticated by Chartered
Accountant.
2.22
Sealing and Marking of Proposals
2.22.1 The Bidder shall seal the original and copy of the Proposal in separate
envelopes, duly marking the envelopes as “ORIGINAL” and “COPY”.
The envelopes shall then be sealed in an outer envelope.
2.22.2 Each envelope shall clearly bear the following identification-
DESIGNING, PROVIDING, INSTALLATION AND MAINTENANCE OF
STREET
FURNITURE
AND
MECHANIZED
HOUSEKEEPING
&
MAINTAINENCE OF PUBLIC PLAZA, PUBLIC CORRIDOR, PARKING
AREA,
PLANTER,
FOOTPATH,
SUBWAY
CONNAUGHT PLACE ON DBOT BASIS
“Name of the Bidder”
29
AND
TOILET
IN
And shall contain:
Part I Submission: Technical Bid [in separate envelope - in hard copy (one
original and one copy) as well as soft copy in CD]
a. Covering Letter-cum-Project Undertaking, clearly stating the validity of
the Proposal as per format enclosed as Appendix A.
b. Power of Attorney for Signing of Proposal as per the format enclosed
as Appendix B.
c. Anti-Collusion Certificate as per the format enclosed as Appendix C.
d. Bid security in the form of Demand Draft or a Bank Guarantee as per
the format enclosed as Appendix D.
e. Documents pertaining to the eligibility criteria
f. Technical Proposal containing the details as mentioned in Appendix E.
Part II Submission: Financial Bid [in separate envelope - one original set in
hard copy only]
a.
In a separate sealed envelope, Financial Bid as per the format
enclosed as Appendix F, Appendix F-1 and Appendix F-2.
2.22.3 The envelopes shall be addressed to:
Executive Engineer (Connaught Place)
Address: Room No 1412, 14th Floor, NDMC,
Palika Kendra, Sansad Marg New Delhi
Email: eecp.ndmc@gmail.com
Ph. No.: 011-41501353-60, Extn. No.3450
2.22.4 If the envelopes are not sealed and marked as instructed above,
NDMC assumes no responsibility for the misplacement or premature
opening of the contents of the Proposal submitted and such Proposal
may at the sole discretion of NDMC, be rejected.
2.23
Proposal Due Date
2.23.1 Proposals shall be submitted before 1500 hours IST on the Proposed
Due Date mentioned in the Section Four, Schedule of Bidding Process,
30
at the address provided in Clause 2.26.6 in the manner and form as
detailed in this RFP. Proposals submitted by either facsimile
transmission or telex will not be acceptable.
2.23.2 NDMC may, in exceptional circumstances, and at its sole discretion,
extend the Proposal Due Date by issuing an Addendum in accordance
with Clause 2.15 uniformly for all Bidders.
2.24
Late Proposals
2.24.1 Any Proposal received by NDMC after the Proposal Due Date as
provided for in Clause 2.23 will be returned unopened to the Bidder by
Regd. Post.
2.25
Modifications/ Substitution/ Withdrawal of Proposals
2.25.1 The Bidder may modify, substitute, or withdraw its Proposal after
submission,
provided
that
written
notice
of
the
modification,
substitution, or withdrawal is received by NDMC by the Proposal Due
Date. No Proposal shall be modified, substituted, or withdrawn by the
Bidder after the Proposal Due Date.
2.25.2 The modification, substitution, or withdrawal notice shall be prepared,
sealed, marked, and delivered in accordance with Clause 2.15, 2.16
and
2.22,
with
“MODIFICATION”,
the
envelopes
“SUBSTITUTION”
being
or
additionally
marked
“WITHDRAWAL”,
as
appropriate.
2.25.3 Withdrawal of a Proposal during the interval between the Proposal Due
Date and expiration of the Proposal Validity Period shall result in
forfeiture of the Bid Security in accordance with Clause 2.18.3 of this
document.
2.26
Pre-Proposal Meeting
2.26.1 To clarify and discuss issues with respect to the Project and the RFP,
NDMC may hold Pre-Proposal meeting(s).
31
2.26.2 Prior to the Pre-Proposal meeting(s), the Bidders may submit a list of
queries and propose deviations, if any, to the Project requirements
and/or the Concession Agreement. Bidders must formulate their
queries and forward the same to NDMC as per Schedule of Bidding
Process one day prior to the meeting.
NDMC may, in its sole
discretion or based on inputs provided by Bidders that it considers
acceptable, amend the RFP.
2.26.3 Bidders may note that NDMC will not entertain any deviations to the
RFP at the time of submission of the Proposal or thereafter. The
Proposal to be submitted by the Bidders would have to be
unconditional and unqualified and the Bidders would be deemed to
have accepted the terms and conditions of the RFP with all its contents
including the Draft Concession Agreement. Any conditional Proposal
shall be regarded as non-responsive and would be liable for rejection.
2.26.4 NDMC will endeavour to hold the Pre-Proposal meeting as per
Schedule of Bidding Process. The details of the meeting will be
separately communicated to the Bidders.
2.26.5 Attendance of the Bidders at the Pre-Proposal meeting is not
mandatory. However, subsequent to the meeting, NDMC may not
respond to queries from any Bidder including the one who has not
attended the Pre-Proposal meeting.
2.26.6 All correspondence / enquiries should be submitted to the following in
writing by registered post / courier or emailed /faxed to the following
address:
Attn. of
Executive Engineer (Connaught Place)
Address
Room No 1412, 14th Floor, NDMC, Palika Kendra,
Sansad Marg New Delhi
Ph. No.
011-41501353-60, Extn. No.3450
Email
eecp.ndmc@gmail.com
32
2.26.7
No interpretation, revision, or other communication from NDMC
regarding this solicitation is valid unless it is in writing. NDMC
may choose to send to all Bidders, written copies of NDMC's
responses, including a description of the enquiry, but without
identifying its source, to all the Bidders.
H.
Evaluation of Proposal
2.27
Proposal Opening
2.27.2 NDMC would open the Proposals (Technical Bids only) on any working
day within 10 days of the Proposal Due Date for the purpose of
evaluation.
2.27.3 Proposals for which an acceptable notice of withdrawal has been
submitted in accordance with Clause 2.25 shall not be opened.
2.27.4 NDMC would subsequently examine and evaluate Proposals in
accordance with the criteria set out in Section 3.
2.28
Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the Bidders shall not be disclosed to any person
not officially concerned with the process. NDMC will treat all
information submitted as part of Proposal in confidence and would
require all those who have access to such material to treat the same in
confidence. NDMC will not divulge any such information unless it is
ordered to do so by any authority pursuant to applicable law or order of
a competent court or tribunal, which requires its disclosure.
2.29
Tests of Responsiveness
2.29.1 Prior to evaluation of Proposals, NDMC will determine whether each
Proposal is responsive to the requirements of the RFP. A Proposal
shall be considered responsive if the Proposal:
a.
Is received before 1500 Hrs (IST) on the Proposal Due Date
including any extension thereof pursuant to Clause 2.23.
b. Is signed, sealed and marked as stipulated in Clause 2.21 and
2.22.
33
c.
Contains the information and documents as requested in the RFP
along with the bid security in proper format.
d.
Contains information in formats specified in the RFP.
e.
Mentions the validity period as set out in Clause 2.19.
f.
It provides the information in reasonable detail. ("Reasonable
Detail" means that, but for minor deviations, the information can be
reviewed and evaluated by NDMC without communication with the
Bidder). NDMC reserves the right to determine whether the
information has been provided in reasonable detail.
g.
There are no inconsistencies between the Proposal and the
supporting documents.
2.29.2 A Proposal that is substantially responsive is one that conforms to the
preceding requirements without material deviation or reservation. A
material deviation or reservation is one which,
a. affects in any substantial way, the scope, quality, or performance
of the Project/s, or
b. limits in any substantial way, inconsistent with the RFP
document, NDMC's rights or the Bidder's obligations under the
Concession Agreement, or
c. Unfairly affects the competitive position of other Bidders
presenting substantially responsive bids.
2.29.3 NDMC reserves the right to reject any Proposal which is not
substantially responsive and no request for alteration, modification,
substitution or withdrawal shall be entertained by NDMC in respect of
such Proposals.
2.30
Clarifications
To assist in the process of evaluation of Proposals, NDMC may, at its
sole discretion, ask any Bidder for clarification on its Proposal or
substantiation of any of the submissions made by the Bidder. The
request for such clarification or substantiation and the response shall
34
be in writing or by facsimile. No material change in the substance of the
Proposal would be permitted by way of such clarification/substantiation.
2.31
Consultant(s) or Advisor(s)
To assist in the examination, evaluation, and comparison of Proposals,
NDMC may form a Board of Assessors.
2.32
Proposal Evaluation
2.32.1 In Stage I of the Proposal Evaluation, the Proposals shall be checked
for responsiveness with the requirements of the RFP. The evaluation of
the Proposal of a Bidder whose Proposal is found to be substantially
responsive shall then consist of evaluation of the Technical Bid
submitted by the Bidders on the basis of evaluation criteria set out in
Section 3.
2.32.2 In Stage II, the Financial Bids of the Bidders would be evaluated on the
basis of the evaluation criteria set out in Section 3. Thereafter the
composite evaluation of the Technical Bid and the Financial Bid would
be carried out as set out in Section 3.
2.32.3 NDMC may either choose to accept the Proposal of the Preferred
Bidder reject.
2.32.4 Upon acceptance of the Proposal of the Preferred Bidder NDMC shall
declare the Preferred Bidder as the Successful Bidder.
2.33
Notifications of Successful Bidder
NDMC will notify the Successful Bidder by a letter, Letter of Award
(LOA) that the Proposal has been accepted.
2.34
NDMC's Right to Accept or Reject Proposal
2.34.1 NDMC reserves the right to accept or reject any or all of the Proposals
without assigning any reason and to take any measure as it may deem
fit, including annulment of the bidding process, at any time prior to
signing of the Concession Agreement, without liability or any obligation
for such acceptance, rejection or annulment.
35
2.34.2 NDMC reserves the right to invite revised Proposals from Bidders with
or without amendment of the RFP at any stage, without liability or any
obligation for such invitation and without assigning any reason.
2.35
EXCLUSIVE RIGHTS: After forty five days from the date of execution
of the Concession Agreement with the successful bidder, NDMC will
grant to the Concessionaire exclusive rights to display advertisement in
Connaught Place area on the Street Furniture on the formats as
mentioned in the Technical Bid or as approved by the Steering
Committee for the project during implementation period or after issuing
the COD. No other form of advertisement will be allowed during the
concession period on project area. To ensure the sustainability of the
project any ongoing agreement /contract will not be renewed further,
upon its expiry and would automatically become a part of this
Agreement except in the circumstances mutually agreed upon with
concessionaire. In addition to the above during the concession period,
the NDMC shall not permit any other new Party to display
advertisement in the specified roads/ area as mentioned in project
including on the private properties in Connaught Place except a) For display of advertisements on other existing advertising formats
like Bus Shelters, one public toilets, one garbage station etc.
b) Temporary permissions (not more than for two weeks) granted on
Municipal Footpaths/roads for banners, boards, posters, etc for
specified occasions, festivals, events etc. during the concession
period in the project areas and vicinity with the approval of NDMC
or with mutual understanding with NDMC and Concessionaire.
c) Display of advertisements during the Festive periods or the code
of conduct Etc. as permitted by the NDMC.
Where contracts in conflict with sub clause a) exist, the NDMC shall not renew
such contracts on expiry of the term of such contract. In any event, the
NDMC warrants that the NDMC will not enter into any fresh contracts from the
date of execution of this Agreement.
2.36 Acknowledgement of Letter of Award (LoA) and Execution of
Concession Agreement
2.36.1 Within one (1) week from the date of issue of the LoA by NDMC the
Successful Bidder shall acknowledge the LoA. The Successful Bidder
shall execute the Concession Agreement within two (2) weeks of the
issue of LoA or any extension thereof as may be decided by NDMC
and simultaneously furnish Performance Security.
36
2.36.2 Failure of the Successful Bidder to enter into a Concession
Agreement with NDMC within a period of two weeks from the date of
issuance of the LoA, or any extension thereof as may be decided by
NDMC would constitute sufficient grounds for the annulment of LoA. In
such event, NDMC reserves the right to
a.
Either reject the proposal of successful Bidder for the Project
OR
b.
Take any such measure as may be deemed fit in the sole
discretion of NDMC, including annulment of the bidding process
for the Project.
NDMC as the case may be will promptly notify other Bidders that their
Proposals have been unsuccessful and their Bid Security will be
returned in accordance with clause 2.18.3.
2.37 Performance Security
2.37.1 Provision of Performance Security
a) The Concessionaire shall for due and punctual performance of
obligations hereunder in relation to the Designing, Installation and
maintenance of Street Furniture and mechanised cleaning &
maintenance of public plaza / corridor, parking, planters, subways
and toilet in Connaught place on DBOT basis, deliver to NDMC,
simultaneously with the execution of this Agreement, a bank
guarantee from a Indian Scheduled Bank in favour of Secretary
NDMC for a sum of Rs 2.0 crores (Rupees two Crores only).
This bank guarantee shall be returned upon successful completion
of the Project on expiry of the concession period.
2.37.2 Fresh Performance Security
In the event of the encashment of the Performance Security by NDMC
pursuant to Encashment Notice issued in accordance with the
provisions of Article 16 the Concessionaire shall within 30 (thirty) days
of the Encashment Notice furnish to NDMC fresh Performance Security
37
failing which NDMC shall be entitled to terminate this Agreement in
accordance with the provisions of Article 16.
2.38 TAX LIABILITY:(a)
The concessionaire shall be responsible for all the taxes to be
