30
REQU Commissioning a Maintenance (O& Municip UEST FOR PROPOSAL FΟR and Comprehensive Operati &M) of 20 Decentralized Mini Gurgaon pal Corporation Gurgaon July 2016 ion and i STP’s in

Commissioning and Comprehensive Operation and Maintenance ...mcg.etenders.in/tpoimages/mcg/tender/Tender3175.pdf · Commissioning and Comprehensive Operation and Maintenance (O

  • Upload
    dodieu

  • View
    220

  • Download
    1

Embed Size (px)

Citation preview

REQUEST FOR PROPOSAL

FΟR

Commissioning and Comprehensive Operation andMaintenance (O&M) of 20 Decentralized Mini STP’s in

Gurgaon

Municipal Corporation Gurgaon

July 2016

REQUEST FOR PROPOSAL

FΟR

Commissioning and Comprehensive Operation andMaintenance (O&M) of 20 Decentralized Mini STP’s in

Gurgaon

Municipal Corporation Gurgaon

July 2016

REQUEST FOR PROPOSAL

FΟR

Commissioning and Comprehensive Operation andMaintenance (O&M) of 20 Decentralized Mini STP’s in

Gurgaon

Municipal Corporation Gurgaon

July 2016

2

Contents of RFP

S. No. Content Page No

1 Introduction 3

2 Scope of Work 4

3 General Instruction to Bidders 10

4 Eligibility Criteria & Criteria for Evaluation 22

5 Terms & Conditions 25

6 Additional Conditions 26

7 Format for Technical Bid 29

8 Enclosure List 31

9 Schedule of Quantities 32

10 Format for Bank Guarantee for Bid Security 33

3

1. INTRODUCTION

Gurgaon is located 30 km south of national capital New Delhi, about 10 kilometers fromDwarka sub-city and 268 km south of Chandigarh, the state capital. Over the past 25years the city has undergone rapid development and construction. Gurgaon is one ofDelhi's four major satellite cities and is part of the National Capital Region. It is withincommuting distance of Delhi via an expressway and Delhi Metro. Gurgaon is thesecond largest city in the Indian State of Haryana and is the industrial and financialcenter of Haryana. It has the 3rd highest per capita income in India after Chandigarhand Mumbai. Gurgaon is also the only Indian city to have successfully distributedelectricity connections to all its households. It is also the IT hub & centre of various BPOcompanies.

Municipal Corporation Gurgaon (MCG)’s main responsibilities are – Providing basic civic amenities To manage its own assets and collection of Property Tax Building Regulation Registration of Birth and Death Construction, and maintenance of municipal markets and regulation of trades Sanitation & Public Health Maintenance of public parks, gardens or recreational centres

Swachh Bharat Mission was launched by the Hon’ble Prime Minister of India with anaim of addressing the unsanitary conditions existent in various parts of the countrythus effective management of household and commercial waste water and sewagegeneration is being taken as a challenge globally in terms of an economic opportunityrather than a liability.

In this regard Municipal Corporation, Gurgaon seeks to be a pioneer bycommissioning of 20 Decentralized Mini STP’s that should set the trend for furtheradoption of this technology across Haryana and India.

4

Scope of the Work.The residents of Gurgaon often face an acute shortage of drinking and fresh water for domesticuse, water tables have been falling and groundwater is being overused. Over the period of 2-3years, the fresh water supply has reduced by 25-30% and the field & gardens are getting driedup for want of available water.Water is a scare resource, water treatment provides usable water for domestic, agriculture andIndustrial purpose, helps to conserve and enhance water quality and quantity, in addition itprevents degeneration of our water sources of surface and ground, technologies today provideimpressive water quality at competitive costs without contributing to global warming.Drinking quality water for human consumption is scare and should not be used in activities likegardening / horticulture / car washing / floor washing etc. For such activities waste water can beused for reuse, by treatment of domestic sewage / municipal sewage. Large sewage treatmentplants for Municipalities require large areas and have significant power requirements along withneed of skilled manpower to run them. Decentralized STP’s built near the source of Sewageeffluent generation will require smaller space and will save on the transportation cost to centralsewage treatment plant and the distribution of treated water back to the user area for reuse.Public Sewer connected to collection / transfer tank from where pumping main leads it to the

large Centralized STP. It is proposed to connect the sewage transfer line to the decentralizedSTP by taking a tapping through valve to feeding distribution trench ( through V- notch box).After of the sewerage water entering the decentralized STP, the process of purification of waterstarts. The treated water which comes out of the STP will be in the parks used for maintenanceof Horticulture works.

