office of the ex - municipal corporation of delhi chirag delhi.doc · web viewto design entire...
TRANSCRIPT
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
MUNICIPAL CORPORATION OF DELHI
Office of The Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,
Opp. A-235, Defence Colony, New Delhi-110003.
Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi village near BRT corridor.
1
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
DISCLAIMER
The information contained in this tender document or subsequently provided to Bidder(s) or Applicant’s whether verbally or in documentary form by or on behalf of Municipal Corporation of Delhi (MCD) or any of their employees or advisors, is provided to the Bidders on the terms and conditions set out in this tender document and all other terms and conditions subject to which such information is provided.
This tender document is not an agreement and is not an offer or invitation by the MCD to any parties other than the Applicants who are qualified to submit the proposal’s Bidder(s). The purpose of this document is to provide the Bidders with information to assist the formulation of their proposals. This document does not purport to contain all the information each bidder may require. This document may not be appropriate for all persons, and it is not possible for MCD, their employees or advisors to consider the investment objectives, financial situation and particular needs of each Bidder who reads or uses this document. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this document and where necessary obtain independent advice from appropriate sources. The MCD, their employees and advisors make no representation or warranty and shall incur no liability under any Law statute rules or resolutions as to be accuracy reliability or completeness of the RFP document.
The MCD may in their absolute discretion but with out being under any obligation to do so, update amend or supplement the information in this document.
MUNICIPAL CORPORATION OF DELHINo.: D/EE (Parking Projects)/2009-10/ Dated:
OPEN NOTICE INVITING TENDER
Invitation to Reputed Consultants for services of Project Management Consultancy for the WORK OF construction of multilevel car parking at Chirag Delhi village near BRT Corridor.
Bid document fees: Rs. 5,000/- Earnest Money: Rs. 2.85 lacs (either in the shape of DD/Cash receipt/ Bank Guarantee of a scheduled Bank in favour of Commissioner, MCD valid upto 6 Months from the date of submission of bid)
2
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
Scope of Activities : - As per tender document Who can Apply
Any reputed consultants full-filling technical & financial criteria for selection who have completed PMC work for at least one work costing of 24 crores or 2 works each of 18 crores or 3 works each of 12 crore during the last seven years of similar nature such as multilevel under ground car parking, basement works,multistory buildings, underground water retaining structuresand dams etc. and for one work of any nature (either part of above or a separate one) costing equal to the amount 12 crore with some Central/State Government/ Central Autonomous Body/ Central Public Sector Undertaking How to Apply
The Tender document may be collected from the address given below from 09.02.2010 to 24.02.2010 on all working days between 11:00 to 17:00 hrs. along with a document fee by Demand Draft/Cash amounting to INR 5,000 (Rupees Five Thousand only non-refundable) in favour of Commissioner, MCD on written request to the Ex. Engineer (Parking Projects). Municipal Corporation of Delhi Under Bhisham Pitamah Flyover,New Delhi-110003. The Tender document form may also be down loaded from the official website of MCD, i.e. www.mcdonline.gov.in , and http.mcdetenders.com on or before 04:00 PM of 24.02.2010.
The last date for submission of the prebid quarries is 25.02.2010 2.00pm. A pre-bid meeting ( for the bidder who deposited the tender cost) in this regard has been fixed on 25.02.2010 at 4.00pm in the office of C.E.-VII, Municipal Corporation of Delhi Under Bhisham Pitamah Flyover,New Delhi-110003. The consultant must submit Technical Proposals (1 original +2 copies) alongwith E.M & Financial Proposal in separate sealed envelopes. Both these sealed envelopes then shall need to be placed in one envelope clearly marking therein “Proposal for Project Management Consultant along with bid document fees (in case of download from web site) and submit in the office of Suptdg. Engineer (Proj.)-VII under Bhisham Pitmah Marg Flyover, Sewa Nagar, New Delhi up to 04.03.2010, 15:00 hrs. and will be opened on same day at 15:15 hrs..
If any information furnished by the applicant is found incorrect at a later stage, he/She shall be liable to be debarred from tendering/ taking up of work in MCD. The department reserves the right to verify the particulars furnished by the applicant independently. Conditional Tenders are liable to be rejected.
Ex. Engineer (Parking Projects)
Copy to:-1. Director P&I with request to get it published on or before 09.02.2010. 2. All Concerned 3. Notice Board
SECTION IMUNICIPAL CORPORATION OF DELHI
Office of The Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,
Opp. A-235, Defence Colony, New Delhi-110003.Invitation For Bids (IFB)
Bid No. ______________________ Dated_________________
LETTER OF INVITATION TO ELIGIBLE CONSULTANTS for
PROVIDING CONSULTANCY SERVICESFOR
CONSTRUCTION OF UNDERGROUND MULTILEVELCAR PARKING AT Chirag Delhi village near BRT Corridor.
1. The Municipal Corporation of Delhi invites sealed Proposals from the eligible Bidders for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi Chirag Delhi village near BRT Corridor
2. Interested eligible Bidders may obtain the Request for Proposal (RfP) from the office of:
3
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
MUNICIPAL CORPORATION OF DELHIOffice of The Executive Engineer (Parking Projects),
Under Bhisham Pitamah Flyover, Sewa Nagar,Opp. A-235, Defence Colony, New Delhi-110003.
3. The interested eligible consultancy firms may obtain the RFP on the submission of written application to the above from ------------ on all working days within 1000 hrs and 1700 hrs. IST by payment of non-refundable Demand Draft amounting to Rs. 5,000/- drawn in favour of “Commissioner, Municipal Corporation of Delhi” payable at any schedule bank in New Delhi. The RFP document is also available on MCD website. The Consultant who down load the RFP document from the website will be required to pay the nonrefundable fee of Rs. 5,000/- at the time of the submission of the Bid proposal. Applications received after 4.00 P.M. on …………… shall not be entertained.
4. Three sets (one marked “Original”, and other marked “Duplicate”) of the sealed Proposals must be received at the above mentioned office only and accompanied by a refundable Earnest Money of Rs. 2.85 (Rs. two lacs eighty five thousand only) so as to reach before 3.00 P.M. on ……………….. by post or by dropping in the tender box at the address mentioned below: -
Office of Supdtg. Engineer (Pr ) VIIUnder Bhishm Pitamah Marg FlyOver,Sewa Nagar, New DelhiTele-Fax : 011-24330323
For the earnest money bank guarantee valid for period of 6 months can also be furnished.
5. The Technical and Financial Proposals shall be submitted in two separate covers clearly marked “Technical Bid” and “Financial Bid” along with non refundable tender document fee Rs. 5,000/- (Rs. Five thousand only), in case of down load of tenders from website.) and put together in one single outer envelope/ package.
6 Part-I (Technical Bid) will be opened on ……………. in the presence of Bidder’s representatives who choose to attend at 3.15 P.M. in the Office of Supdtg. Engineer (Pr) VII Under Bhishm Pitamah Marg Flyover, Sewa Nagar, New Delhi
a) Bids not accompanied by Earnest Money will be considered non-responsive and rejected.b) Part-II (Financial Bid) of only those Bidders who are found substantially suitable in the technical bid on
evaluation as per benchmark established by MCD’s Evaluation Committee will be opened in the office of Supdtg. Engineer (Pr) VII Under Bhishm Pitamah Marg FlyOver, Sewa Nagar, New Delhi. Date will be informed to eligible contractors.
c) Financial Bid of those Bidders not substantially responsive shall be returned to the Bidders unopened.All the proposals will be assessed in accordance with good professional practice. The weight ages and associated specific technical evaluation criteria are given as under:
Technical Bid
a) Experience in similar works (last five years)b) Annual turn over (last three years)c) Key personnel proposed for the assignment – general qualifications,
appropriate experience and track record, experience in the region/state, their availability
d) Approach and Methodology for the Projecte) Infrastructure for the Project
30%10%30%
20%10%
7. The successful Bidder will be chosen from the group of qualifying Bidders (“eligible Bidders for financial bid”) achieving benchmark score i.e 60% after technical bid evaluation as per the criteria set out by the evaluation committee as mentioned in section 6 above. The final qualifying Bidder for the assignment will be the one whose financial bid is lowest amongst the qualifiers.