paid to Govt. of India /statutory body for the services rendered
by him. There will be no tax liability upon the NDMC whatsoever
on any account.
(b)
The Concessionaire should ensure enforcement of existing
Labour Laws, Minimum Wages Act and at no point of time
should the NDMC be drawn into litigation on these counts.
(c)
The Concessionaire should indemnify the NDMC for the
damages caused due to non-compliance to any statutory law,
bye-law or service conditions.
2.39
Both the parties shall be at liberty to cancel the agreement at any
stage after giving three months notice from either side, if they find
that the project is not workable according to their aims and objectives.
The assets provided by the Concessionaire shall be stand transferred
to the NDMC free of cost in such eventualities.
2.40
NDMC shall have the right to cancel/ revoke/ terminate the
agreement at any stage in case of breach of any of the stipulated
terms and conditions by the Concessionaire or if their performance is
not found satisfactory. Then the assets (Street furnitures and related
Civil & Electrical works) provided by the Concessionaire shall be
stand transferred to the NDMC free of cost in such eventualities.
At the end of concessionaire period all the assets created will
become the property of NDMC.
2.41 PUNITIVE CLAUSE:NDMC will impose a fine on the Concessionaire if the desired level of
cleanliness, maintenance and security are not maintained and for lack
of proper upkeep, facilities, etc. as per clause 5.7.
2.42 LOSS AND THEFT OF PROPERTY:38
The Concessionaire shall be responsible for the up keeping of all the
assets created/ of NDMC and any loss and damage thereof shall be
made good by him immediately at his own cost to continue to keep the
street furniture/ public convenience and available for use. Minor
damages to be made good with in 24 hours and major damages with in
15 days. If concessioner fails to create new assets which are damaged
by theft or any other reason with in 15 days, NDMC will get it done at
risk and cost of the concessioner or NDMC can terminate the
agreement.
2.43 DISPUTE RESOLUTION
1.
Any dispute and or difference arising out of or relating to this
contract will be resolved through joint discussion of the
authorised representatives of both the parties. However, if the
dispute is not resolved by joint discussion, then the matter will
be referred for adjudication to a sole Arbitrator appointed by the
Director, NDMC.
2.
The award of the sole Arbitrator shall be final and binding on all
the parties. The arbitration proceeding’s shall be governed by
Indian Arbitration and Conciliation Act,1996, as amended from
time to time.
3.
The cost of Arbitration shall be borne by the respective parties in
equal proportion. During the pendency of the arbitration
proceedings and currency of contract, neither party shall be
entitled to suspend the work/service to which the dispute relates
on account of the arbitration.
Arbitration proceedings will be
held at NDMC, New Delhi only.
2.44
JURISDICTION OF COURT
The courts at Delhi/New Delhi shall have the exclusive jurisdiction to try
all disputes, if any, arising out of the agreement between the parties.
39
2.45 - FORCE MAJEURE
Force Majeure Event
As used in this Agreement, a Force Majeure Event shall mean occurrence in
India of any or all of Non Political Event, Indirect Political Event and/or
Political Event as defined in Clauses 2.45.2, 2.45.3 and 2.45.4 respectively
which prevent the Party claiming Force Majeure (the "Affected Party") from
performing its obligations under this Agreement and which act or event (i) is
beyond the reasonable control and not arising out of the fault of the Affected
Party, (ii) the Affected Party has been unable to overcome such act or event
by the exercise of due diligence and reasonable efforts, skill and care, and (iii)
has a Material Adverse Effect on the Project.
2.45.1 Non Political Event.
For purposes of Clause 2.45.1 hereinabove, a Non-Political Event shall mean
one or more of the following acts or events:
(i)
acts of God or events beyond the reasonable control of the Affected
Party which could not reasonably have been expected to occur,
exceptionally adverse weather conditions, lightning, earthquake,
cyclone, flood, volcanic eruption or fire (to the extent originating from a
source external to the Project Site or beyond design specifications for
the Construction Works) or landslide;
(ii)
radioactive contamination or ionizing radiation;
(iii)
General strikes or boycotts (other than those involving the
Concessionaire,
its
Contractors
or
their
respective
employees/representatives or attributable to any act or omission of
any of them) interrupting supplies and services to the Project for a
period exceeding 7 (seven) days in an Accounting Year, and not being
an Indirect Political Event set forth in Clause 2.45.3;
(iv)
any failure or delay of a Contractor but only to the extent caused by
another Non-Political Event and which does not result in any offsetting
compensation being payable to the Concessionaire by or on behalf of
such Contractor;
(v)
Any judgment or order of any court of competent jurisdiction or
statutory authority in India made against the Concessionaire in any
proceedings for reasons other than failure of the Concessionaire to
40
comply with any Applicable Law or Applicable Permits or on account
of breach thereof, or of any contract, or enforcement of this
Agreement or exercise of any of its rights under this Agreement by
NDMC;
(vi)
any event or circumstances of nature analogous to any of the
foregoing.
2.45.2 Indirect Political Event
For purposes of Clause 2.45.1 hereinabove, an Indirect Political Event shall
mean one or more of the following acts or events :
(i)
An act of war (whether declared or undeclared), invasion, armed
conflict or act of foreign enemy, blockade, embargo, riot, insurrection,
terrorist or military action, civil commotion, or politically motivated
sabotage which prevents collection of revenue by the Concessionaire
for a period exceeding a continous period of 7 (seven ) days in an
Accounting Year;
(ii)
Industry wide or state wide or India wide strikes or industrial action
which prevent collection of revenue by the Concessionaire for a period
exceeding a continous period of 15(fifteen) days in an Accounting
Year; or
(iii)
Any public agitation which prevents collection of revenue by the
Concessionaire for a period exceeding a continous period of
15(fifteen ) days in an Accounting Year.
2.45.3 Political Event
For purposes of Clause 2.45.1 hereinabove, a Political Event shall mean one
or more of the following acts or events by or on account of NDMC, or any
other Government Agency:
(i)
Change in Law, only when provisions of Article 17 cannot be applied;
(ii)
Expropriation or compulsory acquisition by any Government Agency of
any Project Assets or rights of the Concessionaire or of the
Contractors; or
(iii)
Any unlawful or unauthorised or without jurisdiction revocation of, or
refusal to renew or grant without valid cause any consent or approval
required by the Concessionaire or any of the Contractors to perform
their respective obligations under the Project Agreements (other than
a consent the obtaining of which is condition precedent) provided that
such delay, modification, denial, refusal or revocation did not result
41
from the Concessionaire’s or any Contactor’s inability or failure to
comply with any condition relating to grant, maintenance or renewal of
such consent or permit.
2.45.4 Effect of Force Majeure Event.
Upon occurrence of any Force Majeure Event, the following shall apply:
(a)
There shall be no Termination of this Agreement.
(b)
Where the Force Majeure Event occurs before COD, the dates set
forth in the Project Completion Schedule and the Concession Period
shall be extended by the period for which such Force Majeure Event
shall subsist;
(c)
Where a Force Majeure Event occurs after COD, the Concessionaire
shall continue to make all reasonable efforts to operate the Project
and/or to collect revenue, but if it is unable or prevented from doing
so, the Concession Period shall, having due regard to the extent of the
impact thereof as determined by the Steering Group, be extended by
the period for which collection of revenue remains affected on account
thereof; and
(a)
Costs arising out of or concerning such Force Majeure Event shall be
borne in accordance with the provisions of the Clause 2.45.6
hereinafter.
2.45.5 Allocation of costs during subsistence of Force Majeure
Subject to the provisions of Clause 2.45.5 hereinabove, upon occurrence of a
Force Majeure Event, the costs arising out of such event shall be allocated as
follows:
(a)
When the Force Majeure Event is a Non Political Event, the Parties
shall bear their respective costs and neither Party shall be required to
pay to the other Party any costs arising out of any such Force Majeure
Event;
42
(b)
Where the Force Majeure Event is an Indirect Political Event, the
costs attributable to such Force Majeure Event and directly relating to
the Project (the "Force Majeure Costs") shall be borne by the
Concessionaire to the extent of the Insurance Cover, and to the extent
the Force Majeure Costs as duly certified by the Statutory Auditors
exceed the Insurance Cover, one half of the same shall be reimbursed
by NDMC to the Concessionaire within 90 days from the date of
receipt of Concessionaire’s claim ;
(c)
Where the Force Majeure Event is a Political Event, the Force
Majeure Costs to the extent actually incurred and certified by the
statutory Auditors of the Concessionaire subject to approval of NDMC
shall be reimbursed by NDMC to the Concessionaire within 90 days
from the date of receipt of Concessionaire’s claim; and
(d)
NDMC may at its option reimburse the Force Majeure Costs to the
Concessionaire in cash (through adjustment in the concession fee) or
compensate the Concessionaire for such costs by appropriate
extension of the Concession Period, which extension shall also be
given effect within the period of 90 days specified in preceding subclauses (b) or (c) as the case may be.
For avoidance of doubt, Force Majeure Costs shall not include loss of
revenues or any debt repayment obligations but shall include interest
payments on such debt, O&M Expenses and all other costs directly
attributable to the Force Majeure Event.
43
Criteria for Evaluation
3.1
Section Three
Eligibility Criteria
The prospective bidders shall be considered as eligible bidder if the bidder
fulfils and submits the following with the tender form:
a) The bidding firm shall have average of Annual Turnover of INR 25
Crores. (or equivalent US dollars for overseas bidder) for the preceding
three years (the turnover of the parent company can be considered,
provided such parent company holds a controlling share of capital of
the bidding firm)
b) Average Net worth for the last three financial year should be INR 10
crores (the net worth of the parent company can be considered,
provided such parent company holds a controlling share of capital of
the bidding firm).
c) The bidding firm shall have the following certificates/ registration
or
have to give an undertaking that all the specified registration/
certificates will be obtained before commencement of any commercial
activities or COD.
i.
EPF Registration Certificate
ii.
ESI Registration Certificate
iii.
Valid Electrical Contractor License issued by Govt. of NCT of
Delhi
iv.
Cess registration certificate.
v.
Service tax registration.
vi.
VAT Registration.
vii.
Registration with concerned authorities of Labour Deptt. Under
Contract labour (R&A) Act 1970 and Delhi Works Contract Act
(wherever applicable)
44
d)
Proof of completing three projects of amount Indian Rupees 5crores
or two projects amount Indian Rupees 7.5crores from Government/
Non Government, International Concessioning authorities in support
of five years experience in construction, implementation and
maintaining of ‘similar project’ such as Designing, Installation,
operation and maintenance of Street furniture in public area, or
Housekeeping, operation and maintenance of public plaza,
planter and toilets, or Housekeeping, operation and maintenance
of public toilets/subway, Roads etc. and stating their successful
completion
from
the
concerned
authorities.
The
three
aforementioned projects each shall not be less than of amount INR 5
crores annually (or equivalent US Dollars for overseas bidders) each
or the two projects each shall not be less than of amount INR
7.5crores annually or equivalent US Dollar for overseas bidders. For
DBOT/BOT/MOT/DBOD Projects which are for more than five years,
only those projects will be considered for similar projects which have
been successfully running from last two years and qualifying the
annual turnover as defined above.
e)
An affidavit to be submitted by the bidder regarding no dues
certificate from any Govt. Department/ Concessioning authorities
f)
Copies of registration certificate of the firm/company, Memorandum
and Articles of Association in case of firms registered under the
Companies Act, & copies of Income Tax return for the previous three
years (2010-11, 2011-12 & 2012-13).
g)
Experience in BOT/ DBOT / OMT shall be preferred.
h)
The agency should have Registration of TIN etc and should have
submitted the last tax return.
i)
The bidder should have valid PAN No. in its name.
j)
In case, agency is blacklisted by any government organisation, the
bid will be liable to be rejected. An affidavit to be submitted by the
bidder in this regard.
45
3.2
Evaluation Parameters
The Technical Bid submitted by the Bidders shall be opened and evaluated by
NDMC based on their meeting the parameters of the eligibility criteria as per
clause 3.1. The technical proposal submitted by the bidders, as per clause 2.8
and Appendix ‘E’, shall be evaluated on the basis of the corresponding marks
as elaborated below in the table. Technical Bids of only the bidders who
qualify the conditions of the Eligibility criteria as given in clause 3.1 will be
opened:
S. No
Contents
Sl. No.of Technical
Proposal
1
O&M Plan
(a) Design
Proposed
Furniture
of
Street
Brief Description
 Innovativeness in
Furniture, design
Maintainability (5)
Maximum
Marks
design of Street
Functionality and
 Durability, aesthetics and
proof Design (5)
20
Vandalism
 Minimum advertising area preferable (5)
 Digital display panels (5).
(b) Operation,
Cleaning
&
Maintenance Plan
of Street Furniture,
Public
Plaza,
Planter, Corridor,
Parking
area,
Subway, Toilet etc.
(c) Machine &
equipments
Overall approach for Maintenance
 Daily/ weekly/ monthly/ yearly O&M and
cleaning programme for street furniture
and subways (6).