The technologies to be used for treating water at micro STP.

1. Root zone treatment.2. Sustainable Microbial Anaerobic Reactor technology.3. Rotating biological contractor (RBC).4. Sequencing batch reactor (SBR).5. Moving bed biofilm reaction (MBBR).6. Membrane Bio reactor (MBR).

Effluent discharged standards for STP to be maintained by agency fortreated water.

S.No. Parameters Parameters limit1. PH 6.5-9.02. BOD (mg/l) Not more than 1003. COD (mg/l) Not more than 2504. TSS (mg/l) Not more than 2005. Fecal Coliform (MPN/100ml) Less than 1006. Oil & Grass 10 mg/l

(i) All values in mg/l except for ph & coliform.

5

LOCATIONS AND CAPACITY OF STP

S.NO. LOCATION

UNITS(30 KLD)

CAPACITYEACH

COMMENTS

1 Leisure Valley 2

2 Biodiversity Park 2

3 Civil Lines 1

4 Sector 10A Park 1

5 Sukhrali Pond 1

6 Sirhaul Green Belt 1

7 Sector 15 A Green Belt 2

8 Sector 4, Gymkhana Club 1

9 Sector 4 Park 1

10 Sector 4, Bal Bhawan 1

11 Sector 56 Park 1

12 Sector 23A Park 2

13 Sector 45 Park 1

14 Sector 22 Nursery 1

15 Sector 44 Park 1

16 Sector 46 Park 1

6

3. A. General Instruction to Bidders

3.1 Number of Proposals

Each Bidder shall submit only one Proposal in respect of the work in response to thisRFP. Any Bidder, who submits more than one Proposal in respect of the subject work,will be disqualified for this work.

3.2 Proposal Preparation Cost

3.2.1 The Bidder shall bear the costs incurred by it during preparation of its Proposaland its participation in the bidding process. MCG shall not be responsible or in anymanner be liable for such costs, regardless of the conduct or outcome of the biddingprocess.

3.2.2 Bidders may carry out Site visits/inspections at their cost.

3.2.3 It is desirable that each Bidder submits its Proposal after visiting the site.

3.3.1. It would be deemed that before 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 MCG; and

c. made a complete and careful examination of the various aspects of the Work

including but not limited to:

i. existing facilities and structures,

ii. the conditions of the access roads and utilities in the vicinity of theworkarea.

iii. Conditions affecting transportation, access, disposal, handling andstorageof materials.

iv. all other matters that might affect the Bidder's performance under theterms of this RFP document.

3.3.2. MCG shall not be liable for any mistake, error or omission on the part of theBidder inrespect of the above or otherwise.

7

3.3 Right to Accept or Reject any of the Proposals

Without prejudice to whatsoever is contained in this RFP, MCG reserves the right toaccept or reject any Proposal or to annul the bidding process or reject all Proposals,atany time without any liability or any obligation for such rejection or annulment, withoutassigning any reasons.

MCG reserves the right to reject any Proposal if

а. At any time, a material misrepresentation and/ or concealment of any facts/

materials are made or discovered, or

b. The Bidder does not respond promptly and diligently to requestsforsupplemental information required for the evaluation of the Proposal.

Rejection of the Proposal by MCG as aforesaid would lead to the disqualification of theBidder for this RFP. If such disqualifications rejection occurs after the bids have beenopened and the best bidder gets disqualified/ rejected, then MCG 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 MCG,

including annulment of the bidding process.

Bidder is expected to make his own estimates of cost before submitting their Proposals.No Claim shall be entertained in this regard at any stage.

B. DΕΤΑΙLS ΤΟ ΑCCΟΜΡΑΝΥ RFΡ

3.4Technical Proposal

The Bidder shall submit the following along with the Proposal in sufficient details toenable evaluation of the work and ability to execute it within the time specified.