8. The total time period for the assignment as Independent Engineer will be for 30 months.
4
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
9. MCD will not be responsible for any delay, loss or non-receipt of RFP document sent by post/courier. Further, MCD shall not be responsible for any delay in receiving the Proposal and reserves the right to accept/reject any or all applications without assigning any reason thereof
10.The proposal shall be submitted in English Language and all correspondence would be in the same language.All information contained in this package should be treated as confidential and Bidders are required to limit dissemination on a need-to-know basis.
Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,
Opp. A-235, Defence Colony, New Delhi-110003.
SECTION IIINSTRUCTIONS TO BIDDERS
1. General Those instructions set out the requirements for the preparation of proposal in a form acceptable to the Municipal Corporation of Delhi (hereinafter referred to as “MCD”).
The Bidders are invited to submit a technical and a financial proposal for consultancy services required for Project Management for providing consultancy services for Construction of underground multilevel Car parking at Chirag Delhi village near BRT Corridor.
The MCD will select as firm/consortium among the shortlisted firms in accordance with the method of selection indicated in this Request for Proposal (RfP). The proposal will be the bases for contract negotiations and ultimately signing the contract with selected firm/consortium.
2. Invitation of Submit a ProposalThis “Request for Proposal” comprises:
- Covering Letter- Instructions to Bidders- Standard Form of Contract- Terms of Reference- Forms of Proposal
3. Clarifications Bidders requiring any clarification on the RfP document may notify MCD in writing or by facsimile within 7 days of close of date for obtaining the RfP document. At its sole discretion, MCD forward to each Bidder, a copy of MCD response, including a description of the enquiry but without identifying its source.
All correspondence / enquiries should be submitted to the following in writing by fax / registered post / courier:
Address : Office of The Executive Engineer (Parking Projects), Under Bhisham Pitamah Flyover, Sewa Nagar,
Opp. A-235, Defence Colony, New Delhi-110003.Phone : 011-24647311
4. Amendments to RfP4.1 At any time prior to the Proposal Due Date, as indicated in the RfP Time Schedule, MCD may, for any
reason, whether at its own initiative or in response to clarifications requested by Bidder, amend the RfP by the issuance of Addenda.
4.2 Any Addendum thus issued would be in writing and sent to all the Bidders who have received and acknowledged the RfP document and shall be binding upon them. Bidders shall promptly acknowledge receipt thereof to MCD.
4.3 In order to afford Bidders reasonable time to take the Addendum into account, or for any other reason, MCD may, its discretion, extend the Proposal Due Date.
5. Language and Currency.
5
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
5.1 The Proposal and all related correspondences and documents shall be written in English language.5.2 The currency for the purpose of the Proposal shall be the Indian Rupee (INR).
6. Validity of Proposal6.1 The Proposal shall indicate that it would remain valid for a period not less than One hundred and twenty
days (120) days from the opening of the bid. MCD reserves the right to reject any proposal that does not meet this requirement.
6.2 Prior to expiry of the Proposal Validity Period, MCD may request the Bidders to extend the period of validity for a specified additional period.
6.3 The Successful Bidder shall, where required, extend the Proposal Validity Period till the date of execution of the consulting contract.
7. Site VisitBidders may carry out site visit at any time at their cost prior to preparation of proposal. Permission shall be granted by MCD to visit the site on receipt of a formal written request, reasonably in advance of the proposed date of visit. No cost will be borrow by MCD for site visit.
8. Preparation of Technical ProposalWhile preparing the technical proposal, the bidder must give particular attention to the following:
a. If a firm considers that it does not have all the expertise for the assignment, it may obtain a full range of expertise by associating with any other individual bidders and/or firms.
b. If named personnel are not employees of the lead firm, or if the lead firm intends to sub-contract some or all of the services, it must also include with its proposal a letter from each such individual or sub-contract confirming that they have agreed in principle to do the job with the lead firm organization.
c. The proposal should be based on the number of professional staff-days estimated by the firm.d. It is desirable that the majority of key professional staff proposed be permanent employees of the lead
firm.e. If required the Bidder shall be asked to make a presentation before MCD/Committee constituted for this
purpose.f. The consultant shall submit organizational chart of personnel to be deployed for the consultancy
of project mentioning therein full time personnel /visiting experts/ advisory expert etc. The technical proposal must provide the following information:
i)Structure and organization of the firm with complete details as per Annexure – A.ii)Financial details/information as per Annexure – B.iii)Details of all, flyovers, bridges, ROB’s, elevated roads, multilevel car parking, C.C Pavements etc. works
completed in the last 7 years as Project Management Consultants as per Annexure – C.iv)Details of all projects underway or awarded as Project Management Consultant as per Annexure-D.v)Performance on Completed or ongoing works shall be furnished as per Annexure – E.vi)Details of Technical and Administrative /Management Personnel as per Annexure – F and their CV’s.vii)Anti – Collusion certificate as per Annexure – G.
viii)Approach and methodology to be adopted.ix) Any additional information required as per this document.x) Note - The Technical proposal shall not include any financial information.
9. Preparation of Financial ProposalIn preparing the financial proposal, bidders are expected to take into account the requirements and conditions of the RfP. The financial proposal shall include all costs associated with the assignment.Cost must be expressed (and will be paid) only in Indian Rupees (INR).
10. Submission of Proposal10.1 Bidders would provide all the information as per this RfP and in the specified format. MCD reserves the
right to reject any Proposal that is not in the specified format.10.2 The Proposal should be submitted in two covers:
Part I – Technical BidTechnical Bid as per the format described in Section VII, along with relevant supporting documents.
Part II – Financial BidFinancial Bid as per the financial bid format described in Section VIII.
6
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
10.3 The Bidder shall prepare one original copy of the Proposal, clearly marked “ORIGINAL”. In addition, the Bidder shall make two copies of the Proposal, clearly marked “DUPLICATE”. In the event of any discrepancy between the original and the copies, the original shall prevail.
10.4 If the proposal consists of more than one volume. Bidder must clearly number the volumes and provide an indexed table of contents.
10.5 The Proposal and its copy shall be typed or printed. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialed by the person(s) signing the Proposal.
10.6 An authorized representative of the lead firm should initial all pages of the proposal, and also submitted the proof of authorization.
11. Sealing and Marking of Proposals
11.1 The Bidder shall seal the Part I and Part II of the Proposal in separate envelopes, duly marking the envelopes as “PART I: TECHNICAL BID” and “PART II: FINANCIAL BID”.
11.2 The original and duplicates of the Proposal shall be provided in separate envelopes, duly marking the outer envelopes as “ORIGINAL” and “DUPLICATE”.
11.3 All the envelopes shall indicate the Name and Address of the Bidders.11.4 All the envelopes shall clearly bear the following identification: “Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi village near BRT Corridor.
11.5 All the envelopes shall be addressed to:
Address :Office of The Executive Engineer (Parking Projects), Under Bhisham Pitamah Flyover, Sewa Nagar,
Opp. A-235, Defence Colony, New Delhi-110003. Phone : 011-24647311
11.6 If the envelopes are not sealed and marked as instructed above, the Proposal may be deemed to be non-responsive and liable for rejection. MCD assumes no responsibility for the misplacement of premature opening of the proposal submitted if the same is not in accordance with the prescribed format.
12. Proposal Due Date
12.1 Proposal should be submitted before 1500 Hrs (IST) on or before --------------------- at the address provided in Clause 11.5, Section II in the manner and form as detailed in this RfP. Proposal submitted by either facsimile transmission or telex or e-mail will not be accepted.
12.2 MCD, at its sole discretion, may extend the Proposal Due Date by issuing an Addendum.
13. Late Proposals.Any Proposal received by MCD after the Proposal Due Date will be returned unopened to the Bidder.
14. Modification and Withdrawal of Proposals.
14.1 The Bidder may modify or withdraw its Proposal after submission, provided that written notice of th modification or withdrawal is received by MCD before the Proposal Due Date. No Proposal shall be modified or withdrawn by the Bidder after the Proposal Due Date.
14.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause 11 with envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” and also “PART I: TECHNICAL BID” and “PART II: FINANCIAL BID” as appropriate.