Daily/
weekly/
monthly/
yearly
Maintenance and cleaning programme
for toilets (6).

Daily/
weekly/
monthly/
yearly
Maintenance and cleaning programme
for public plaza, corridors, planters
etc(8).
(i)
Mopping & rubbing machines of
adequate capacity to clean the area
(5).
(ii)
Dry /wet vacuum cleaner, dry vacuum
cleaner back mounted (5).
(iii)
High pressure jet & other equipments
proposed for the project (5).
46
20
15
S. No
Contents
Sl. No.of Technical
Proposal
(d) Manpower
deployment
Brief Description
(i)
Supervisor minimum 10 nos.(3)
(ii)
Skilled manpower like electrician / fitter /
technicians and operators minimum 35
nos. (4).
Maximum
Marks
15
(iii) Unskilled manpower like sweeper,
security guard, helper, mali etc
minimum 150nos (8).
(e) Experience of
Operator for
similar works

Past Experience of the operator in
handling Street Furniture/ public area/
planter/ parking/ subway/ toilet etc.
Internationally/ Nationally. Experience in
BOT/DBOT/OMT shall be preferred
(10).
(f) Financial
Competence

Details as provided with regards to
(i) Annual Turnover (5).
(ii) Liquidity & Net Worth in eligibility criteria
from similar business. (5)
(iii) Proposed capital expenditure for this
project
as
per
financial
sustainability.(10)
Note :-
For evaluation purpose 60% marks will be given for minimum
eligibility and 100% marks for twice the minimum eligibility. For
advertisement area 60% marks will be given for 767 Sqm. and
100% marks for 600 Sqm. area. For in between the linear
interpolation will be carried out.
3.2.1
Remarks secured based on evaluation of the Technical Bid as per the
above shall be the technical score of the Bidder for the Project being
considered for evaluation (“Technical Score”).
3.2.2 Only those Bidders who have secured Technical Score of 60 marks or
above shall be considered for further evaluation including evaluation of
their Financial Bid.
47
10
20
3.3
Financial Proposal
3.3.1 The bidder would submit the financial Proposal giving the
a)
Cost estimates of a street furniture for the project
The bidder shall prepare a cost (item wise) and cash flow
estimates for implementing the project, along with a break-up of
the O & M expenses for the Concession Period.(Table 1-4) of
Appendix F-2
b)
Revenue Generation Estimates
The bidder shall indicate the estimated Revenue Generation
during the concession period.
c)
Concession Fee
i.
Bidder shall quote the percentage of revenue earned to give
NDMC as concession fee and in the prescribed format given at
Appendix F-1, would pay to NDMC as concession fee per month
during the concession period subject to minimum concession for
the project as INR 5,00,000/- (Rupees five lacs only) per month
with an increase of 10% (ten percent) every year on the
previous year fee.
During the implementation period when the street furniture shall be
installed in the phases, the concession fee shall be payable @
percentage quoted by the successful bidder of revenue generated &
no minimum fee is applicable during the implementation period.
ii.
The Concessionaire shall pay to NDMC a Concession Fee of
quoted percent (as per Appendix F-1) of net revenue earned by it on
sale/renting of advertising and other space on the Street Furnitures
subject to minimum concession fee as defined herein. The
Concession Fee shall be paid quarterly from the Commercial
Operations Date till the end of the Concession Period / Transfer Date
or the period extended thereof. The ‘net revenue’ is defined as “the
gross amount billed by the Concessionaire to its Agent/Client, as the
case may be, in an arms length transaction, as reduced by the service
tax paid to the Govt. only”. An ‘arms length transaction’ is defined as
“a transaction in which the parties (a) are unrelated and unconnected
48
and have no overt or covert common interest, (b) are dealing from
equal bargaining positions and (c) neither party is subject to the
other’s control or dominant influence. Any such transaction is
expected to reflect the true market value of the services provided and
has been entered into with fairness, integrity and legality.”
At the end of each quarter, along with Audited Financial Statements,
the Concessionaire shall furnish to NDMC a certificate to the effect that
it has not entered into any transaction, in whatsoever form, with the
Agents/Clients other than those that fall in the category of an ‘arms
length transaction’. Should there be any evidence of a related party
transaction between the Concessionaire and its Agent/Client, at any
point of time during the Concession Period. NDMC reserves the right to
terminate this Agreement with the attendant consequences to the
Concessionaire.
iii.
All the revenue including advertisement money will come into a
separate account named as project account. NDMC has liberty to get
independent audit for revenue collection any time during concession
period. If any irregularity is found the same will be treated as breach of
this agreement and NDMC has liberty to take action against the
concessioner.
The minimum Concession Fee shall be Rs. 5 Lakhs (Rupees Five
Lakhs) per calendar month for the first year. For the subsequent years
the minimum Concession Fee shall be increased @ 10% per year
over and above the minimum Concession Fee of the previous year.
However, as during the Construction Period, the street furniture shall
be commissioned in phases, the Concession Fee during the
implementation period shall be payable @ percentage quoted as per
Appendix F-1 of revenue generated during the implementation period
and no minimum fee is applicable during the implementation Period.
In case the Concessionaire (M/s ________) fails to pay the
Concession Fee in accordance with the terms and conditions above,
(The Parent Company) (give full address), the flagship company of
Concessionaire, shall pay the Concession Fee to NDMC. For this
49
purpose, The Parent Company shall execute an unconditional and
irrevocable guarantee in favour of NDMC in such form and manner as
may be required by NDMC.
iv. The Concessionaire shall pay all duties and taxes in consequence of
its obligations under this Concession Agreement, including customs
duties, and the Concession Fee shall not be adjusted for such costs.
v. The Minimum Concession Fee due shall be paid not later than the
10th day of the first month of the quarter for which it is due. Additional
Concession Fee over the Minimum Concession Fee, calculated at
percentage quoted of revenue, shall be paid within 30 days of the end
of each quarter, along with audited quarterly reports. Failure to pay the
Concession Fee in time will attract an interest of 18% per annum
compounded quarterly on the entire amount of unpaid Concession
Fee payable during the quarter. If the concessionaire fee is not paid
for a period of 6 months than NDMC can terminate the agreement and
no compensation shall be paid for the investment made by the
concessionaire.
vi. Any payments by NDMC to the Concessionaire shall be made only
through the mechanism of adjustment of the Concession Fee. Any
reference to such payments shall indicate the mechanism of such
adjustment to the Concession Fee. No actual payments shall be made
by the NDMC, other than in case of payments after the Termination
Date.
3.3.2 The Financial Bids shall be evaluated on the basis of the Revenue
Share Percentage as concession fee to be payable to NDMC for the
Project. The Concession Fee that the Concessionaire would be
required to pay to NDMC “Minimum Concession Fee” of INR Five
Lakhs per month in the first year for the Project with an increase of
10% per year in subsequent years till end of the concession year OR
“Revenue Share Percentage” as quoted by the Concessionaire per
month (as per appendix F 1), whichever is higher.
3.3.3 Financing Arrangement for the Project
50
Bidder shall enclose the probable means of financing the project.
Financing arrangements against the project, their sanction order of the
Banks/ Fl’s should be enclosed.
3.3.4 The Financial Bids of Bidders who have secured Technical Score of 60
marks or above, shall be tabulated for the Project and the Bidder
whose Financial Bid has the highest “Revenue Share Percentage” to
be payable to the NDMC for the Project (“H1 Bidder”) shall be given a
Financial Score of 100 marks. The financial scores of Bidders for the
Project shall be computed as follows:
Financial Score of Bidders for the Project =
100 x [Revenue Share Percentage quoted by the Bidder for the Project
(in INR) / Revenue Share Percentage quoted by the H1 Bidder for the
Project (in INR)]
3.3.5 The marks secured based on evaluation of the Financial Bid as per the
above shall be the financial score of the Bidder for the Project
(“Financial Score”)
3.3.6 NDMC has liberty to get independent audit for revenue collection any
time during concession period.
3.4
3.4.1
Composite Score of the Bidders
Composite Score of the Bidders for the Project shall be worked out
as under:
Bidder’s Scores
Weight
Weighted Score
(A)
(B)
(C) = (A) x (B)
Technical Score
70%
X
Financial Score
30%
Y
Composite Score of the Bidder
3.5
Evaluation for Preferred Bidder
51
(X+Y)
3.5.1 The Bidders who has secured the highest Composite Score shall be
declared the Preferred Bidder for the Project.
3.6
Special Conditions for Evaluation
3.6.1 The Preferred Bidder would be selected as per section 3.5 However,
in the event that two or more Bidders secure exactly the same
Composite Score in respect of the Project, then NDMC reserves the
right to:
a.
declare as Preferred Bidder whose Technical Score is highest for
the Project among such Bidders who have secured exactly the
same Composite Score subject to its Net Worth being in compliant
with RFP provisions, or
b.
invite fresh Proposals from these Bidders for the Project , or
c.
take any such measure as may be deemed fit in its sole
discretion, including annulment of the bidding process for the
Project.
Schedule of Bidding Process
4.1
Section Four
NDMC would endeavour to adhere to the following schedule:
S. No.
Event Description
Date
1
Last date for receipt of queries
10.10.2013 upto 02:00PM
2
Pre-Proposal Meeting
11.10.2013 at 02:30PM
3
4
NDMC's response to the
queries
17.10.2013
23.10.2013 at 03:00PM
Proposal Due Date
52
Operation & Maintenance Schedule
SECTION Five
5.1 General O&M Requirements
5.1.1 The Concessionaire shall comply with the cleanliness, security,
operation and maintenance requirements set out in this Schedule while
preparing the O&M Manual and submit with technical proposal to
NDMC alongwith the undertaking for mechanised housekeeping,
security, operation and maintenance of the Project Facilities/ ‘Project
Area' during the concession Period. In the planning and implementation
of all works and functions associated with the operation and
maintenance of the Project Facilities, the Concessionaire shall take all
such actions and do all such things (including without limitation,
organising itself, adopting measures and standards, executing
procedures
including
inspection
procedures
engaging
Contractors/manpower etc.) in such manner, as will to
(i)
Ensure the safety of personnel deployed on the Project Facilities/
Project Area or part thereof;
(ii)
Keep the Project Facilities/ Project Area from undue deterioration
and wear and in operational condition for use;
(iii) Permit unimpaired performance of statutory duties and functions
of any party in relation to the Project; and
(iv) Not cause any disturbance/ inconvenience to users.
5.1.2 The
Concessionaire
shall
nominate
officer(s)/
supervisor(s)
(“Concessionaire’s Representative”) who shall be responsible to
interact with the NDMC. The name of such Concessionaire’s
Representative shall be intimated to NDMC.
5.1.3 The Concessionaire shall maintain the Project area/Project Facility/
Street Furniture and if required, modify, repair or otherwise make