3.5Organizational Structure during Implementation and Operation

The Bidder shall submit their proposed organizational structure during Implementation,operation and maintenance stages commensurate with targeted Work Completion

8

Schedule, which will form the basis of Employment Schedule. The Bidder shall alsoenclose CV's of the key persons including tasks assigned to them. Nosubletting/outsourcing of the O&M will be allowed. If at any stage MCG found that theworkhas been subletted/outsourced, MCG shall have the right to terminate the contractwith immediate effect and forfeit the Performance Security.

3.6Implementation Schedule

The contractor will have to start the construction as stipulated in the schedule in MCGareas within thirty days from the signing of the contract.

3.7Operation Schedule

The operational schedule in accordance with the O&M Schedule of RFP will consist ofthe procedures and practices to be followed in keeping the facility in working condition&the processes followed for operations.

3.8Deviation

Bidders may note that MCG will not entertain any deviations to the RFP at the time ofsubmission of the Proposal or thereafter. The Proposal to be submitted by the Bidderswould have to be unconditional and unqualified The Bidders would bedeemed to haveaccepted all terms and conditions of the RFP with all its contents including theAgreement which will be signed by the successful Bidder after the award of Work.

3.9Amendment of RFP

At any time prior to the Proposal Due Date, MCG 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.

Any Addendum thus issued will be sent in writing to all those who have been issued theRFP Document by MCG and it shall be sent by courier/Registered Post at the addressprovided for communication to MCG or by fax or by email. Bidders shall promptlyacknowledge receipt thereof to MCG. The amendment will also be available on

9

MCGwebsite.

In order to provide the Bidders a reasonable time to examine the Addendum, or for anyother reason, MCG may, at its sole discretion, extend the Proposal Due Date.

3.10Clarifications

A prospective Bidder requiring any clarification on the RFP document may notify MCGin writing. The Bidders should send in their queries latest by the Last date of receivingqueries as set out for this purpose Schedule of Bidding Process. MCG would endeavorto respond to the queries by the date mentioned in the Schedule of Bidding Process.The responses will be sent by fax / couriers email. MCG will forward its responses, at itssole discretion, to all Bidders to whom RFP Document has been issued, which wouldinclude a description of the enquiry and the response of MCG without identifying thesource of the enquiry.

3.11Language and Currency

The Proposal and all related correspondence and documents should be written inEnglish. Supporting documents and printed literature furnished by Bidder with theProposal may be in any other language provided that they are accompanied byappropriate translations of the pertinent passages in the English language. Supportingmaterials, which are not translated into English, may not be considered. For the purposeof interpretation and evaluation of the Proposal, the English language translation shallprevail. The currency for the purpose of the Proposal shall be the Indian National Rupee(INR).

3.12Bid Security

The Proposal needs to be accompanied by bid security. The Bid Security shall be keptvalid throughout the Proposal Validity Period and would need to be extended, if sorequired by MCG, for any extension in Proposal Validity period.

The Bid Security should be of INR 2 Lakhs (Rupees Two Lakhs only) and shall be in theform of a Demand Draft or a Bank Guarantee in favour of The Commissioner, MunicipalCorporation Gurgaon, issued by any scheduled bank in India, payable at Gurgaon asperformat enclosed at Appendix D.

10

The Bid Security shall be returned to the unsuccessful Bidders within a period of One(1) week from the date of announcement of the Successful Bidder. The Bid Securitysubmitted by the Successful Bidder shall be released upon signing of the ConcessionAgreement and upon furnishing the Performance Security.

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 beforethe issue of letter of acceptance, whichever is earlier, or makes anymodificationin the terms and conditions of the bid which are not acceptable to thedepartment, then the MCG shall, without prejudice to any other right or remedy,be at liberty to forfeit 50% of the bid security absolutely. This provision wouldnaturally apply only to the lowest bidder once the bid security of all the biddersexcept those of the lowest is refunded as per provisions,

b. If bidder fails to furnish the prescribed performance security within theprescribed period the bid security is absolutely forfeited by the MCGautomatically without any notice;

c. In case of forfeiture of bid security as prescribed in a & b above, the biddershallnot be allowed to participate in the rebidding process of the work.

3.13 Validity of Proposal

The Proposal shall indicate that it would remain valid for a period not less than 90(Ninety) days from the Proposal Due Date ("Proposal Validity Period") in the format setout in RFP, MCG reserves the right to reject any Proposal, which does not meet thesaid requirement.