15. Earnest Money15.1 The Bidder shall furnish, as a part of his bid, an Earnest Money of Rs. 2.85 lacs ( two lacs eighty five
Thousand Only) in the form of bank draft in favour of Commissioner, MCD payable at Delhi. The Earnest Money shall remain valid for a period of 30 days beyond the original validity period of the bid, and beyond
7
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
any extension period subsequently requested. Earnest money can also be furnished in the form of bank guarantee from the scheduled bank.
15.2 Any bid not accompanied by Earnest Money shall be summarily rejected by the MCD as nonresponsive.
15.3 The Earnest Money of unsuccessful Bidders will be returned after the expiration of the period of bid validity on receipt of written request.
15.4 The Earnest Money of the successful Bidder will be returned when the Bidder has signed the Agreement and furnished the required performance security.
15.5 The Earnest Money may be forfeited:a. If a Bidder withdraws its Bid during the period of bid validity, orb. If the Bidder does not accept the correction of arithmetic errors in his bid price, orc. In the case of a successful Bidder, if the Bidder fails within the specified time to:
(i) sign the agreement, and(ii) furnish the required performance security
16. Test of Responsiveness 16.1 Prior to evaluation of Proposals, MCD will determine whether each Proposal is responsive to the
requirements of the RfP. A Proposal shall be considered responsive if:a) It is received before 1500 Hrs. (IST) on the Proposal Due Date.b) Proposals are accompanied by Bid Security as in Clause 15.c) It is signed, sealed and marked as stipulated in Clause 11.d) It is contains the information and documents as requested in RfP.e) It contains information in the format as specified in RfP.f) It mentions the validity period as set out in Clause 6.g) It provides the information in reasonable details (“Reasonable Detail” means that, but for minor deviations,
the information can be reviewed and evaluated by MCD without communication with the Bidder). MCD reserves the right to determine whether the information has been provided in reasonable detail.
h) There are no inconsistencies between the Proposal and the supporting documents.
16.2 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 substantial way, the scope, quality or performance of the Project orb) limits in substantial way, inconsistent with the RfP document, MCD’s rights or the Bidder’s obligations under
the agreement, orc) Unfairly affects the competitive position of other Bidder presenting substantially responsive bids.
16.3 MCD reserves the right to reject any Proposal which in its opinion is non-responsive and no request for modification on withdrawal shall be entertained by MCD in respect of such Proposals.
17. Performance Security17.1 Within 14 (fourteen) calendar days from the date of issue of the Letter of Acceptance from the MCD, the
successful Bidder shall furnish to the MCD a Performance Security in an amount of 10% (Ten percent) of the Contract Price as is specified in Sec. III Part A and in accordance with the Conditions of Contract.
17.2 Failure of the successful Bidder to provide the requisite Performance Security in accordance with the requirements of Clause 15.1 shall constitute grounds for annulment of the award and forfeiture of the Bid Security made at the time of bidding.
18. Pre-bid Meeting:18.1 If required, the Bidder or his official representative( for the bidder who deposited the tender cost) will be
invited to attend a pre-bid meeting, which will be held in the office of the C.E-VII.18.2 The Purpose of the meeting will be to clarity issues and to answer questions on any matter that may be
raised at that stage.18.3 The Bidder is requested to submitted any question in writing or by fax. to reach the MCD on or before.
18.4 Minutes of the meeting, including the text of the questions raised and the responses given, will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents which may become necessary as result of the pre-bid meeting, shall be made by the MCD exclusively through the issue of any a addendum. Non – attendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.
8
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
19. Evaluation of ProposalProposals will be assessed in accordance with good professional practices.The specific evaluation criteria is given as under:
S.NO PARAMETER SCORE1 Technical Bid 100
1.1 Experience in Providing consultancy or execution of works of similar nature such as flyover/ bridge/ROB’s/elevated road/C.C Pavement works (last seven years).
30
1.2 Annual turnover (last three year) 101.3 Key personnel – general qualifications, appropriate experience
and track record, experience in the region/state, and their availability.
30
1.4 Approach and methodology for the Project 201.5 Infrastructure for the Project 10
Financial submission of only those Bidders who achieve the Benchmark Score i.e 60% for their technical proposal would be opened.
20. Evaluation Methodology
20.1 Technical Bid Evaluation (100 marks)a. This score shall be based on an assessment of the Technical Submission of the Bidder. The total maximum
points under this evaluation of Technical Proposal are 100 marks.
1.01.1
Technical SubmissionWork experience of similar nature (last 7 years)
30
1.2 Annual turn over for last 3 years (only for profit making organisation) 101.3
1.3. a
1.3. b
Qualification and competence of key staff for the AssignmentQualification of the Team Leader (assigned to the Project)
- Qualification- Experience in similar projects/others- Association with the firm/national and international exposure
Qualification and competence of key staff for the Assignment- Multilevel car parking/ multistory expert / Association with the firm- Dam/Water retaining structure/Bridge/Flyover Expert- Drainage expert- Electrical Expert/Association with firm- Quantity Surveyor Expert / Association with the firm- Quality control expert/Association with the firm
(30)
10
20
1.4 Approach and Methodology- Understanding of the project- Time schedule programming/critical analysis working out hindrance areas and
their mitigation & innovative Construction Management-
Involvement of key personnel- Technology transfer- Capacity building/Management Plan- Resource requirement / Maintenance Manual
20
1.5 Infrastructure for the Project 10Total 100
b. The computation of the Technical Status of Bidder Assessment would be based on the details provided in Technical Bid.
c. The evaluation on the Present Technical Proposal would be qualitative & to the best judgment & discretion of MCD evaluation committee. The marks so assigned by MCD or its Architect or Advisor(s) would be final and binding on the Bidder.
9
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
d. The composite score under the Technical Proposal would be the arithmetic sum of the marks assigned to the bidder under each of the parameters listed above in Clause 20.1 a.
20.2 Financial bida. Financial proposals shall be opened for only those Bidders who would have obtained benchmark (as per
clause 20.1 of RFP) score in technical bid section.
b. MCD shall notify in writing to the bidders that pass the minimum technical score, and intimate the date and time for opening the financial proposal. On opening the financial proposals the MCD will notify the concerned Bidders.
c. The lowest financial quotation will be considered.
20.3 The Bidder quoting the lowest price bid shall be invited for negotiation if required.
21. Negotiations
21.1 The objective of negotiations is to reach an agreement on all points and sign a contract. The negotiations shall be held with the lowest bidder amongst the qualifiers.
21.2 Negotiations will include discussions on technical proposal, work plan, staffing and on the financial bid.
21.3 In the event the negotiations fail with lowest Bidder, MCD will have liberty to negotiate with the next lowest bidder.
22. MCD’s Right to Accept or Reject Proposal
22.1 MCD reserves the right to accept or reject any or all of the Proposals without assigning any reasons and to take any measure as it may deem fit, including annulment of the bidding process, at any time prior to award of Consultancy Contract, without liability or obligation for such acceptance, rejection and annulment.
22.2 MCD 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.
22.3 MCD reserves the right to reject any Proposal if at any time:
a) a material misrepresentation made at any stage in the bidding process is uncovered; orb) the Bidder does not respond promptly and thoroughly to requests for supplemental information required
for the evaluation of the proposal.
This would lead to the disqualification of the Bidder. If such disqualification / rejection occurs after the Bids have been opened and the Successful Bidder get disqualified / rejected, then MCD reserves the right to:
a) declare the bidder biding the next lowest bid, as the Preferred Bidder, and where warranted, invite such Bidder to equal or lower the rates secured by such disqualified Successful Bidder; or
b) take any such measure as may be deemed fit in the sole discretion of MCD, including annulment of the bidding process.
22.4 Conditional proposals shall not be accepted.
23. Confidentiality Information relating to the examination, clarification, evaluation and recommendation for the short-listed bidders would not be disclosed to any person not officially concerned with the process. MCD would treat all information submitted as part of the Proposal in confidence and will ensure that all who have access to such material treat it in confidence. MCD would not divulge any such information unless ordered to do so by any Government authority that has the power under law to require its disclosure.