improvements to the Project/ Street Furniture/ Project Facility to
comply with Construction Requirements, and other requirements, Good
Industry Practice, Applicable Laws and Applicable Permits. More
specifically, the Concessionaire shall be responsible for:
53
a. Undertaking daily Mechanized Housekeeping
of the Project
Facility/ Street Furniture as specified in manual but not limited to
public plazas, parking areas, corridor, planters, signage’s, toilets,
footpath, subways etc.
b. Ensuring the safety and security of the Project Facility/ Street
Furniture and availability of consumable as mentioned herein;
c. Undertaking routine maintenance including but not limited to prompt
repairs of cracks, concrete joints, electric fittings, lighting, clock,
signage and sanitary fittings as may be applicable;
d. Undertaking for the maintenance works in accordance with O&M
Manual and the Maintenance Program given herein.
e. Preventing any encroachments or any unauthorized usage of the
Project Facility/ street furniture ensuring the deployment of
personals as mentioned in the employment schedule and as
required as per site condition.
f. Adherence to the applicable safety standards and security of user/
commuters.
g. Any other maintenance activity as may be required to operate,
clean and maintain the Project Area/ street furniture in accordance
with this Agreement.
h. The staff provided should be literate and courteous towards the
users and assist handicapped persons and old aged users. Lady
staff has to be deputed at Lady toilet only.
i.
Proper training to be provided to the safaiwalas / personals deputed
in the project.
j.
Standard cleaning materials and equipments should be used.
k. The Concessionaire shall ensure that the toilets/ subways are not
used for any purpose other than that for which it is allowed under
the Agreement. The toilets/ subways should not be used for playing
games, cards etc., which involves stakes/ betting etc.
l.
The concessionaire shall abide all the rules and regulation of
Sanitation enforced by Govt. or NDMC from time to time.
54
5.1.4 General O&M requirements for Toilets & Subways
a. Public Toilets and Subways shall be remained open for general public
from 06.00 AM to 10.00 PM in two shifts i.e (06.00 AM to 02.00 PM &
02.00 PM to 10.00 PM eight hour each).
b. One attendant for gents toilet and one lady attendant for ladies toilet
exclusively per shift for both the shifts i.e. (06.00 AM to 02.00 PM &
02.00 PM to 10.00 PM) is to be deployed at each toilet.
c. One attendant per shift per subway for two shifts i.e. (06.00 AM to
02.00 PM & 02.00 PM to 10.00 PM) is to be deployed exclusively by
the concessioner.
d. Toilet and Subway shall be closed at night i.e. from 10.00 PM to 06.00
AM for general public. The security has to be provided.
e. The opening time and closing time for toilet and subway can be
changed any time during the concessioner period by NDMC and that
has to be implemented by concessionaire including the making all
arrangement for its function / operation as given herein without any
additional cost..
5.2
Minimum O&M Requirements
5.2.1 Public Toilets
(i) Regular Mechanized Housekeeping of the Public Toilets and its
surrounding areas, functioning of user amenities.
(ii) Provision of dedicated personnel, supervision, availability of basic
infrastructure requirements such as water, electricity, proper
drainage, sewage, waste removal.
(iii) Water Supply: The Concessionaire shall ensure availability at all
times of adequate water for general cleanliness of the Toilets and for
the use of public visiting these public conveniences. Water Supply
connections are provided by NDMC and supplement arrangement
from tube-well water be arranged by the concessionaire.
55
(iv) Electricity Supply: The Concessionaire shall ensure adequate
electricity supply and backup for proper lighting inside the Toilets.
Electric connections are provided by NDMC.
(v) Landscaping: The Concessionaire shall put plants in and around
each Toilet where space is available as per the approval of the
NDMC and maintain the same in good condition at all times.
(vi) Cleaning of the Toilets: The Concessionaire shall ensure cleaning of
the Toilets as per the housekeeping schedule.
(vii) Waste Disposal: The Concessionaire shall install litterbins inside the
Toilets and dispose off the waste collected to its nearest municipal’s
dump.
(viii) Safety & Security: The safety and security of the Toilets rests with
the Concessionaire.
(ix) Maintenance: It will include routine and periodic maintenance works
in the Toilets but shall not be limited to civil, electrical and
mechanical works for the Toilets; Equipment maintenance and
servicing.
(x) Maintain a suggestion and complaints book in each of the facilities
and the copy of the same should be submitted to NDMC every
month
(xi) Damage fixtures has to be replaced to maintain the functionality of
the toilet all time.
(xii) The cleaning of toilets and urinals should be done at fixed intervals
depending upon patronage, preferably after each use. Adequate
inventory of cleaning material like phenyl, naphthalene balls, liquid
detergents for cleaning floors and tiles, liquid hand soap solution,
floor wipers, brushes, dusters, mops, mugs, dustbins etc. should
always be available at the cost of the concessionaire.
5.2.2 Dust Bin / Litterbins
(i)
These to be kept generally clean from dust, stains etc.
(ii)
Damaged dust bins to be repaired or replaced immediately.
56
(iii)
To ensure arrangements for disposal of the garbage collected in
the dustbins daily / as site specific requirement regularly so that
the same do not overflow/ at any stage.
5.2.3 Multi-Purpose Booth/ Block Marker/ Column
i. To undertake their maintenance and upkeep of the structure in
accordance with Good Industry Practice
ii. Damaged structure to be repaired in 24 hours or replaced within
15 days.
iii. The structure and the exterior to be kept clean from dust, stains
etc. at all times.
iv. To ensure that unauthorized Posters/Notice/Advertisement etc.
are not pasted on any of these.
5.2.4 Benche
(i)
Benches to be kept generally clean from dust, stains etc.
(ii)
Damaged Benches to be repaired in 24 hours or replaced within
15 days.
5.2.5 Information Panel/ Free Standing Panel
(i)
To undertake their maintenance and upkeep in accordance with
Good Industry Practice
(ii)
Damaged items to be repaired or replaced immediately
(iii) These to be kept clean from dust, stains etc. at all times.
(iv) To ensure that unauthorized Posters/Notice/Advertisement etc.
are not pasted on any of these.
5.2.6 Subways
(i)
To undertake their cleaning, maintainence and security in
accordance with Good Industry Practice
(ii)
The concessionaire shall ensure that 24 hour security to be
provided at the subways.
(iii)
To undertake regular mechanized housekeeping as defined
herein and its surrounding area outside the Subway
(iv)
Cleaning, sweeping & mopping of the Subway floors, step of
staircase, ramps etc..
(v)
Cleaning of Channels and Sumps Maintenance of subway
57
(vi)
It will include routine and periodic works in the Subway but shall
not be limited Civil & Electrical works and maintenance and
servicing of submersible motor.
(vii) Damaged features/ electrical fittings have to be replaced to
maintain the functionality of the Subway.
(viii) Annual maintenance of escalators and its electrical consumptions
shall be borne by NDMC.
(ix)
One exclusive Operator for escalator per subway in two shift
(06.00 AM to 10.00PM) is to be provided by the Concessionaire.
5.2.7 Public Corridor and Colonnade:a. To
undertake
mechanized
housekeeping
including
the
cleaning, sweeping, mopping, removing of spit stains,
scrubbing of stains etc. on columns, colonnade and flooring of
public corridor in front of shops.
b. Removal of Cobweb and pigeon/ bird dropping from floor,
column, colonnade and ceiling.
5.2.8 Public Plaza:a. Mechanized housekeeping of floorings of all types including
granite stone flooring, of spit stains and of granite finished toe
wall, planter’s kerb stone and bollards.
b. Dry & wet cleaning and mopping of floor and side toe wall in
granite stone finished.
c. Mechanized Sweeping of floor and cleaning of drain/ side
channel.
5.2.9 Planter:a. Cleaning of green waste from the planters.
b. Picking of litters.
c. Watering of plants as per seasonal requirement of plants.
d. Manuring of plants, applying pesticides at suitable frequency.
e. Planting of seasonal plants/ shrub/ hedge/ bushes etc..
f. Pruning, cutting, dressing of plants/ shrub/ hedge/ bushes etc.
58
5.2.10 Parking Area:a. Mechanized Cleaning and sweeping of the parking area.
b. Mechanized Cleaning of side channels etc.
5.2.11 Footpath:a. Mechanized Cleaning, sweeping and mopping of granite
finished footpath both side of Inner Circle alongwith granite
Kerb Stone.
b. Mechanized Dry & wet cleaning of sand stone finished
footpath both side of Middle street furniture and Circle and
Kerb Stone.
c. Removing of stains from the footpaths.
5.3
Frequency of Housekeeping of Street Furniture
Frequency of Housekeeping of Street Furniture, Public Plazas, Public
Corridor, Signages, Parking Area, Footpath, Toilets, Dustbins/ Spit
Toons, Planters & Subways are given below, but not limited to the
specified one:
S.No
1
Area
Street
not
Job
Furniture (i)
limited
Multi
to:-
Block
Marker/ Columns,
of Street Furniture
(ii)
Poles,
Cleaning, Dusting, Daily
Furniture
Free
and
surrounding area
standing Panels,
Flag
required
Mopping of Street
Information
Panels,
and
Machines to be
deployed
Dry Daily before 09.00 Mechanically
Cleaning/ Mopping am or as and when
Purpose
Booths/
Wet
Frequency
(iii)
Maintainence
electrical
Benches etc.
of Daily or as when Manually
(light) required
fittings etc.
(iv)
Security
Round the clock
Deployment
Personal
59
of
2
Public Plazas
(i)
Dry
and
Wet Daily before 09.00 Walk
cleaning / mopping
(ii)
AM
Sweeper
Battery/ Electric
Vacuum Sweeping Daily
Operated
of flooring
(iii)
Cleaning of Drains/ Weekly
Side Channel
Behind
or
required
as High
Pressure
Water
Jet/
Manually
(iv)
Pressure Washing
Fortnightly
or
required
(v)
as High
Pressure
Water Jet
Scrubbing of stains/ As required
Scrubbing
flooring
Rubbing
/
Machine
3
Public
and
Corridor (i)
Colonnade
Area
(ii)
Wet
and
Dry Daily before 09.00 Walk
Behind
Cleaning/ Mopping AM
Sweeper
of floor
Battery/ Electric
Vacuum Sweeping Daily
Operated
of flooring
(iii)
Buffing / Scrubbing Weekly
of floors
or
required
as Scrubbing
/
Rubbing
Machine
(iv)
Vacuum cleaning of Fortnightly
walls of all surface
or
required
as Dry
Vacuum
Cleaner
back
mounted
(v)
Removal
of Monthly
Dry
Cobwebs
Vacuum
Cleaner
or
manually
(vi)
Dry
Dusting
of Fortnightly
or
as Dry
Vacuum
Columns, Cornices required
Cleaner
and
mounted
Groves
Archives
60
of
back
(vii)
4
Signages
(i)
Cleaning of Pigeon/ Daily
Manually
Bird Dropping
Mechanically
Dry Dusting
Daily
or
Manually
or
Mechanically
(ii)
Wet
and
Dry Weekly
Manually
Cleaning/ Moping
5
Parking Area
(i)
or
Mechanically
Cleaning/
Daily
or
as
Sweeping
requirement
per Walk
Behind
Sweeper
Battery/ Electric
Operated
(ii)
Cleaning
of
side Daily
High
channels
Pressure
Water
Jet/
Manually
6
Footpath
(i)
Dry
and
Wet Daily before 09.00 Walk
cleaning / mopping
(ii)
AM
Sweeper
Battery/ Electric
Vacuum Sweeping Weekly
Operated
of floor
(iii)
Drains/
Side Weekly
Channel
Behind
or
required
as High
Pressure
Water
Jet/
Manually
(iv)
Pressure Washing Fortnightly
of floor and granite required
or
as High
Pressure
Water Jet
kerb stone
(v)
Scrubbing of stains
As required
Scrubbing
/
Rubbing
Machine
7
Toilets
(i)
Phenyl,
Daily before 09.00 Mechanized
naphthalene balls, AM
and
and and
partially
liquid subsequently as per Manually
detergents
for
61
cleaning floors and requirement
tiles,
liquid
soap
solution,
floor
wipers,
brushes,
dusters,
mops,
buckets,
mugs,
dustbins etc. should
always
be