3.14 Extension of Validity of Proposal

In exceptional circumstances, prior to expiry of the original Proposal Validity Period,MCG may request Bidders to extend the Proposal Validity Period for a specifiedadditional period.

A Bidder may refuse the request without forfeiting its Bid Security. A Bidder agreedtothe request will not be allowed to modify its Proposal.

11

3.15 Format and Signing of Proposal

Bidders would provide all the information as per this RFP and in the specified format.MCG would evaluate only those Proposals that are received in the required format andcomplete in all respects.

(a) If the bidder is an individual, the application shall be signed by him/her abovehis/herfully type written name and current address.

(b) If the bidder is a proprietary firm, the application shall be signed by the proprietorabove 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 thepartners of the firm above their full typewritten names and current addresses, oralternatively, by a partner holding power of attorney for the firm. In the later case acertified copy of the power of attorney should accompany the application. In both casesa certified copy of the partnership deed and current address of all the partners of thefirm should accompany the application.

(d) If the bidder is a limited company or a corporation, the application shall be signed bya duly authorized person holding power of attorney for signing the applicationaccompanied by a copy of the power of attorney. The bidder should also furnish a copyof the Memorandum of Articles of Association duly attested by a Public Notary.

The Bidder shall submit the Proposal through e-tender in Technical Bid and theFinancialBid. All the financial documents shall be duly authenticated by Chartered Accountant.

3.16 Proposal Due Date

Proposals shall be submitted through e-tender before 1500 hours IST on theProposedDue Date mentioned in Schedule of Bidding Process.

MCG may, in exceptional circumstances, and at its sole discretion, extend the ProposalDue Date by issuing an Addendum in accordance with uniformly for all Bidders.

3.17 Late Proposals

Any Proposal received by MCG after the specified time and Proposal Due Date asprovided in RFP will not be opened.

12

3.18 Pre-Bid Meeting

To clarify and discuss issues with respect to the work and the RFP, MCG may holdPre-Bid Meeting(s).

Prior to the Pre-Bid Meeting(s), the Bidders may submit a list of queries and proposedeviations, if any, to the Work requirements and/or the Concession Agreement. Biddersmust formulate their queries and forward the same to MCG as per Schedule of BiddingProcess one day prior to the meeting. MCG may, in its sole discretion or based oninputs provided by Bidders that it considers acceptable, amend the RFP.

Bidders may note that MCG will not entertain any deviations to the RFP at the time ofsubmission of the Proposal or thereafter. The Proposal to be submitted by the Bidderswould have to be unconditional and unqualified and the Bidders would be deemed tohave accepted the terms and conditions of the RFP with all its contents including theDraft Concession Agreement. Any conditional Proposal shall be regarded asnonresponsive and would be liable for rejection.

MCG will endeavor to hold the Pre-Bid Meeting as per Schedule of BiddingProcess. Thedetails of the meeting will be separately communicated to the Bidders.Attendance of theBidders at the Pre-Bid Meeting is not mandatory. However, subsequent to the meeting,MCG may not respond to queries from any Bidder including the one who has notattended the Pre-Bid Meeting.

All correspondence / enquiries should be submitted to the following in writingbyregistered post / courier or emailed /faxed to the following address.

Additional Commissioner3rdFloor, Municipal Corporation GurgaonInfo City, Sector 34.Gurgaon, Haryana - 122001Ph. No. 0124-2220011Email : [email protected]

No interpretation, revision, or other communication from MCG regarding this solicitationis valid unless it is in writing. MCG may choose to send to all Bidders, written copies ofMCG's responses, including a description of the enquiry, but without identifying itssource, to all the Bidders.

13

3.19 Proposal Opening

MCG would open the Proposals (Technical Bids only) on the Proposal Due Date forthepurpose of evaluation.

MCG would subsequently examine and evaluate Proposals in accordance withtheCriteria Set Out in RFP.

3.20 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendationfor the Bidders shall not be disclosed to any person not officially concerned with theprocess. MCG will treat all information submitted as part of Proposal in confidence andwould require all those who have access to such material to treat the sameinconfidence. MCG will not divulge any such information unless it is ordered to do so byany authority pursuant to applicable law or order of a competent court or tribunal, whichrequires its disclosure.