24. Tax Deduction at source in respect of income tax etc. will be made as per prevalent rule and regulation in this regard at the time of submission of tender. Nothing extra will be payable to consultant on this account.
10
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
25. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope of work and other factors having a bearing on the execution of the work.
26. The consultants shall not be permitted to tender for works in MCD (responsible for award and execution of contracts) in which his near relative is posted as Accounts Officer or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in MCD. Any breach of this condition by the contractor would render him liable to be removed from the list of pre-qualified consultants for this work.
27. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in the Engineering Department of the MCD is allowed to work as a contractor for a period of one year after his retirement from service, without the prior written permission of the MCD in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the MCD as aforesaid before submission of the tender or engagement in the contractor’s/consultants service.
28. Time is and will be Essence of work.
29. MCD has already been identified parking sites at Chirag Delhi village near BRT Corridor within its
jurisdiction as under S.No. Location of Parking. Area Proposed
1. Park Chirag Delhi near BRT Corridor 9000 sqm (approximate)
The area proposed is approximate and may vary . The consultants are supposed to give the break up price for each site. However L-1 will be selected from the grand total.
30. Time Schedule i) Inception report – One week time from the date of award of tenderii) Traffic plan - Two week time from the date of award of tenderiii) Tender document- One month time from the date of award of tender
SECTION IIISAMPLE FORMS OF ACCEPTANCE AND ADVISORY SERVICES AGREEMENT
LETTER OF ACCEPTANCE
(Letterhead paper of Employer)
No. ____________________________ Date ______________________
To:
____________________________________________ ______________________
11
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
Dear Sire,This is to notify you that your bid dated ___________________________ for Carrying out Project
Management Consultancy for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi village near BRT Corridor For the Contract Price of Rs. _____________________________________ (Rupees amount in number and words), is hereby accepted by Municipal Corporation of Delhi.
We request that, within 15 days of the date issue of this Letter of Acceptance, you prepare the Advisory Services Agreement, in duplicate, on Government Stamp Paper and meet with the undersigned at the address provided during normal office hours on any working day to sign the Agreement.
One copy of the signed Agreement will be provided to you for your files, while the original copy will remain with us.
Yours faithfully,
Executive Engineer (Parking Projects)
SAMPLE FORMPERFORMA OF BANK GUARANTEE (UNCONDITIONAL)
To:
Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,Opp. A-235, Defence Colony, New Delhi-110003.
WHEREAS _______________________________________ {name and address of Bidder} hereinafter called out Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi village near BRT Corridor (hereinafter called the Contract);
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder’s shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Bidder such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Bidder, up to a total of Rs. {amount of Guarantee} _________________________________________ {in word}, such sum being payable Indian Rupees in which the contract price is payable, and we undertake to pay you, upon your first written demand and without cavil of argument any sum or sums within the limits of _______________________________ {amount of Guarantee} as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.
12
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
We hereby waive the necessity of your demanding the said debt from the Bidder before presenting us with the demand.
We further a gree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Bidder shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.
The guarantee shall be valid until the date of issue of the Defects Liability Certificate.
SIGNATURE AND SEAL OF THE
GUARANTOR: _____________________________
NAME OF BANK: ___________________________
ADDRESS: ________________________________DATE: ____________________________________
ADVISORY SERVICES AGREEMENT
Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi village near BRT Corridor
Contract Number:
This Agreement made this _______________ day of ______________ 20 ______ between Executive Engineer (Parking Projects) on behalf of Commissioner Municipal Corporation of Delhi (hereinafter called the Employer) of the one part and ________________________________________ ( hereinafter called the Bidder) of the other part.Whereas the Employer is desirous to hire Consulting services for Carrying out Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi village near BRT Corridor. And has accepted a Bid by the Bidder for the execution and completion of such works and the remedying of any defects therein.Now this Agreement witnesseth as follows:
1. The following documents shall be deemed to form and be read and considered as part of this Agreement, viz.:
(a) The Letter of Acceptance;(b) The Instruction to Consultants;(c) The Technical Bid;(d) Terms of Reference & Schedule of Payment; and(e) The Financial Bid(f) General conditions of the contract(g) Scope of work
2. In consideration of the payments to be made by the Employer to the Consultant as hereinafter, the Consultant hereby covenants with the Employer to carry out the works and remedy any defects therein in conformity in all respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Consultant in consideration of the execution and completion of the works and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the contract.In witness whereof the parties hereto have caused this Agreement to be executed on ________ day of ________________ month and year ___________________
Signed, Sealed and Delivered in the presence of:
13
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
Binding Signature of Employer
Binding Signature of Consultant
SECTION IVGENERAL CONDITIONS OF THE CONTRACT
1 LANGUAGE AND LAW
1.1 The language of the contract is English and the law governing the contract is that in force in the NCT of Delhi, India.
2 DEFINITIONS
2.1 “MCD” means the Municipal Corporation of Delhi
2.2 “The Consultant” means the firm or company with whom the Contract is placed.
2.3 “The Consultancy Contract” means the contract between MCD and the Consultant consisting of this Contract and the documents listed therein.
2.4 “The Services” means those activities more particularly defined in Section VI (Term of Reference/Scope of Work) as referred to RfP document.
2.5 “The Contract Price” means the total Contract price to be paid by MCD to the Consultant for the performance of their obligations under this contract.
2.6 “The Contractor” means the Consultant for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi in Delhi.
3 PREVIOUS COMMUNICATIONS
3.1 This Contract constitutes the entire agreement and supersedes all previous commutations between the parties.
4 NOTICE
4.1 Any notification under this Contract shall be served on the party concerned when received by hand delivery, courier delivery, or registered letter at the address given below:
Address : Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,
Opp. A-235, Defence Colony, New Delhi-110003.
Phone : 011-24647311
5 OBLIGATIONS OF THE CONSULTANT
5.1 The Consultant shall perform the services and carry out their obligation hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe and effective equipment, machinery, materials and methods. The consultant shall always act, in respect of any matter relating to this contract or to the Services, as faithful adviser to the MCD, and shall at all times support and safeguard the MCD’s legitimate interests in any dealing with third parties.
14
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
5.2 The consultant has to make arrangement in such a way enabling him to supervise the work of the contractor through out the day and night as it is very likely that work may be carried out during day time as well as during the night. support and safeguard the MCD’s legitimate interests in any dealing with third parties.
6 DELEGATION 6.1 The Executive Engineer (Parking Projects) of the Engineering Department of MCD or any other competent
person appointed by the Employer and notified to the Consultant to act in replacement of the Executive Engineer (Parking Projects), is designated by the Employer to represent the Employer in all dealing with the Consultant concerning the work, including administering the contract, certifying payments due to the Consultant, issuing and valuing variations to the Contract, awarding extensions of time, and valuing the compensation Events.
6.2 The Consultant shall designate in writing to the Employer a representative, to be its authorized representative in all dealings with Employer concerning the work.
7 COMMUNICATIONS
7.1 Communications between parties, which are referred to in the conditions, are effective only when in writing.
8 TIME PERIOD
8.1 The project is scheduled to be completed within a period of 30 months to be reckoned from 10 th day from award of contract.
8.2 When there is an upward revision of time schedule of the project, the consultant shall seek extension of time, well in advance from MCD, bringing out reasons for the revision. MCD has the sole authority to accord extension of time, with or without compensation in favour of MCD.
9 Fees And Payment Terms
9.1 Payment shall be made in Indian Rupees.
9.2 For the performance of the services by the consultant, MCD shall pay the consultant a fee of amount as finalized through the tender. The above fees shall be all-inclusive of all sorts of taxes including service tax etc. as prevalent / in-force from time to time and nothing extra what so ever, shall be paid on this account. The payment of the above fees shall be linked to specific deliverables/milestones as provided in Schedule of Payment section V.
9.3 The consultant shall not be eligible for payment of any extra fees on the price Escalation amount, Mobilization advance amount Material Secured Advance or any other Advance so paid to the Contractor from time to time, Whereas PMC shall process, certify and recommend all such payments to MCD. There shall be no increase in consultancy fee if the main construction work (scope wise /quantity wise) has been exceeded .
10 ACKNOWLEDGEMENT
10.1 The Consultants shall confirm acceptance of the terms of this Contract by signing and returning the duplicate copy enclosed herewith a period of 10 days.