available.
napkins
Paper
in ladies
toilets.
(ii)
Wall/Floor
wet
& Daily before 09.00 Singly
dry cleaning
AM
Disc
Scrubber/
Manually
(iii)
Cleaning
WC/ Daily before 09.00 Manually
Wash Basin Urinals AM
and
as
per
/CP Toilet fittings requirement
etc.
(iv)
Mirror cleaning for
Manually
keeping dry & stain
free.
(v)
Complete washing Weekly
Telescopic
including
wall tiles
and Manually
washing Monthly
High
Kit
etc.
(vi)
Pressure
of floor and wall
8
Dustbins/
Spit (i)
from
in
Plaza
outside
Public (ii)
Empty
and
corridor
9
Planters
Water jet
Complete Cleaning Daily, subsequently Manually
Toons in Toilets,
Public
Pressure
inside
and as per requirement
Garbage
Bags
(i)
Removal of green Daily
waste,
filth
62
and
Manually
picking of litters etc
(ii)
Removal
of
wild Weekly
Manually
growth
(iii)
Watering of Plants
Daily or as required
Manually
or
mechanically
(iv)
Using of Manure
Monthly or as per Manually
site requirement
(v)
Cutting of hedge
Weekly or as per Mechanized
requirement
(vi)
Plantation to keep Seasonally
area
green
Manually
and
alive
10
Subway
(i)
Walls & Floors Wet Daily before 09.00 Manually
or
and Dry cleaning/ AM as and when Mechanically.
mopping
(ii)
required
Cleaning of Entry
Channels
(iii)
Cleaning, Dusting,
Mopping of Entry/
Exits
surrounding
planters,
stairs,
ramps etc
(iv)
Maintenance
electrical
of Daily or as when Manually
(light) required
fittings
(v)
Security
Round the clock
Deployment
of
personal
(vi)
Maintenance
of Fortnightly
electrical
functional all the
installations
as
Manually to put
such
submersible
pumps etc
63
time
(vii)
Operating
the Daily
Operator
escalators
deputed
Blockage in sewer line, water leakage in pipelines, blockage/leakage in
WC, washbasin, sanitary fittings etc. to be attended immediately. No
electricity complaints shall also be attended immediately.
The concessioner will deploy one Project Manager who will be available in
the office space provided by NDMC in CP from 8 AM to 8 PM. NDMC will
inform Project Manager for any deficiencies and any O&M requirement. If,
PM is required at any other time than NDMC will inform to him to remain
available at that time.
5.4 Rectification of Defects
(a)
Save and except as otherwise expressly provided, if the Project
or any part thereof shall suffer any loss or damage during the
Concession
Period,
from
any
cause
whatsoever,
the
Concessionaire shall, at its cost and expense rectify and remedy
such loss or damage in a manner so as to make the Project
facility / street furniture conform in every respect to the
Construction
Requirements,
quality
and
performance
as
prescribed
(b)
In the event the Concessionaire fails to maintain and/ or repair
the Project or part thereof up to and in accordance with the
Construction Requirements
and / or in accordance with the
Maintenance Program or the O&M requirement or the O&M
Inspection Report, as the case may be, and shall have failed to
commence remedial works within (7) Seven days of notice in
this behalf from the NDMC, then the NDMC shall, without
prejudice to its rights/remedies under the terms of the
Agreement,
including
Termination,
encashment
of
the
performance security deposited with the NDMC be entitled to
undertake. The Concessionaire shall, reimburse to the NDMC,
within seven days of demand, the costs and expenses incurred
64
be
for undertaking such repairs and maintenance works in addition
to the penalties applicable.
(c)
If the Concessionaire commences any works for curing any
defects or deficiencies in the Project, it shall complete such
works expeditiously in accordance with Good Industry Practice.
(d)
The Concessionaire shall not be considered in breach of its
obligations under this Agreement if any part of the Project is not
available on account of any of the following, for the duration
thereof:
(i)
Force Majeure Event;
(ii)
Compliance with a request from NDMC or the directions of
any Government Body the effect of which is to close all or
any part of the Project facility.
Notwithstanding the above, the Concessionaire shall keep all
unaffected parts of the Project for use provided they could be
safely operated and kept open for users.
5.5 Monitoring and Supervision during Implementation and Concession
(a)
The Concessionaire shall undertake periodic inspection of the
Project in accordance with the O&M Manual, the Maintenance
Cleanliness Program, Construction Requirements and this
Agreement and shall submit reports of such inspection on
weekly and monthly basis ("Maintenance Reports") to the
NDMC.
(b)
The NDMC staff of C.P Project / maintenance Division shall
undertake inspection of the Project at any time to determine the
condition of the O&M, the Maintenance Cleanliness and
housekeeping etc. If it is found that O&M and the housekeeping
is not up to the highest standard offered by the concessioner at
the time of technical bid evaluation, the penalty will be imposed
as per clause 5.7.
65
(c)
The NDMC shall undertake periodic (at least once every
calendar month) inspection of the Project jointly with the
Concessionaire to determine the condition of the Project
including its compliance or otherwise with the O&M requirement,
the
Maintenance
Cleanliness
Program,
Construction
Requirements and make out a report of such inspection (the
"O&M Inspection Report') and forward it to the Concessionaire.
The O&M Inspection Report shall set forth defects and
deficiencies, if any, and may also require the Concessionaire to
undertake such tests as may be specified by the NDMC for the
purpose of determining that the Project is at all times in
conformity with the Construction Requirements .
(d)
The Concessionaire shall within 15 (Fifteen) days of the receipt
of the O&M Inspection Report from the NDMC remedy the
defects and deficiencies and undertake such tests, if any, set
forth therein, without any delay and furnish compliance thereto
and/or results thereof to the NDMC along with a report (O&M
Inspection Compliance Report) specifying in reasonable detail
the measures, if any, that have been undertaken for curing the
defects or deficiencies indicated in such results. Such inspection
or submission of O&M Inspection Compliance Report by the
Concessionaire shall not relieve or absolve the Concessionaire
of its obligations and liabilities hereunder in any manner
whatsoever and submit progress reports of such works every
fortnight and finally the O&M Inspection Compliance Report.
(e)
Conducting or failure in conducting such periodical inspection by
the NDMC does not absolve the Concessionaire of its
obligations to maintain the Project Facility in accordance with
the Construction Requirements.
5.6 Non-compliance with O&M Requirements
1.
In the event the Concessionaire has failed to operate and maintain
the Project Facilities in accordance with the O&M Requirements,
66
and such failure has not been remedied despite a notice to that
effect issued by the NDMC (“Notice to Remedy”), NDMC may,
without prejudice to any of its other rights/remedies, be entitled to
cause the repair and maintenance of the Project Facilities at the risk
and cost of the Concessionaire. The Concessionaire shall
reimburse the costs incurred by NDMC on account of such repair
and maintenance within 7 days of receipt of NDMC claim therefor.
2.
The Concessionaire shall be deemed to be in Material Breach of
O&M Requirements, if NDMC, acting reasonably and in accordance
with the provisions of the Agreement, has determined that due to
breach of its obligations by the Concessionaire:
(i)
the maintenance of the Project Facilities or any part thereof
has deteriorated to a level which is below the highest level
offered by the concessioner for O&M Requirements
(ii)
there has been a serious or persistent breach in adhering
to the O&M Requirements and thereby the Project Facilities
or any part thereof is not safe for operations
For avoidance of doubt, persistent breach shall mean:
a. any breach of O&M Requirements by the Concessionaire
which has not been remedied by the Concessionaire
despite a Notice to Remedy in respect thereof having
been issued by the NDMC;
b. recurrence of a breach by the Concessionaire, during the
pendency of Notice to Remedy by the NDMC requiring
the Concessionaire to remedy a breach, and
c. repeated occurrence of a breach notwithstanding that
earlier breaches have been remedied pursuant to Notice
to Remedy or otherwise.
3.
Upon occurrence of a Material Breach of O&M Requirements,
NDMC shall, without prejudice to and notwithstanding any other
consequences provided therefore under the Agreement, be
entitled to terminate this Agreement.
67
5.7 Penalties Clause:
The concessionaire shall maintain and operate the project area/ project
facility/ street furniture as per good Industry Practice and as per operation
& maintenance and housekeeping requirements given herein.
The
concessionaire shall ensure to deploy sufficient manpower, materials,
equipments/ machines as per the operation and maintenance schedule,
housekeeping schedule employment schedule given in technical bid for
fulfilling the O&M and housekeeping requirements, failing which the
penalties will be recovered as given below:-
5.7.1 Penalties for lack of Machines and Equipments
(a)
The minimum equipments / machines to be deployed exclusively for
the project has to be declared in technical bid. (Refer para 2.11 and
appendix ‘E’ of RFP).
(b)
The equipments / machines deputed for this project shall be in good
running condition and shall have their maintainence and services
regularly as per prescribed frequency by the manufacturer.
(c)
The following recovery rate shall be applicable for the equipments/
machines required for Housekeeping work (if the equipments /
machines are not available / out of order), but not limited to the
following mentioned one:
S.No
Equipment / Machines to be deployed for
housekeeping, but not limited to the following
one:
Penalty Rate per day per
equipment / Machine
1
Single Disc Scrubber,Walk Behind scrubber
Rs 2000/- per day will be
cum drier, Wet and Dry vaccum cleaner, imposed for first year from
Dry vaccum cleaner back mounted, High the date of signing of
Pressure Jet, walk behind sweeper battery agreement.
operated etc.
For
subsequent years above
rate of penalty will be
enhanced @ 10% per year
compounded.
68
5.7.2 Penalties for lack of Chemicals and toiletries required for House
Keeping Work
S.No Chemicals, Toiletries and other consumables not limited to the following
one:1
Toilet Cleaner
2
All purpose neutral cleaner
3
Floor Cleaner
4
Floor Polishing Chemicals for marble, granite, sand stone, kota stone etc
5
Toiletries such as Air Freshner, urinal cubes, liquid soap, face tissues etc.
a) The above chemical should be of M/s Eureka Forbes or Johnson
Diversy or equivalent material approved by NDMC.
b) All the consumable items for at least one month requirement as
declared in technical bid shall be brought in advance each month. In
case of failure to comply above requirement at any time penalty @ Rs
10000/- per day will be imposed for first year. For subsequent years
above rate of penalty will be enhanced @ 10% per year compounded.
5.7.3 Penalties for lack of manpower
a) The following recovery rate shall be applicable for the manpower
required for housekeeping work (if the manpower are not available on
any day).
b) Penalty Rate per day per employee shall be
(i) For unskilled person: twice the rate of minimum wages for unskilled
person as per Delhi Govt. rate at that time per day.
(ii) For skilled person/ supervisor: twice the rate of minimum wages for
skilled person as per Delhi Govt. rate at that time per day.
69
5.7.4 The NDMC staff of C.P Project / maintenance Division shall undertake
inspection of the Project at any time to determine the condition of the
O&M, the Maintenance Cleanliness etc. If it is found that O&M and the
housekeeping is not up to the highest standard offered by the