3.21 Clarifications

To assist in the process of evaluation of Proposals, MCG may, at its sole discretion, askany Bidder for clarification on its Proposal or substantiation of any of the submissionsmade by the Bidder. The request for such clarification or substantiation and theresponse shall be in writing or by facsimile. No material change in the substance of theProposal would be permitted by way of such clarification/substantiation.

3.22 Consultant(s) or Advisor(s)

To assist in the examination, evaluation, and comparison of Proposals, MCG may forma Board of Assessors.

3.23 Proposal Evaluation

In Stage I of the Proposal Evaluation, the Proposals shall be checked for the eligibility

14

requirements as per the RFP. The evaluation of the Technical Bid of a Bidder shall bechecked on the basis of evaluation criteria set out in RFP. In Stage II, The Financial Bidof only those bidders will be opened who qualify in technical bid as per eligibility criteria.MCG may either choose to accept the Proposal of the Lowest Bidder or reject. Uponacceptance of the Proposal of the Lowest Bidder MCG shall declare the Lowest Bidderas the Successful Bidder.

3.24 Performance Security

Provision of Performance Security

A Performance Security in the form of Bank Guarantee from a Indian ScheduledBank in favour of CommissionerMCG @ 5% of the total value of the work will besubmitted by the successful bidder after issue of letter of award. This bankguarantee shall be returned within two months after successful completion of thework.

3.25 DISPUTE RESOLUTION

1. Any dispute and or difference arising out of or relating to this contract will be resolvedthrough joint discussion of the authorized representatives of both the parties. However,if the dispute is not resolved by joint discussion, then the matter will be referred foradjudication to a sole Arbitrator appointed by the Commissioner, MCG.

2. The arbitration proceedings shall be governed by Indian Arbitration andConciliationAct,1996, as amended from time to time.

3. The cost of Arbitration shall be borne by both the parties in equal proportion.

During the pendency of the arbitration proceedings and currency of contract, neitherparty shall be entitled to suspend the work/service to which the dispute relates onaccount of the arbitration. Arbitration proceedings will be held at Gurgaononly.

3.26 JURISDICTION OF COURT

The courts at Gurgaonshall have the exclusive jurisdiction to try all disputes, if any,arising out of the agreement between the parties.

15

3.27 FORCE MAJEURE EVENTS

As used in this Agreement, a Force Majeure Event shall mean occurrence in India ofany or all of Non Political Event, Indirect Political Event and/or Political Event as definedin following Clauses which prevent theParty claiming Force Majeure (the "AffectedParty") from performing its obligations under this Agreement and which act or event (i) isbeyond 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 ofdue diligence and reasonable efforts, skill and care, and (iii) has a Material AdverseEffect on the Work.

3.28 NON POLITICAL EVENT

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 whichcould not reasonably have been expected to occur, exceptionally adverse weatherconditions, lightning, earthquake, cyclone, flood, volcanic eruption or fire (to the extentoriginating from a source external to the Work Site or beyond design specifications forthe Construction Works) or landslide,

(ii) radioactive contamination or ionizing radiation,

(iii) General strikes or boycotts (other than those involving the Contractor, itsContractors or their respective employees/representatives or attributable to any act oromission of any of them) interrupting supplies and services to the Work for a periodexceeding 7 (seven) days in an Accounting Year, and not being an Indirect PoliticalEvent set forth in Clause 2.31.2.

(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 payableto the Contractor by or on behalf of such Contractor,

(v) Any judgment or order of any court of competent jurisdiction or statutory authority inIndia made against the Contractor in any proceedings for reasons other than failure ofthe Contractor to comply with any Applicable Law or Applicable Permits or on accountof breach thereof, or of any contract, or enforcement of this Agreement or exercise ofany of its rights under this Agreement by MCG;

(vi) any event or circumstances of nature analogous to any of the foregoing.

16

3.29 Indirect Political Event

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 offoreign enemy, blockade, embargo, riot, insurrection, terrorist or military action, civilcommotion, or politically motivated sabotage which prevents collection of revenue bythe Contractor for a period exceeding a continuous period of 7 (seven) days in anAccounting Year.