11 PERSONNEL
11.1 The Consultant shall employ the key personnel to carry out the assigned job as stated in the Terms of Reference or such other personnel approved by the Employer. The Employer will approve proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are equal or better than those of the personnel proposed to be replaced.
11.2 If the Employer asks the Consultant to remove any of its or its Subcontractor’s personnel and states his reasons, the Consultants is to ensure that such personnel leaves the Site and has no further connection with the work.
11.3 The Consultants are responsible for all acts and omissions of persona engaged by the Consultants whether or not in the course of performing the services and for the health, safety and security of such
15
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
persons and their property and the Consultant shall indemnify MCD in respect of any claim (including legal cost incurred by MCD in defending such claim) made against MCD.
12 SUBCONTRACTING
12.1 If the Consultant cause any part of the Work to be performed by a Subcontractor, the provisions of this Contractor shall apply to such Subcontractor of his employees as if he or they were employees of the Consultant and the Consultant shall be liable for the work of the Subcontractor. No subcontracting shall be made without the prior written approval of the Employer.
13 SUSPENSION The MCD may, by written notice of suspension to the Consultant, suspend all payments to the Consultant hereunder if consultant fail to perform any of their obligation under this contract, including the carrying out of the services, provided that such notice of suspension (I) shall specify the nature of the failure, and (II) shall request the Consultant to remedy such failure within a period not exceeding ten (10) days after receipt by the consultant of such notice of suspension.
14 CONSULTANT’S RISKS
Except as in clause 15 of this contract, consultant shall be solely responsible for all risks of loss of or damage to physical property and of personnel injury and death which arise during and in consequence of its performance of the Contract.
15 EMPLOYER’S RISKS
The Employer shall be responsible for excepted risks which are (a) insofar as they directly affect the execution of the work in the Employer’s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot, commotion or disorder (under restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste of radioactive toxic explosive.
16 INDEMNITIES
a. Both the parties shall be liable for and indemnify the other Party against losses, expenses and claims for loss or damage to physical property, personnel injury, and death caused by his own acts or omissions.
b. Notwithstanding Clause 15 days, the Consultant shall be solely responsible for and shall indemnify and hold harmless the Employer from and against all claims liabilities and costs of action in respect of injury to or death of any person in the employment of the Consultant or any of its Subcontractors.
c. The Consultant shall indemnify and hold the Employer harmless against all third-party claims of infringement of industrial design or intellectual property rights arising from the use or provision of the works, including and Plant, Construction Documents or Material, or any part thereof.
17 SECURITIES
17.1 A performance security shall be provided to the MCD in accordance with the Instructions to Consultants and shall be issued in a form acceptable to the MCD and denominated in the types and proportions of the currencies in which the Contract Price is payable.
17.2 If there is no reason to call the performance securities, the performance security shall be returned to the Consultant within 28 days of the last Defects Liability Period of one year.
17.3 The MCD shall notify the Consultant of any claim made against the institution issuing the performance security.
17.4 The MCD may claim against the surety if any of the following occurs for 14 days or more:
(a) the Consultant is in breach of the Contract and the MCD has notified him that the is; and
(b) the Consultant has not paid an amount due to the MCD.
16
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
18 CONFIDENTIALITY
18.1The Consultant hereby undertakes to maintain secrecy and confidentiality of the information/documents received by it and knowledge acquired by it from MCD, in the course of performance of the Services. This obligation shall not apply to information in the public domain, already known/deemed to be know to the public or information acquired from a third party or information required to be disclosed to a court or government agency or pursuant to any information to a court or government agency pursuant to such statutory obligation.
18.2 The Consultant and MCD hereby agree and undertake to treat all correspondence exchanged between the Consultant and MCD with regard to the Services as confidential and privileged, unless otherwise agreed to be the Parties.
19 Settlement Of Disputes In case of any dispute, the Chief Engineer of the project will be the final authority to decide the dispute. Office order No. D/167/EE(P)-III/06/ dt. 11.12.06 regarding deletion of arbitration clause from the contractor is applicable.
20 Compensation Clause(i) Recovery from bank guarantee/Performance guarantee/Security/Running payment of
an equivalent amount shall be made for the loss incurred by the MCD, directly or indirectly due to the consultant, and due to breach of contract. Compensation for delay in providing service can be levied and breach of contract on which decision of the deptt. shall be final. The consultant will provide services quickly, so that no delay is caused to execution of main work. In case consultant fails to comply this, the compensation @2.5% per month calculated on daily basis, for the period of delay subject to maximum compensation @10% of the contract price /contractual amount will be levied and same will be recovered from bank guarantee/Performance guarantee/Security/Running payment.
(ii) In addition to above a penalty @ Rs 5000/- per day/ per absence shall be made, if the consultant fails to attend any meeting related to the work without prior permission of MCD.
21 Breach of Contract Any deviation in the time schedule of each activities for pre construction, during construction and post
construction phase will be treated as breach of contract and action as per various contract clause will be taken.
22 Determination of the ContractSubject to other provisions contained in this clause, the engineer-in-charge may, without prejudice to his any other rights or remedy against the consultant in respect of any delay in providing consultancy services/ non-performance any claims for damages and/or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract if any of the following cases.
i) If the consultant has, without reasonable cause, suspended the progress of the work or has failed to proceed with the consultancy work with due diligence so that in the opinion of the Engineer-in- Charge (which shall be final and binding) he will be unable to achieve the desire targets and consultants do not pay attention in this regard so after a notice in writing of seven days from the Engineer-in-Charge.
ii) If the consultant persistently neglects to carry out his obligations under the contract and / or commits default in complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Engineer-in-Charge.
iii) If the consultants shall obtain a contract with MCD as a result of wrong tendering or other non-bonafied methods of competitive tendering.
17
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
iv) If the consultants being an individual, or if a firm, any partner thereof shall at any time be adjudged insolvent or have a receiving order or order for administrative of his estate made against him or shall take any proceedings for liquidation or completion (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors.
v) If the consultants being a company shall pass a resolution or the court shall make an order that the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall arise which entitle the court or the creditor to appoint a receiver or manager or which entitle the court to make winding up order.
vi) If the consultants assigns, transfers, sublets or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire works for any portion thereof without the prior written approval of the Engineer-in-Charge.
vii) If the consultancy is not started by the consultants as per the term of reference as well as not started in the time due to which main project is caused to delay by a period of 1/8 th of the main project period.
viii) If consultant is not doing jobs/duties/supervision under contract with due diligence and fairness, and in case any collusion with contractor/ harassment to contractor is observed by Engineer-in-Charge, decision/observation of whom in this regard will be final and binding. When the consultant has made himself liable for action under any of the cases aforesaid, the Engineer-in-Charge on behalf of the Commissioner, Municipal Corporation of Delhi, shall have powers:
a) To determine or rescind the contract as aforesaid (of which termination or rescission notice in writing to the contractor under the hand of the Engineer-in-charge shall be conclusive evidence). Upon such determination or rescission, the earnest money deposit, security deposit/performance security already recovered under the contract shall be liable to be forfeited and shall be absolutely at the disposal of the Commissioner, Municipal Corporation of Delhi.
b) After giving notice to the consultants to bind up the consultancy job and to take an unexecuted part out of his hands and to give it to another consultant to complete the consultancy job. The consultants, whose contract is determined as above, shall not be allowed to participate in the tendering process for the balance consultancy work.
In the event of above courses being adopted by the Engineer-in-Charge, the consultants shall have no claim to compensation for any loss sustained by him. And in case action is taken under any of the provision aforesaid, the consultants shall not be entitled to recover or be paid any sum for any consultancy work thereof or actually performed under this contract unless and until the Engineer-in-Charge has certified in writing the performance of such consultancy work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified.
23. Any amount due towards consultant whether on account of levy of compensation under above clause 20 or damages under above clause 22 which can not be met from performance guarantee/ bank guarantee /security deposit /amount due to consultant in respect of consultancy work done will be recovered from the consultants amounts due to consultant in respect of other contracts in MCD. In case it is not possible to recover through above means, the recovery suits can be filed in Court of Law in this regard.