concessionaire by the concessionaire at the time of technical bid
evaluation, the penalty will be imposed for not maintaining will be as
under :
(i)
for each toilet Rs 1000/- per day, for each subway Rs. 5000/- per
day.
(ii)
For non maintaining of planters Rs. 5 per square meter per day.
(iii)
For non cleaning of public plaza / corridor, parking area Rs. 2 per
square meter per day. For non cleaning of road side channels Rs
5/- per meter.
(iv)
For non advertising street furniture Rs 200/- per day per street
furniture.
(v)
For advertising street furniture Rs 1000/- per day per street
furniture.
Note : - For subsequent years after first year from the date of
agreement, the above penalty rate will be enhanced @ 10% per year
compounded.
5.7.5 There is no limit for the maximum penalty and NDMC will in cash the
penalties amount calculated on fortnightly basis as proposed above for
work wise and for not maintaining/ deployment the equipments /
machines, manpowers, consumables etc., from the lien amount as
maintained in the project account in scheduled bank and the bank will
reimbursed the amount immediately to NDMC. NDMC will confirmed to
concessionaire the above transaction within two week time and
concessionaire will deposits the transacted amount in project account
immediately to maintain the minimum lien amount balance in Project
Account. If there is no sufficient money in the project account, the
performance guarantee will be enchased and case will be processed
for the termination of the contract.
70
Format for Covering Letter cum Project Undertaking
Appendix A
(On the Letterhead of the Bidder)
To,
The Executive Engineer (Connaught Place)
Room No 1412, 14th Floor,
NDMC, Palika Kendra,
Sansad Marg
New Delhi - 110001
Sir,
REF: DESIGNING, INSTALLATION AND MAINTENANCE OF STREET
FURNITURE AND CLEANING & MAINTAINENCE OF PUBLIC
PLAZA/ CORRIDOR, PARKING AREA, PLANTER, SUBWAY AND
TOILET IN CONNAUGHT PLACE ON DBOT BASIS.
BEING DULY AUTHORIZED TO REPRESENT AND ACT ON BEHALF
OF…………………………………. (HEREINAFTER REFERRED TO AS “THE
BIDDER”), AND HAVING REVIEWED AND FULLY UNDERSTOOD ALL THE
INFORMATION PROVIDED IN THE REQUEST FOR PROPOSAL (RFP)
DOCUMENT PROVIDED TO US BY NDMC IN RESPECT OF THE
CAPTIONED PROJECT, THE UNDERSIGNED HEREBY SUBMITS THE
PROPOSAL FOR CONSIDERATION OF NDMC IN RESPONSE TO THE
RFP FOR DESIGNING, INSTALLATION AND MAINTENANCE OF STREET
FURNITURE AND CLEANING & MAINTAINENCE OF PUBLIC PLAZA/
CORRIDOR, PARKING AREA, PLANTER, SUBWAY AND TOILET IN
CONNAUGHT PLACE ON DBOT BASIS
For your evaluation, we are enclosing our Proposal in one (1) original
and one (1) copy, with the details as per the requirements of the RFP.
We confirm that our Proposal is valid for a period of one hundred twenty (120)
days from __________ (Proposal Due Date).
71
We also hereby agree and undertake as under:
Notwithstanding any qualifications or conditions, whether implied or otherwise,
contained in our Proposal we hereby represent and confirm that our Proposal
is unqualified and unconditional in all respects and we agree to the terms of
the proposed Concession Agreement, a draft of which also forms a part of the
RFP document provided to us.
We further represent that the Bidder has not been barred by NDMC, GNCTD,
any other State Government in India (SG) or Government of India (GoI), or
any of the agencies of GNCTD/SG/GoI from participating in projects of similar
nature and such bar subsists as on the Proposal Due Date.
....................................................
Signature of the Authorised Person
....................................................
Name of the Authorised Person
Date ……………………..
72
Format of Power of Attorney for Signing of Proposal
Appendix B
(On a Rs. 100 Stamp Paper duly attested by Notary Public)
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, WE.......................................
.................................(NAME AND ADDRESS OF THE REGISTERED
OFFICE) DO HEREBY CONSTITUTE, APPOINT AND AUTHORISE MR /
MS........................……………............(NAME
AND
RESIDENTIAL
ADDRESS) WHO IS PRESENTLY EMPLOYED WITH US AND HOLDING
THE
POSITION
OF
....................................................
AS
OUR
ATTORNEY, TO DO IN OUR NAME AND ON OUR BEHALF, ALL SUCH
ACTS, DEEDS AND THINGS NECESSARY IN CONNECTION WITH OR
INCIDENTAL TO OUR PROPOSAL FOR DESIGNING, INSTALLATION
AND MAINTENANCE OF STREET FURNITURE AND CLEANING &
MAINTAINENCE OF PUBLIC PLAZA / CORRIDOR, PARKING AREA,
PLANTER, SUBWAY AND TOILET IN CONNAUGHT PLACE ON DBOT
BASIS FOR SUBMISSION TO NEW DELHI MUNICIPAL COUNCIL,
(HERE IN AFTER REFERRED TO AS NDMC) FOR CONSIDERATION
OF
NDMC
INCLUDING
SIGNING
AND
SUBMISSION
OF
ALL
DOCUMENTS AND PROVIDING INFORMATION/RESPONSES IN ALL
MATTERS IN CONNECTION WITH OUR PROPOSAL FOR THE
PROJECT.
We hereby agree to ratify all acts, deeds and things lawfully done by our said
attorney pursuant to this Power of Attorney and that all acts, deeds and things
done by our aforesaid attorney shall and shall always be deemed to have
been done by us.
73
Dated this the _______ Day of _______2013
For ___________________________
(Name and designation of the person(s)
signing on behalf of the Bidder)
Accepted
_________________________Signature)
(Name, Title and Address of the Attorney)
Date: …………………….
Notes:
1. 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 executants (s) and when it is so required the
same should be under common seal affixed in accordance with the
required procedure.
2. 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.
3.
In case the Proposal is signed by an authorised Director, a certified copy
of the appropriate resolution/ document conveying such authority may be
enclosed in lieu of the Power of Attorney
74
Format for Anti Collusion Certificate
Appendix C
To
The Executive Engineer (Connaught Place)
Room No 1412, 14th Floor,
NDMC, Palika Kendra,
Sansad Marg
New Delhi - 110001
Anti-Collusion Certificate
We hereby certify and confirm that in the preparation and submission of our
Proposal for Designing, Installation and maintenance of Street Furniture and
cleaning & maintainence of public plaza / corridor, parking area, planter,
subway and toilet in Connaught place on DBOT basis, we have not acted in
concert or in collusion with any other Bidder or other person(s) and also not
done any act, deed or thing which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor will offer any illegal
gratification in cash or kind to any person or agency in connection with the
instant Proposal.
Dated this ...................Day of ......................, 2013 ............................................
(Name of the Bidder)
....................................................
(Signature of the Authorised Person)
....................................................
(Name of the Authorised Person)
Note:
1.
To be submitted on the Letterhead of the Bidder
75
Format for Bid Security
Appendix D
(To be issued by a Scheduled Bank in India)
B.G. No. ____________ dated _____________________
This Deed of Guarantee executed at _______ by ______________ (Name of
Bank) having its Head/Registered office at ______________ ______
(hereinafter referred to as "the Guarantor") which expression shall unless it
be repugnant to the subject or context thereof include its, successors and
assigns;
In favour of
The Secretary, New Delhi Municipal Council,(hereinafter called "NDMC")
having its office at Palika Kendra, Sansad Marg, New Delhi which expression
shall unless it be repugnant to the subject or context thereof include its
successors and assigns;
WHEREAS
A. M/s. ______________________ Ltd., a company registered under
provisions of the Companies Act, 1956, having its registered office at
____________
(hereinafter called "the Bidder" which expression shall
unless it be repugnant to the subject or context thereof include its/their
executors administrators, successors and assigns) have decided to bid for
the Project ________ as per the Request for Proposal Document (RFP
Document) relating to Designing, Installation and maintenance of Street
Furniture and cleaning & maintainence of public plaza / corridor, parking
area, planter, subway and toilet in Connaught place on DBOT basis.
76
B.
In terms of Clause 2.18 of the RFP Document dated ___________issued
in respect of the Project the Bidder is required to furnish to NDMC an
unconditional and irrevocable Bank Guarantee of Rs XXXXXX 1 (Rupees
----------------- only) as Bid Security for the Project
C.
The Guarantor has at the request of the Bidder and for valid
consideration agreed to provide such Bank Guarantee being these
presents:
NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS:
1.
The Guarantor, as primary obligor shall, without demur, pay to NDMC an
amount not exceeding Rs XXXXXX (Rupees ----------------- only), within 5
days of receipt of a written demand from NDMC calling upon the
Guarantor to pay the said amount.
2.
Any such demand made on the Guarantor by NDMC shall be conclusive
and absolute as regards the forfeiture of Bid Security and the amount
due and payable by the Guarantor under this Guarantee.
3.
The above payment shall be made without any reference to the Bidder or
any other person and irrespective of whether the claim of NDMC is
disputed by the Bidder or not.
4.
This Guarantee shall be irrevocable and remain in full force for a period
of (proposal validity period) from (date) ________ or for such extended
period as may be mutually agreed between NDMC and the Bidder and
shall continue to be enforceable till all amounts under this Guarantee are
paid.
5.
The Guarantee shall not be affected by any change in the constitution or
winding up of the Bidder/the Guarantor or any absorption, merger or
amalgamation of the Bidder/the Guarantor with any other person.
77
6.
In order to give full effect to this Guarantee, NDMC shall be entitled to
treat the Guarantor as the principal debtor. The obligations of the
Guarantor shall not be affected by any variations in the terms and
conditions of the RFP Document or other documents or by extension of
time of performance of any obligations granted to the Bidder or
postponement/non exercise/delayed exercise of any of its rights by
NDMC against the Bidder or any indulgence shown by NDMC to the
Bidder and the Guarantor shall not be relieved from its obligations under
this Bank Guarantee on account of any such variation, extension,
postponement, non exercise, delayed exercise or omission on the part of
NDMC or any indulgence by NDMC to the Bidder to give such matter or
thing whatsoever which under the law relating to sureties would but for
this provision have effect of so relieving the Guarantor.
7.
The Guarantor has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised to
execute this Guarantee pursuant to the power granted under
______________________________________.
IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS
HEREUNTO ON THE DAY, MONTH AND YEAR FIRST HEREINABOVE
WRITTEN.
Signed and Delivered by _________________________________Bank
by the hand of Mr_________________________________
its ______________________________________and authorised official.
78
Format for Technical Bid
E-1
Sl.
No.
Technical Parameters
Contents
of
Technical Proposal
(1) Design of Proposed
Street Furniture
2
Appendix E
Brief Description
 Functionality and Maintainability
 Durability, aesthetics and Vandalism proof
Design
 Minimum advertising area preferable
 Digital display panels
O & M Plan
2 (a) Operation,
cleaning,
Maintenance,
and
mechanized
housekeeping
for
Street Furniture, Public
Plaza,
Planter,
Corridor, Parking area,
Subway,
Footpath,
Toilet etc.
(b) Machine & equipments
(c) Manpower deployment
Overall approach for Maintenance
 Security, Daily/ weekly/ monthly/ yearly O&M
and cleaning programme for street furniture
and subways.