(ii) Industry wide or state wide or India wide strikes or industrial action which preventcollection of revenue by the Contractor for a period exceeding a continuous period of15(fifteen) days in an Accounting Year; or

(iii) Any public agitation which prevents collection of revenue by the Contractor for aperiod exceeding a continuous period of 15(fifteen) days in an Accounting Year.

3.30 Political Event

A Political Event shall mean one or more of the following acts or events by or onaccount of MCG, 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 ofanyWork Assets or rights of the Contractor or of the Contractors; or

(iii) Any unlawful or unauthorized or without jurisdiction revocation of, or refusaltorenew or grant without valid cause any consent or approval required by theContractor or any of the Contractors to perform their respective obligations underthe Work Agreements (other than a consent the obtaining of which is conditionprecedent) provided that such delay, modification, denial, refusal or revocationdid not result from the Contractor's or any Contactor's inability or failure tocomply with any condition relating to grant, maintenance or renewal of suchconsent or permit.

3.31 Effect of Force Majeure Event.

Upon occurrence of any Force Majeure Event, the following shall apply:

17

(a) There shall be no Termination of this Agreement.

(b) Where the Force Majeure Event occurs before Date of Completion, the datesset forth in the Work Completion Schedule and the Contract Period shall beextended by the period for which such Force Majeure Event shall subsist,

(c) Where a Force Majeure Event occurs after Award of Contract, the Contractorshall continue to make all reasonable efforts to operate the Work and/or to collectrevenue, but if it is unable or prevented from doing so, the Contract Period shall,having due regard to the extent of the impact thereof as determined by theSteering Group, be extended by the period for which Collection of revenueremains affected On account thereof, and

3.32 Allocation of costs during subsistence of Force Majeure

Subject to the provisions of Clauses hereinabove, upon occurrence of a Force MajeureEvent, 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 beartheir respective costs and neither Party shall be required to pay to the other Partyany costs arising out of any such Force Majeure Event,

(b) Where the Force Majeure Event is an Indirect Political Event, the costsattributable to such Force Majeure Event and directly relating to the Work (the"Force Majeure Costs") shall be borne by the Contractor to the extent of theInsurance Cover, and to the extent the Force Majeure Costs as duly certified bythe Statutory Auditors exceed the Insurance Cover, one half of the same shall bereimbursed by MCG to the Contractor within 90 days from the dateof receipt ofContractor's claim.

(c) Where the Force Majeure Event is a Political Event, the Force MajeureCoststo the extent actually incurred and certified by the statutory Auditors of theContractor subject to approval of MCG shall be reimbursed by MCG to theContractor within 90 days from the date of receipt of Contractor's claim; and(d) MCG may at its option reimburse the Force Majeure Costs to the Contractorin cash (through adjustment in the concession fee) or compensate the Contractorfor such costs by appropriate extension of the Concession Period, whichextension shall also be given effect within the period of 90 days specified inpreceding sub-clauses (b) or (c) as the case may be.

For avoidance of doubt, Force Majeure Costs shall not include loss of revenues or anydebt repayment obligations but shall include interest payments on such debt, O&MExpenses and all other costs directly attributable to the Force Majeure Event.

18

4. Eligibility Criteria & Criteria for Evaluation

4.1 Eligibility CriteriaThe prospective bidders shall be considered as eligible bidder& associate if the bidderfulfils and submits the following with the RFP documents.

a) The bidding firm shall have average Annual Turnover of Rs. 50 lacs for thepreceding three years.

b) The Bidder must submit a solvency certificate from a scheduled commercial bankof Rs.50,00,000/- (Rupees Fifty lacs only).

c) The applicant should have atleast 10 years of experience in water /waste watertreatment plant construction / operation or have a tie up with the engineeringconsultant having not less than 10 years of industrial experience for waterpollution control, out of which, is having experience of 5 years for designing ofWater / Waste Water Treatment Plant / Sewage Treatment Plants based on theRoot Zone / RBC / MBBR / SBR / MBR / SMART / Or any other technology whichuses minimum of electromechanical parts. Technologies and have successfullydelivered atleast 10 to 15 such projects in the 10 years for treated water beingusable for irrigation on land as per Schedule VI of “The Environment (Protection)Rules, 1986” {Central Pollution Control Board (CPCB) Guidelines}.