24. In case consultant fails to deploy employee /work force as per term and condition of contract then recovery will be made accordingly as per manpower hour basis.
25. The consultant have to appoint the following staff during the progress of main work for executing PMC(i) Team Leader 1no(ii) Architect 1no(iii) Design Consultants (M Tech/ME Structures) 1no(iv) Civil Engineer (B Tech/BE Civil) 2no(v) Electrical Engineer (B Tech/BE Electrical) 1no(vi) Quality Supervisor (B Tech/BE Civil) 2no(vii) Quantity Surveyor 2no.
26. TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR/CONSULTANT
18
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
Without prejudice to any of the rights or remedies under this contract, if the contractor dies, the Engineer-in-charge on behalf of the Commissioner, MCD shall have the option of terminating the contract without compensation to the contractor.
SECTION VPAYMENT SCHEDULE
1 Payment Schedule No advance Payment shall be made. The Consultants shall be paid stage-wise as a percentage of the contract value as per the schedule given below:
19
S.No. Description Payment
1 On Submission of Inception Report. 5%
2 On Submission of Tender Document 10%
3 On Submission of Design Document. 10%
4 Supervision of site, monitoring related to Contract Bills. 75%
Total 100%
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
Consultant shall not be eligible for Payment for the next stage till the satisfaction of the Employer the work of previous stage.2. The Payment for each stage can be released in part on prorata basis at the discretion of the Engineer–in–
Charge or his authorized representative.3. Engineer–in–Charge or his authorized representative can order for reduction /variation in the Scope of
Services which will be paid after suitable appropriation/adjustment based on the conversion of tendered rates for the proposed Consultancy Services.
PART B1.0 Scope of Services
Municipal Corporation of Delhi (MCD) intends to construct underground multilevel at various sites in Delhi to meet the needs of parking requirement around various markets /commercial laces/historical/tourist places for smooth movement of traffic as requirement laid in M.P.D. 2021 to fulfill this requirement certain parks have been identified for this purpose. So the underground multivalve car parking needs to be constructed at ground level that park shall be redeveloped and maintained for public utility and keeping environment green and healthier the project cost assessed at around Rs 1553 Crores.
In this context, MCD intends to hire the services of a Project Management Consultant to provide consultancy services for providing consultancy services for construction of underground multilevel car parking at various sites in Delhi shall cover but not limited to the following major tasks defined as below :-
i. To carry out topographic survey and prepare layout plan indicating the location of all existing utility services and plan for their relocation, trees to be felled and planted. The detailed field surveys shall be carried out using high precision instruments i.e. total station or equivalent . The data from the topographic surveys shall be available in (x, y, z) format for use in a sophisticated digital terrain model (DTM), including preparation of key plan.
ii. To prepare detailed architectural, traffic management drags with the view of optimum utilization of space, structural design, geometrical design Mechanical ventilation, firefighting system /sprinklers as well as wetriser system, smoke evacuation during fire, up flow down flow ramps, to develop the park at ground level above
20
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
parking structures, water harvesting system arrangement, drainage system, boundary wall, exit and entry gate, drinking and raw water system and other ancillaries of parking areas etc. any other statutory requirement further the BOQ as per the scheduled item of DSR, market rate items based on the above scope shall be submitted.
iii. The tender document for execution work shall be prepared out of one of the two alternatives as will be approved by the Employer.
iv. To prepare drainage design showing location of turnouts, out fall structures.v. To design entire electrical system comprising of L.T/HT system, security system, lighting system elevetors (both
for passenger as well vehicles), fire detection system, public address system, access control system, LED based signage’s and display system and allied automation control system on digital panel electrical arrangement i.e. lift, LED etc. for the entire project.
vi. To carryout , structural/geometrical design, and drawing of any other component related with this work but not specifically mentioned above and to do modification in structural design and drawing of the member, if required by the Employer as per site requirement/suggestions of the proof consultant. The decision of Engineer – in- Charge or his authorized representative in this regard shall be final and binding on the Consultant.
vii. To design entire system comprising of all such requirement such as intelligence vehicle access control system (IVACS), parking lot signal, bay guidance system, necessary lighting arrangements following the all design standards such as disability glare, foot candle, full cut of type fixture, horizontal luminance light tresspas, applied, uniformity ratio (U.R.O)
viii. To prepare ‘good for construction’ drawings for implementation of project and to provide more detail drawings, if required, by the Employer. The pattern of submitting drawing shall be decided by the Engineer – in- Charge or his authorized representative. Initially consultant were submit three sets of design and drawings in hard forms and one set in soft form. There after six sets of finally approved design and drawing in hard form an two in soft form. The Consultant shall submit any additional set of drawing and design calculations in the required no. of copies as may be required by the Employer.
ix. The consultant shall tender necessary assistance in getting the design and drawings approved from the Proof Consultants i.e. diferent I.I.T. It will be the responsibility of the Consultant to get the designs and drawings approved from the proof consultant. The Consultant shall furnish all the relevant supporting documents, additional design calculations required by the Proof Consultant. The cost of getting the design approved from the proof consultant shall be borne by the consultant.
x. Tender document should contain all these clause in the detailed project, The aspects of Value Engineering, Quality Audit and Safety Audit. The Quality Audit of the report shall be got carried out from the Quality Auditor to be approved by the Employer and the cost shall be borne by the Consultant. The Value Engineering exercise will be carried out through an Expert and standard principle of Value Engineering exercise shall be followed and Workshops shall be held. The cost of these exercises shall be borne by the Consultant.
xi. To provide documentation for good practices for maintenance of all the component of project.xii. To provide plan for the smooth movement of traffic at the time of execution of the project without causing undue
hindrance to movement of traffic.xiii. Consultant shall obtain all types of necessary clearances required for implementation of the project on the
ground from the statutory bodies/concerned agencies as per requirement.xiv. To attend prebid meeting with the intending tenderers and provide clarifications on points other than commercial
clarification raised by tenderers and to prepare corrigendum and clarification document, if any, in consultation with the Employer after pre-bid meeting.
21
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
xv. To provide every assistance, guidance and advice in general to the Engineer – in- Charge or his authorized representative on any matter concerning all aspects of the project including checking of designs and drawings of formwork, stageing, temporary works etc submitted by the construction contractor.
xvi. To identify sources of construction materials and vendors list;xvii. To provide design for suitable traffic safety features and road furniture including traffic signals,
signs, markings, overhead sign boards, delineators etc. environmental example air quality management within out side or proposed. Emergency evacuation plan, movement plan.
xviii. The consultant will help in evaluation of tender, prepare justification of rates and extend full support in selection of bidder.
xix. To attend negotiation meeting with the contractor and provide all assistance in award of the main workxx. Project Management Consultant shall be to carry out all such duties, which are essential for effective
implementation of the construction contract, as mentioned in, but not limited to the following:-1. Scrutiny of the construction program submitted by the contractors including offering comments on the same
and further recommendations to the employer/engineer-in-charge for his approval. Consultant shall prepare design / re-design structural as well as geometrical features of component of project in case need arises in this regard.
2 To scrutinize the documents/invoices of material procurement and to get the mandatory testing of materials /items as per relevant specification /norms. To prepare various records such as MAS (material at site account), cement register, bitumen register, hindrance register, mandatory test register, steel register, road roller register and other records required as per specifications/norms.
3 To give clarifications on contractor’s queries pertaining to the interpretation of drawings/ design, specifications and other contractual matters. Interaction / Co-ordination with Structural/Geometrical consultant (if any) for timely receipt of drawings and other inputs,
4. Day to day supervision of the contractor’s works to be in accordance with the drawings, specifications, scope etc as regards to quantity and quality.
5 Day to day monitoring of materials procured for works by the contractors, check for their conformity to meet the contractual requirements.
4. Ensure contractor’s conformance to the set out construction procedures, safety norms and practices, statutory obligations, and every other obligation to be met by him under the contract for its proper fulfillment.
5. To submit the report of feasibility for sub letting of any part of the works/ assignment to MCD and maintain regular correspondence with all the contractors in the project on all matters for achieving proper contract management practices .