Security, Daily/ weekly/ monthly/ yearly
Maintenance and cleaning programme for
toilets.

Daily/ weekly/ monthly/ yearly Maintenance
and cleaning programme for public plaza,
corridors, planters etc.
(iv)
Mopping & rubbing machines of adequate
capacity to clean the area.
(v)
Dry /wet vacuum cleaner, dry vacuum
cleaner back mounted.
(vi)
High pressure jet & other equipments
proposed for the project.
(iv) Supervisor (minimum - 10)
(v)
Skilled manpower like electrician / fitter /
technicians and operators (minimum - 35).
(vi) Unskilled manpower (minimum - 150).
(d) Experience of Operator
for similar works

Past Experience of the operator in handling
Street Furniture/ public area/ planter/ parking/
subway/ toilet etc. Internationally/ Nationally.
Experience in BOT/DBOT/OMT shall be
79
preferred.

(e) Financial Competence
Details as provided with regards to
(i) Annual Turnover.
(ii) Liquidity & Net Worth in eligibility criteria from
similar business.
(iii) Proposed capital expenditure for this project
as per financial sustainability.
E-2
The bidder has to be clearly declare the proposed number of street
furniture to be provided and installed in project area in addition to the
existing ones as per the following format and shall marks tentative
location on drawing.
a) Non Advertising Furniture:- Number/ Type/ Group
b) Advertising Furniture:-
Number/ Type/ Group and maximum display
area in each type of furniture. Maximum display area should be less
than or equal to area defined in E 4.2
c) Total proposed advertisement area for display in the project area:
S.No
Proposed
Number/ Type of
furniture to be
provided and
installed
Location
1
Inner Circle
2
Middle Circle
3
Outer Circle
4
Radial Roads:- RR1, RR2,
RR3, RR4, RR5, RR6,
RR7 & RR1A
Total Advertising Area for Project:-
80
Total Advertising Area
after considering all
the furnitures in the
location
d) To avoid visual pollution, the maximum advertising area during the
concession period shall be as per the total advertising area mentioned
in above (c). The advertising display shall be digital dynamic or static
display. Digital advertising display shall be preferred.
e) The number/ type of non-advertising furniture/ advertising furniture and
their location shall be approved by the Steering Committee.
f)
Minimum proposed total advertisement area for the project will
preferable.
g) The advertisement panel/ display shall be complied with the respective
law of Govt. of India and the advertisements displayed shall not be
repugnant to the general standards of morality and should not hurt the
religious sentiments of any section of the society or complete with
services provided by NDMC.
h) During the concessioner period no increase in advertisement area will
be allowed as defined in E 4.2. or offered by the bidder in technical
bid.
E-3 The Bidders are required to submit the specified details of the various
street furniture items as a part of Technical Proposal
(i)
Drawings (Internal and External) with dimensions(Internal and External)
for all the proposed and total formats numbers.
(ii)
Advertisement Area each format wise.
(iii)
Materials for the major components / sub-components
(iv)
Finishes for the various surfaces and elements
(v)
Expected life of the furniture
(vi)
Fittings and Fixtures
(vii)
Other Specifications informations related to this project not covered
above.
81
E-4. Technical Specifications for Street Furniture
E 4.1
Standards & Specifications for proposed street furnitures
and Project Area:
E 4.1.1
Standards & Specifications for proposed street furnitures
The Bidders are required to submit minimum two designs of each
Street Furniture items as specified in this RFP in accordance with the
minimum specified details and specifications as given below as a part
of Technical Proposal but not limited to the following one. The bidder
may also suggest the modification in the existing street furniture for up
gradation the same and bidder may also proposed new State of Art
Street furnitures other than the following one.
Sl.
Street Furniture
Specifications for street furniture
No.
Components
(The minimum preferable specification)
1.
Multi-Purpose

booths/
Block 
To be pre-fabricated with minimal onsite work
Maximum permissible advertising display area should not
marker/ Columns
be greater than 8 sq. meter (Digital, dynamic or static
etc.
display). Digital display will be preferred.

Two
Design
to
be
proposed
by
the
bidder
(Concessionaire) in its Technical Proposal out of which
one design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Shall be a removable structure

Structure: preferably stainless steel ASTM 304 grade /
Galvanized steel powder coated or as proposed by the
bidder and accepted by NDMC

Electric wiring /piping: Concealed

Electric wiring/fittings: To conform to BIS standards

Facilities: Lights, Fans
82
Sl.
No.
2.
Street Furniture
Specifications for street furniture
Components
(The minimum preferable specification)
Information

To be pre-fabricated with minimal onsite work
panels

Maximum permissible advertising display area (Digital,
Dynamic or static display) should not be greater than 12
sq. meter on each display side. One side (Back side) is
reserved to NDMC for social message/ information etc.
Digital display will be preferred.

Two
Design
to
be
proposed
by
the
bidder
(Concessionaire) in its Technical Proposal out of which
one design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Shall be a removable structure

Structure: preferably stainless steel ASTM 304 grade /
Galvanized steel powder coated or as proposed by the
bidder and accepted by NDMC
3.
Free
Standing 
Panels’ etc

To be pre-fabricated with minimal onsite work
Maximum permissible advertising display area (Digital,
Dynamic or static display) should not be greater than 2 sq.
meter on each display side.
One side (Back side) is
reserved to NDMC for social message/ information etc.
Digital display will be preferred.

Two
Design
to
be
proposed
by
the
bidder
(Concessionaire) in its Technical Proposal out of which
one design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Shall be a removable structure

Structure: preferably stainless steel ASTM 304 grade /
Galvanized steel powder coated or as proposed by the
bidder and accepted by NDMC.
83
Sl.
No.
4.
Street Furniture
Specifications for street furniture
Components
(The minimum preferable specification)
Flag Poles

To be pre-fabricated with minimal onsite work

Maximum permissible advertising display area (Digital,
Dynamic or static display) should not be greater than 2 sq.
meter on each display side. Digital display will be
preferred.

Two
Design
to
be
proposed
by
the
bidder
(Concessionaire) in its Technical Proposal out of which
one design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Shall be a removable structure

Structure: preferably stainless steel ASTM 304 grade /
Galvanized steel powder coated or as proposed by the
bidder and accepted by NDMC.
5.
Benches

To be pre-fabricated with minimal onsite work

Maximum Size - 1m x 1m (Ht) x 2m (Length)

Three
Design
to
be
proposed
by
the
bidder
(Concessionaire) in its Technical Proposal out of which
one or two design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Shall be a removable structure

Structure: preferably stainless steel ASTM 304 grade /
Galvanized steel powder coated or rot / cast iron as
proposed by the bidder and accepted by NDMC

Wooden / FRP cladding should be provided on the
benches to protect the users from heated surface
6.
Dust Bins

To be pre-fabricated with minimal onsite work

Maximum Size of a unit - 0.6m x 0.6m x 1.2m (Ht)

Three
Design
84
to
be
proposed
by
the
bidder
Sl.
No.
Street Furniture
Specifications for street furniture
Components
(The minimum preferable specification)
(Concessionaire) in its Technical Proposal out of which
one or two design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Shall be a removable structure

Structure: preferably stainless steel ASTM 304 grade /
Galvanized steel powder coated/ non combustible/
inflammable materials or as proposed by the bidder and
accepted by NDMC. Permission from Police is also to be
obtained. Material used shall be acceptable to Police also.
7.
Spit Toons

Minimum capacity of the dustbin shall be 60 litres.

To be pre-fabricated with minimal onsite work

Three
Design
to
be
proposed
by
the
bidder
(Concessionaire) in its Technical Proposal out of which
one or two design shall be approved by NDMC subject to
approvals from Delhi Urban Arts Commission (DUAC)

Size shall be as per the site/ location requirement.
E 4.1.2 Standards & Specifications for existing street furniture
1.
Toilets

Seven Toilets in Outer Circle, Nine Toilets in Middle Circle
and four Toilets in Central Park are already existed.

Maximum permissible advertising display area(Dynamic or
static display) should not be more than 18 sq m per toilet
in Outer Circle at the space provided/ left in the toilet for
display of Advertisement, maximum 5 sq m per toilet for
the toilet in Middle Circle and no advertising display area
for the toilets in Central Park.

Upgradations/ Modifications at his own cost can be
proposed by the concessionaire without disturbing the
functionality and for the benefit of commuters. The prior
85
Sl.
No.
Street Furniture
Specifications for street furniture
Components
(The minimum preferable specification)
approval of NDMC is required for carrying out the same.
2.
Subways
S
Seven subways are existed in Outer Circle, finished with
granite flooring & cladding, properly lighted etc.