d) The bidding firm shall have the following certificates/ registration: EPF Registration Certificate ESI Registration Certificate VAT Registration.

e) For Service Provider –

Should have completed three similar work amounting to Rupees 0.50 Crores peryear (Avg.) each or two similar work amounting to Rupees 0.95 Crores per year(Avg.) or One similar work amounting to Rs 1.20 Crores per year (Avg.) fromGovernment/State Government/PSU/ Local Bodies, in support experience duringlast five years. The similar work means the work of Cleaning/Sweeping of roadsor public places by road Mechanical Sweepers. The cost of the work will beassessed by increasing @ 7% per annum on compounded basis for eachcompleted previous years.

19

f) Copies of registration certificate of the firm/company, Memorandum and ArticlesofAssociation in case of firms registered under the Companies Act, & copies ofIncome Tax return for the previous three years (2013-14, 2014-15 & 2015-16).

g) The agency should have Registration of TIN etc. and should have submitted thelast tax return.

h) The bidder should have valid PAN No. in its name.

i) In case, agency is blacklisted by any government organization, the bid will beliableto be rejected. An affidavit to be submitted by the bidder in this regard.

4.2 Evaluation Parameter for Technical Bid:

The Technical Bid submitted by the Bidders shall be opened and evaluated byMCGbased on the parameters defined in the RFP. The Financial Bids of only thebidders who qualify the conditions of the Eligibility criteria as given in clause 4.1 will beprocessed.

4.3 Financial Proposal

The Financial Bids shall be evaluated on the basis of the rate quoted by the bidder.MCG reserves the right to accept or reject the lowest offer without assigning any reasonto the bidders.

20

4.4 Schedule of Bidding Process

MCG would endeavor to adhere to the following schedule.

S. No Event Description Date

1 Last date for receipt of queries

2 Pre-Bid Meeting

3 MCG's response to the queries

4 Proposal Due Date

21

5. Terms & Conditions

1. No advance payment shall be given to any agency on any grounds what so ever.

2. Rates quoted by the firm in schedule item shall be inclusive of all taxes/chargesapplicable at the time bid submission, fuel etc. and nothing will be paid extra onthe quoted rates.

3. In case, the successful bidder is found to have committed breach of any termsand conditions of contract at any stage, legal action as per rules/laws shall beinitiated against the agency concerned. The bidder shall also be black listed fromthe list of MCG in future works for the specified period.

4. No additional condition in contravention of terms and conditions of NIT shall beaccepted at all and such tender shall be rejected without assigning any reason.

5. The contractor shall abide by all the terms and conditions of the contract of thework. In case of breach of any of the terms and conditions, the MCG shall be atliberty to terminate the contract upon giving a Show Cause notice with a 30 daycure period.

6. Deduction towards Income Tax, DVAT, Labor Cess and other taxes asadmissible shall be deducted on the prevailing rates from the gross amount ofthe bills.

7. The contractor shall not be entitled to claim interest on the bid security/performance security.

8. No additional Condition in Contravention of terms and conditions of RFP shall beaccepted at all and such tenders shall be rejected without assigning any reason.

22

6. Additional Conditions

1) The bidder shall acquaint himself with the proposed site of work, its approachroads, working space available before submitting the bid.

2) The bidder shall take all necessary precautions to prevent any nuisance orinconvenience to the owners, tenants or occupiers of adjacent properties and tothe public in general and to prevent any damage to such properties and anypollution of smoke, streams and waterways. He shall make good at his cost andto the satisfaction of the MCG, any damage to roads, paths, or public or privateproperty whatsoever caused thereon by the bidder. All waste or superfluousmaterial shall be carried away by the bidder without any reservation entirely tothe satisfaction of the MCG.

3) Utmost care shall be taken to keep the noise level to the barest minimum so thatnodisturbance as far as possible is caused to the occupants/users in the area.

4) In the event of any restrictions being imposed by the Security agencies, MCG,Traffic or any other authority in the working area or movement of Contractor shallstrictly follow such restrictions and nothing shall be excused from doing thestipulated work on this account. The loss of time on this account, if any, shallhave to be made by generating additional resources etc. other restrictions aregiven as under

The movement of trucks and vehicles shall be regulated in accordancewith rulesand Regulations as approved by competent authority.