6. Interpretation and evaluation of contractor’s claims towards extra items of works and other contractual matters including forwarding the recommendations to MCD.
7. Evaluation of the causes for delays in the completion of works if any, assign the reason, source of responsibility for the same including the quantum of such delays and forwarding the recommendations to MCD in this regard. MCD will not bound to accept the recommendation of consultant
8. To make independent measurement and check all quantity measurement and calculations required for payment purpose.
9. Evaluate the progress of the contractor’s works with respect to the milestones set in the contract and submit report to MCD in this regard.
10. Co-ordinate the activities of the various agencies in the project to ensure proper availability of scope and fronts to them in accordance with approved construction schedule.
11. Co-ordinate with the Structural/Geometrical Consultant (if any) in accordance with the construction schedule/contract.
12. To review the progress and decide on action plans as required including preparation the minutes of meeting held in this regard.
13. Submit detailed monthly progress reports of the works of various agencies to MCD including remarks on the same.
14. Assisting MCD in respect of all matters concerning resolution of disputes between MCD and the contractor, including partaking in such proceedings as and when called upon to do so.
15. Ensure and check the “As built” drawings submitted by the contractors for their correctness and accuracy. 16. Assist MCD in providing clarifications/explanations to observations made, from time to time by the auditors.17. Direct the contractors to carryout all such works or to do all such things as may be necessary in his opinion
to avoid or reduce the risk in case of any emergency affecting the safety of life or of the works or of adjoining properly and to advise MCD thereof as soon thereafter as is reasonably practicable.
22
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
18. Maintenance of project diary containing all the details/events pertaining to the administration of the contract, requests forms and orders given to the contractors and any other information which may at a later date be of assistance in resolving queries / disputes which may arise then.
19. Submission of cash flow statement to MCD based on the agreed construction schedule and progress of works.
20. Complete construction management services includes day-to-day supervision, management of overall and intermediate scheduled, weekly, monthly meetings, physical inspection, day-to-day approvals and certification of invoices.
21. To carryout testing of materials and completed item as per requirement of the specification/ as per direction of Engineer- in- charge in the field lab which will be provided by the contractor during the execution of work and submit report to MCD in this regard. To do sampling of material/ completed items etc., for getting testing the same from the lab other than MCD lab as per direction of Engineer-in-Charge. To collect such testing reports timely and to submit to Engineer –in- Charge well in time.
22. After checking the monthly abstract bill, the PMC will submit the same to the MCD along with statements and test reports as per contractual provisions with following details:-
1. Safety and Environment aspects are being followed by the contractor as per contractual conditions and have been scrutinized by PMC.
1 The entire technical requirement i.e., technical tests have been got completed and quality of work is according to specifications give in the Contract/agreement.
2 The progressive expenditure of the instant bill is within the contractual amount.3 Test results/reports are as per specifications.
4 Contract Labour Act and Rules as per Contract are strictly followed by the contractor and there is no labour dispute at site.
5 The contractor has accepted the bill.
xxi. Reporting requirementThe consultant will prepare and submit the following reports as indicated in the table to the MCD on the format prepared by the Consultant and as approved by the MCD.
S.No. Desctender documentation No. of Copies per volumes/sets
1. Daily Progress Report 52. Weekly Progress Report 53. Monthly progress report 54. Quarterly progress report 55. Supervision Manual 56. Training report 87. Engineering Report 5
23
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
8. O&M Manual 59. Sectional Completion Report 510. Final Completion Report 10
Daily ReportThe consultant will prepare daily progress report for the work executed on each and every day and submit the same to Engineer-in-Charge mentioning therein problems in countered and solution of those.
Weekly ReportThe consultant will prepare weekly abstract of the daily reports and submit the same to the Engineer-in-Charge on the 1st day of every week mentioning the targets and achievements of that week. In case there is any short fall in the achievements the consultant will suggest remedial measures for the same and implement the same under approval of Engineer-in-Charge for achieving the desired targets.
Monthly ReportsThe consultants will, not later the 7 th of each month, prepare a brief progress report summarizing the work accomplished by the supervision team for the preceding month. The report will outline all the problems encountered (administrative, technical or Financial) and give recommendations on how these problems may be overcome. The report should record the status of payment of contractors monthly certificates, of all claim for cost or time extensions, and of action required of MCD and the other agencies to permit unconstrained works implementations.
Quarterly Progress Report
The consultants will prepare a comprehensive report summarizing all activities under the services at the end of each quarter, and also at times when considered warranted by either the consultant or the MCD because of delay of the construction works or because of the occurrence of technical or contractual difficulties. Such reports shall summary (i) the activities of the consultant (ii) the progress of contract (iii) all contract variation and change orders (iv) The status of Contractors claim, if any: etc. and will include brief desctender documentstion of the technical and contractual problems being encountered, physical and financial progress on approved formats, financial, status of the contract as a whole consisting of the cost incurred, and cost forecast as well as financial plan and the other relevant information for the ongoing contractors. The consultant shall also prepare and submit the following reports time to time to the MCD.
1. Supervision Manual2. Training Report3. Engineering Reports And4. O&M Manual
Sectional and Final Completion Reports
The consultant will prepare a comprehensive final completion report for each defined section of the construction contract, after such section reaches a stage of substantial completion during the period of the services. These reports must be submitted immediately after the completion of the work by the contractor and before taking over of such section by the MCD. The report shall incorporate summary of the method of construction, the construction supervision performed, certified as-built construction drawings, problems encountered & solutions undertaken thereon and recommendations for future projects of similar nature to be undertaken by MCD. The consultant will then summaries and consolidate in a single report, the key information from each sectional completion reports to prepare the final completion report for the entire construction package.
Above said jobs/duties/supervision is subject to final decision /discretion of Engineer-in-Charge and consultant will perform all above duties/tasks/jobs with due diligence and fairness, in case any collusion with contractor/ harassment to contractor by the consultant is observed by Engineer-in-Charge, decision/observation of whom in this regard will be final and binding, then report/recommendation of consultant will have no bearing on MCD / Deptt. and it will be at the liberty to take punitive action against the consultant in accordance with contract /term of reference /enlistment rules/prevailing law.
24
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
SECTION-VII
TECHNICAL BID SUBMISSION FORMAT
The technical bid shall consist of the following documents:
1 Structure and organization of the firm with complete details as per Annexure-A.
2 Financial details / information as per Annexure – B.
3 Details of Road/structural works completed in the last five years as Project Management Consultants as per Annexure – C.
4 Details of all project underway or awarded as Project Management Consultants as per Annexure – D.
5 Performance on Completed or ongoing works shall be furnished as per Annexure – E.
6 Details of Technical and Administrative / Management Personnel as per Annexure – F.
7 Covering letter from tenderer detailing various considerations in the tender without disclosing financial bid.
8 Registration of the Firm.
9 Duly executed copy power of attorney in original along with its two certified copy in the name of tenderer authorized representative to act on behalf of tenderer in case of firm of partnership etc.
10 Document in support of payment of Earnest Money.
11 Reference to or copy of detailed text / literature if any, which might have been followed by the tenderer while making his proposal.
11 Details of infrastructure including software etc.
12 Anti collusion certificate as per Annexure- G.
25
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
SECTION – VIII
FINANCIAL BID SUBMISSION FORMAT The Financial bid shall consist of the following documents:
1. Letter of Acknowledgement for receiving the tender document.
2. Price schedule for the Project Management Consultancy.
3. Price break-up for the Project Management Consultancy.
26
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
TENDER FORM PRICE SCHEDULE AND PRICE BREAKUP
Date:
Contract No. :TO:
Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,Opp. A-235, Defence Colony, New Delhi-110003.
Sir,
Having examined the tender documents, the receipt of which is hereby duly acknowledged, I/We the undersigned offer to carry out Project Management Consultancy for WORK OF THE WORK OF CONSTRUCTION OF MULTILEVEL UNDERGROUND CAR PARKING AT Chirag Delhi village near BRT Corridor, as per the financial bid attached.
I/We undertake, if our Tender is accepted, to commence the operation within _______days calculated from the date of receipt of your Letter of Intent/Notification of Award of Contract.