Maximum permissible advertising display area (Digital,
Dynamic or static display) should not be more than 12 sq
m per subway at the space approved by NDMC. Digital
display will be preferred.
Note:a. For all the above mentioned street furniture, in one selected design,
NDMC may suggest the modification or can ask to provide more design
during the concession period but the advertisement area will not more
than maximum permissible area in the project or the advertisement
area offered in technical bid whichever is minimum.
b. The design and number of street furniture shall be increased/
decreased as mutually agreed by NDMC and concessionaire during the
concession period.
c. During the concession period if NDMC decides and put more non
advertising street furniture in project area that shall also be part of this
agreement and these street furniture will also be maintained by the
concessionaire.
d. Two poster for each information panel/ free standing panels etc. per
year will be provided by the Concessionaire free of cost as per the
design given by NDMC. If more posters for information panels/ free
standing panels are required by NDMC, the concessionor shall provide
soft copy of the information panel / free standing panels to NDMC.
86
E 4.2
Sl.
No.
1.
Advertisement area on Street furniture for the project
Street
Furniture
Permissible Advertisements area
(placement & quantum)
Proposed
No.
Maximum
Advertisement
Area in sq.
meter
Public Toilets
Existing Seven Public Toilets at Outer
7
126
9
45
4
NIL
28
224
15
180
20
80
Circle:
Advertisements
are
permitted
at
specified space provided maximum
advertisement area 18 sq.m each
PTU.
Existing Nine Toilets at Middle Circle:
Advertisement are permitted on side
wall, front wall and above the PTU.
Maximum advertisement area 5sqm
per toilet.
Existing Four Toilets at Central Park:
2.
Advertisements are not permitted.
Multi-
Advertisements are permitted as per
purpose
approved design
booths/ Block
Maximum Advertisement area 8 sqm
Markers/
Columns
3.
Information
Advertisements are permitted on one
panels
side only, other side (back side) is
reserved for NDMC
Maximum Advertisement area 12 sqm
4.
Flag Poles
Advertisements are permitted on both
side.
Maximum Advertisement area 4 sqm
87
Sl.
No.
5.
Street
Furniture
Permissible Advertisements area
(placement & quantum)
Proposed
No.
Maximum
Advertisement
Area in sq.
meter
Free
Advertisements are permitted, on one
14
28
Standing
side facing traffic only, other side (back
Panels
side) is reserved for NDMC
Maximum Advertisement area 2 sqm
6.
Benches
Advertisements are not permitted
300
-
7.
Dust Bins
Advertisements are not permitted
150
-
8.
Spit Toons
Advertisements are not permitted
150
-
9.
Subways
7
84
at Advertisement are permitted at/ near
Outer Circle
entry/
exit
gates
of
the
subways,
maximum advertisement area shall be
12 sqm per subway.
10.
Total
767 sq.
meter
Note:a. Maximum permissible area of advertisement in the project shall be 767 sq.
meter excluding the advertisement inside the subways and should comply
with the all statutory provisions as per laws.
b. The advertisements displayed shall not be repugnant to the general
standards of morality and should not hurt the religious sentiments of any
section of the society or complete with services provided by the NDMC.
c. The above proposed number of street furniture can be increased/
decreased but the maximum advertisement area for the components
mentioned above will not be increased.
d. The advertising display shall be digital, dynamic or static type display.
Digital display will be preferred.
88
Format for Financial Bid
Appendix F
(On the letterhead of the Bidder)
Date:
The Executive Engineer (Connaught Place)
Room No 1412, 14th Floor,
NDMC, Palika Kendra,
Sansad Marg
New Delhi
RE:
DESIGNING,
INSTALLATION
AND
MAINTENANCE
OF
STREET
FURNITURE AND CLEANING & MAINTAINENCE OF PUBLIC PLAZA/
CORRIDOR, PARKING AREA, PLANTER, SUBWAY AND TOILET IN
CONNAUGHT PLACE ON DBOT BASIS.
Sir,
Having gone through this RFP document and having fully understood the scope
of work for the Project as set out in this RFP, we are pleased to submit our quote
in the form of the Percentage of Revenue Share to be payable by us to the
Concessioning Authority (NDMC) as contained in the duly signed and sealed
Appendix F1 enclosed herewith.
We have reviewed all the terms and conditions of the RFP and undertake to
abide by all the terms and conditions contained therein. We have agreed to pay
NDMC percentage of Revenue Share as quoted in Appendix F 1 of RFP subject
to minimum concession for the project as INR 5,00,000/- (Rupees five lacs only)
per month with an increase of 10% (five percent) every year on the previous year
fee. We hereby declare that there are, and shall be, no deviations from the stated
terms in the RFP Document.
Yours faithfully,
For and on behalf of
……………………………………………..
(Name of the Bidder)
_________________________
(Signature of Authorised Signatory)
Encl: Duly signed and sealed Appendix F1 .
89
Format for Financial Bid
Appendix F1
FORMAT FOR CONCESSION FEE
PROJECT:-
DESIGNING, INSTALLATION AND MAINTENANCE OF
STREET FURNITURE AND CLEANING & MAINTAINENCE OF PUBLIC
PLAZA / CORRIDOR, PARKING AREA, PLANTER, SUBWAY AND
TOILET IN CONNAUGHT PLACE ON DBOT BASIS.
__________________________________________________
We agree to pay NDMC a concession fee as……………….% ( in words
also) of monthly revenue earned subject to minimum of Rs 5 Lakhs (Five
Lakhs) per month in the first year. The minimum concession fee shall be
increased by 10% per year in subsequent years till end of the
concession year.
Authorized Signatory
(With Stamp of the concessionaire)
90
APPENDIX F-2
FINANCIAL BID ESTIMATION
Table1:
Construction Price Schedule
(Item-wise break up of construction cost to be indicated under the following
heads)
Sl.
No.
Brief Item Description
1
Procurement/
Manufacturing cost of the
furniture.
2
Installation cost
Unit
Sub-Total
3
Electrical Works
Sub-Total
4
Horticultural Works
Sub-Total
5
Any other expenses
A
TOTAL CONSTRUCTION
(1+2+3+4+5)
6
Contingencies
7
Interest
During
Construction (IDC)
8
Taxes, Works Tax etc.
91
Quantity
Rate
(Rs.)
Amount
(Rs.)
Sub-Total
(Rs. Lakh)
9
Supervision
Independent
Costs
10
TOTAL
LANDED
PROJECT
COST
(A+6+7+8+9+10)
Table2:
including
Engineer
Operation and Maintenance Price Schedule
Sl.
No.
Brief Item Description
Unit
1
Operation and Maintenance
cost of Street furniture,
Toilets, Subways etc.
Per
year
2
Operation and Maintenance
cost
of
Electrical
Equipments.
Per
year
3
Operation and Maintenance
cost towards Manpower
deployed
Per
year
4
Operation and Maintenance
cost towards Administration
Per
year
5
Operation and Maintenance
cost towards Security.
Per
year
6
Any Other Costs
Per
year
TOTAL
O&M
(Schedule 2)
Table3:
Sl.
Quantity
Rate
(Rs.)
Amount (Rs.)
COST
Operation and Maintenance Price Schedule
Schedule
No.
1
TOTAL LANDED PROJECT COST (Schedule 1)
2
TOTAL O&M COST (Schedule 2)
92
Sub Total (Rs. Lakh)
Table 4:
Revenue Generation Estimates
Year of Operation
Estimated Revenue Generation (Crores of Rs.)
First
Second
Third
Fourth
Fifth
Sixth
Seventh
Eighth
Ninth
Tenth
Eleventh
Twelfth
Thirteen
Fourteen
Fifteen
Appendix F-3
A. General & Financial Information
The bidder/ firm is requested to complete the information in this form. The
information supplied should be the annual turnover for the Bidder for the past
three years, in terms of the amounts billed to clients for each year for work in
progress or completed, in Indian Rupees.
93
1.
Firm Particulars
Sl. No. Particulars
1
Name of Firm
2
Head Office Address
3
Telephone:
Contact:
4
Fax:
E-mail:
5
Place for incorporation/registration: Year of incorporation/registration:
2.
A Power of Attorney authorizing the signatory of the bid to commit the
Bidder(s).
3.
Annual Turnover (in Indian Rs or equivalent US Dollars.): For the last
three years ending (31/03/2013)
4.
Liquid Assets (in Indian Rs or equivalent US Dollars.): For the last
three years ending (31/03/2013)
5.
Attach Brochure and details of the Firm pertaining to
Ownership structure, business areas/activities, business growth
revenue details, staff details and capability statement.
6.
Details of Contacts for the Firm:
Contact Person
Contact Address
Contact A
Address, Telephone, Facsimile, E-mail
Contact B
Address, Telephone, Facsimile, E-mail
Contact C
Address, Telephone, Facsimile, E-mail
Contact D
Address, Telephone, Facsimile, E-mail
B. Structure & Operation of firm/bidder
Applicants shall submit the following information:
1.
Legal Status
2.
Place of registration
3.
Principal place for business
94
4.
Total value of eligible project works performed in the last five years
ending 31/03/2013 shall be detailed out as indicated in the format.
Year
Name and Type of Project(s)
Value (Turn Over) in Indian
Rupees Crores
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
5.
Financial reports for the last three years: balance sheets, profit and
loss statements, summary of net cash accruals, gearing level, auditor’s
reports, etc. List them and attach certified copies.
6.
A certified copy of Applicant’s Current Memorandum and Articles of
Association or other relevant constitutional documents and (where
relevant) those of its immediate and all superior holding companies.
7.
Name, Address, Telephone and fax numbers of the firm’s bankers who
may provide reference if contacted by NDMC.
C. General Experience Record
Bidders should provide information on undertaking construction of similar
projects as per section 3.1(d) in last five years (Separate Sheets for each
project to be attached giving following details). A summary is to be
provided in following format.
Year
Name
of Work
Name of
Client
with
contact
details
Contract
No. and
Date
Value of
Contract in
Rs. Crores
95
Date
Started
Date
Completed
Role of
Applicant
and Remarks
Appendix ‘H-1’
List of Toilet under Connaught Place Project Division
S.No.
Location
Quantity
1.
Central Park opp. E Block
1
2.
Central Park Opp. F block
1
3.
Sansad Marg
1
4.
ECE House
1
5.
Jeevan Bharti (Outer Circle)
1
6.
Adjoining state entry road
1
7.
Parking area Super Bazar
1
8.
Near E.S.S. Connaught Place (Outer Circle)
1
9.
Central Park opp. A block
1
10.
Central Park opp. B block
1
11.
S.B.S. Marg outer circus junction
1
12.
Middle Circle, F Block near RR-1
1
13.
Middle Circle, F Block near RR-7
1
14.
Middle Circle, E Block near RR-7
1
15.
Middle Circle, E Block near RR-6
1
16.
Middle Circle, D Block near RR-6
1
17.
Middle Circle, C Block
1
18.
Middle Circle, B Block near RR-3
1
19.
Middle Circle, A Block near RR-3
1
20.
Middle Circle, A Block near RR-2
1
Sl. No.
Location of Garbage Station
1
Middle Circle, N Block near RR-1
2
Middle Circle, E Block
3
Middle Circle, D Block
4
Middle Circle, A Block
96
TOILET AND GARBAGE STATIONS UNDER EXISTING
CONCESSIONAIRE:
Sl.
TOILET
GARBAGE STATIONS
Toilet in Outer Circus opposite H block.
Garbage station at RR-1A
No.
1.
near Palika Bazar.
2.
Toilet at Chelmsford Road near Outer
Circus junction (towards Central Hospital).
3.
Toilet at Chelmsford Road near Outer
Circus junction (towards Railways
Bungalows).
List of Subway under Connaught Place Project Division
S.No.
Location
Quantity
1.
SANSAD MARG
1
2.
BKS MARG
1
3.
SUPER BAZAR
1
4.
K.G. MARG
1
5.
JANPATH
1
6.
ECE HOUSE N BLOCK
1
7.
GOPAL DASS BUILDING M BLOCK
1
TOTAL
97
7 Nos.
Download