I/We agree to abide by this proposal for a period of 180 day from the date fixed for Tender opening under (Clause 6 of the Instructions to bidders) and it shall remain binding upon us and may be accepted at any time before the expiration of the period.
Until a formal contract is prepared and executed, this proposal, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us.
Dated this ………………………………….. day of …………………………………200………………………….
SEAL OF COMPANY ………………………………………………
Signature
……………………………..(in the Capacity of)
Duly Authorized to Signature on behalf of
PRICE SCHEDULE
PROJECT MANAGEMENT CONSULTANCYFOR
THE WORK OF CONSTRUCTION OF MULTILEVEL UNDERGROUND CAR PARKING AT Chirag Delhi village near BRT Corridor.
S.No DESCRIPTION Total Charges (in figure)In Rupees
1 Service Charges for providing complete Project Management Consultancy services for the complete work as per terms & condition of contract.
Rate to be quoted.
27
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
Total
Note: 1. The quoted price inclusive of all applicable taxes.2. The rates to be quoted both in figures and words.3. The rates mentioned in words shall be considered in case of any difference.
Signature …………………………………………….
Designation ………………………………………….
Date …………………………………………………..
PRICE BREAKUP
Sr. No. Desctender Documentation Man hours Amount payable (In Rs.)
1 Professional Staff
2 Supporting Staff
3 Report preparation and Documentation
Lump sum
4 Conveyance and other miscellaneous expenses
Lump sum
Signature ………………………………………
Designation ……………………………….......
Date……………………………………………….
28
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
STAFF INPUTS AND FEE RATES
Name Description No. of Days Per Diem Cost in Rs.
Total
29
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
ANNEXURE – ‘A’
STRUCTURE AND ORGANISATION
1. Name and address of the Firm
2. Telephone No./Telex No./ Fax No./E-mail ID
3. Legal status attach copies of :a) Article / Memorandum of Associationb) Power of Attorney
4. Particulars of registration with variousGovernment bodies (Attach attested photocopy) :
b) Registered Number.c) Organisation / place of registration
5. Bio-data (Curriculum Vitae) of working headsDeployed by the Applicant/firm:
(AUTHORISED SIGNATORY)
ANNEXURE ‘B’
FINANCIAL INFORMATION
Financial Analysis – Details to be furnished duly supported by figure in Balance Sheet / Profit & Loss Account for the last three years duly certified by the Charted Accountant as submitted by the Firm to the Income Tax Department (copies to be attached).
Name of Firm:30
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
S. NO. DESCRIPTION YEAR08-09 07-08 06-07
i) Gross Annual turnover in construction works including cost of salaries also.
ii) Profit / Lossiii) Financial Position :-
a) Cashb) Current Assetsc) Current Liabilitiesd) Working Capitale) Current Ratio Current Liabilities (b/c).f) Acid Test Ratiog) Quick Assets / Current Liabilities (a/c).
(Income Tax Clearance Certificate)
(AUTHORISED SIGNATORY)
31
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
ANNEXURE – ‘C’
DETAILS OF ALL WORKS ( MULTI LEVEL CAR PARKING, BASEMENT WORKS, MULTI STORY BUILDING WORKS, UNDERGROUND WATER RETAINING STRUCTURES AND DAMS ETC.) COMPLETED AS PMC DURING THE LAST SEVEN YEARS
Name of Firm:
S.NO NAME OFPROJECT
COST OF WORK IN CRORES
DATE OF START AS
PER CONTRACT
STIPULATED DATE
OFCOMPLETION
ACTUAL DATEOF
COMPLETION
NAME OF OWNER /SPONSORING
ORGANISATION
NAME, ADDRESS &TELEPHONE
NO OFFICERTO
WHOM REFERENCE
MAY BE MADE
DETAILS OFSALIENT
FEATURES OF THE
PROJECT
REMARKS / DISPUTE DETAILS
WITH EMPLOYER.
1 2 3 4 5 6 7 8 9 10
(AUTHORISED SIGNATORY)
ANNEXURE – ‘D’
PROJECT UNDERWAY OR AWARDED AS PMC
Name of Firm:
32
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
S.NONAME OFPROJECT
AND LOCATION
OWNER OFSPONSORING
ORGANISATIONCOST OF WORK
DATE OF COMMENCEMENT
AS PERCONTRACTOR
STIPULATED DATE OF
COMPLETION
UPTO DATE PROGRESS OF
WORKS FINANCIAL / PHYSICAL
NAME, ADDRESS &TELEPHONE OF OFFICER
TOWHOM
REFERENCEMAY BE MADE
DETAILS OFSALIENT
FEATURES OF THE
PROJECT
1 2 3 4 5 6 7 8 9
(AUTHORISED SIGNATORY)
ANNEXURE – ‘E’
PERFORMANCE ON COMPLETED WORKS OR ONGOING WORKS AS PMC WHERE PROGRESS IS RS. 10 CRORES OF MORE DURING LAST SEVEN YEARS
1. Name of the Agency2. Name of work/project and location3. Agreement No.4. Estimated Cost5. Tendered Amount6. Gross Value of work done till date7. Date of Start8. Date of completion and present progress (%)
i Stipulated date of completionii Actual / Anticipated date of completion.
33
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
iii Present Progress (For ongoing works)Financial / Physical
9. Performance Report
(i) Quality of work very Good/Good/Fair/Poor
10. Whether the agency has gone for Litigation/Arbitration against the client.11. Whether the client has gone for Litigation/Arbitration against the agency.
Superintending Engineer/Chief Project Manager or equivalent
ANNEXURE – ‘F’
DETAILS OF TECHNICAL AND ADMINISTRATIVE /MANAGEMENT PERSONAL
Name of work:
S.NO NAME OFPERSONNEL DESIGNATION
EDUCATIONAL /PROFESSIONALQUALIFICATION
TOTALEXPERIENCE
I/C DETAILS OFWORKS
CARRIED OUT
DATE SINCE
WORKINGWITH THE
FIRM
TYPE OFPROJECTSHANDLED
HOW WOULDBE
INVOLVEDWITH THISPROJECT
REMARKS
(AUTHORISED SIGNATORY)
34
RFP for PMC for Providing Consultancy Services for construction of underground multilevel car parking at Chirag Delhi.
ANNEXURE – ‘G’
FORMAT FOR ANTI – COLLUSION CERTIFICATE
Anti – Collusion Certificate
We hereby certify and confirm that in the preparation and submission of our bid for the proposals, 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 or will offer any illegal gratification in cash or kind to any person or agency in connection with instant Proposal.
Date this ______________________ Day of ____________________________2010.
__________________________________________(Name of the Bidder)
__________________________________________(Signature of the Authorized Person)
_________________________________________ (Name of the Authorized Person)Note:1. This Annexure should be presented on the letterhead of the Bidder
35
TENDER FORM : (NOT FOR SALE)
NAME OF WORK: - PROJECT MANAGEMENT CONSULTANCY FOR WORK OF construction of multilevel under ground car parking at Chirag Delhi village near BRT Corridor.
TENDER AMOUNT : - Item Rate
EARNEST MONEY : - RS. 2.85 LACS
TIME OF COMPLETION : - 30 Months & extended period if any till the completion of main project
C.E-VII S.E (PR.) VII
E.E (PR.) C-II A.E J.E
DOCUMENT CONTROL SHEET
NAME OF WORK: - PROJECT MANAGEMENT CONSULTANCY FOR WORK OF construction of multilevel under ground car parking at Chirag Delhi village near BRT Corridor.
Tender Document No D/EE(PPr.) /2009-10/dated
Name of the Agency
Date of issue
Last Date & Time for Receipt of RFP ………………….. upto 15:00 hrs.
Address for Communication Executive Engineer (Parking Projects),Under Bhisham Pitamah Flyover, Sewa Nagar,Opp. A-235, Defence Colony, New Delhi-110003.
NOTE: This tender Document is not transferable.
NAME OF WORK: - PROJECT MANAGEMENT CONSULTANCY FOR WORK OF construction of multilevel under ground car parking at Chirag Delhi village near BRT Corridor.
S.No. Item Amount1. PROJECT MANAGEMENT CONSULTANCY FOR
COMPLETE WORK AS PER RFP DOCUMENTTo be tendered by the Consultant