The Contractor shall inform in advance, the truck / MRS registrationnumbers, ownerships of the trucks, names and address of the drivers fornecessary action by the security agency.

Labour huts/stay of workmen will not be allowed at work area and in MCGarea.

Names and address of laborers/staff etc. working at site shall be furnishedtoMCG in advance.

The laborers/staff should not be changed too frequently once theverification of thecharacter and antecedents is done.

Uniform. The Contractor shall provide two Pairs of Uniforms (Winter and

23

Summer) to his workers while on duty. The workers shall always be inuniform. Workers and Supervisors must wear neat and clean ironeduniform (including proper name badges).

After verification of antecedents of workers, identification badges will beissued to them by the Contractor. The cost of badges and uniforms etcwould be borne by the Contractor. Workers shall wear Identity Card andUniform while on duty.

The Contractor shall be responsible for behavior and conduct of hislaborers. No labourer with doubtful integrity or having a bad record shallbe engaged by the Contractor.

The workers of the Contractor should strictly observe code of conduct andmanner befitting security. If any employee of the Contractor fails toabsolve proper conduct, the Contractor shall be liable to remove him fromdeployment, immediately in receipt of the instructions of the MCG.

The Contractor shall be responsible for the conduct and behavior of itsworkers employed for the work.

The MCG shall have the right, to have any person removed who isconsidered unacceptable due to the reasons of security, efficiency, etc.Similarly, Contractor reserves the right to change the staff as per theirrequirement.

The MCG shall not be responsible for any compensation, which may berequired to be paid to the worker(s) of the tenderer consequent upon anyinjury/mishap.

5) The bidder shall visit the site and examine the availability of space in detail forexecution of the work and deployment of machinery. The Contractor has toensure that the general public is not hindered in any manner while operation andmaintenance work.

6) If for any reason, any area in whole or part of work is not available for work, theagreed execution schedule shall be suitably modified. However, under nocircumstances the Contractor shall be entitled to any relaxation, whatsoever, onthis ground & he shall re-organize his resources to suit the revised schedule. Thecontractor shall abide by and comply with all the relevant laws and statutoryrequirements like Minimum Wages Act, Payment of Wages Act, Contract Labour(Regulation & Abolition) Act, 1970, EPF Act etc. with regard to the personnelengaged by him for providing the services in question.

7) Machines/equipment’s brought by the contractor should always be in workingconditions. For any break down, some standby Machines/equipment’s shall be

24

arranged at site.

8) The running and maintenance charges of machines i.e. cost of fuel, battery,lubricants, replacement of parts, manpower etc. shall be borne by the contractor.

9) RFP Documents

The RFP document can be obtained by the Bidders for Rs. 5000 (RupeesFive Thousand only) via Demand Draft, drawn in favour ofCommissionerMCGGurgaonpayable at Gurgaon, from MCG office or canbe downloaded from the MCGWebsite (www.mcg.gov.in). For downloadedRFP document the bidder will deposit DD for Rs. 5,000/- alongwith the bidin separate sealed envelope.

All subsequent notifications, changes and amendments will becommunicated by MCG to the Bidders at their registered address andemail

25

MUNICIPAL CORPORATION GURGAON

Technical Bid ForCommissioning and Comprehensive Operation andMaintenance (O&M) of 20 Decentralized Mini STP’s in Gurgaon

1. Name of company (Block Letters)

2. Date of Incorporation

3. Name of the Authorized Representative

4. (i) Complete Address

(ii) Telephone No. (Mob.)

(Office Landline)

5. The applicant should be authorized to apply on behalf of the Company. Also furnishan authority letter in favor of Authorised Signatory. Enclose a copy of the Memorandumand Articles of Association of the company with the RFP form.

6. (a) Amount of Earnest Money deposited

(b) Details & Date

7. Whether Latest Income-Tax return alongwith PAN enclosed

8. Any other information, which the Bidder / Applicant may like to furnish

Signature of Bidder / Applicant

Name/Designation

26

DECLARATION

|/We have gone through the contents of this RFP documents carefully and theinformation furnished by me/us is true to the best of my/ our knowledge and belief andnothing has been concealed there from. I / We have also read carefully the terms andconditionsannexed herewith by which I/We shall be abide by.

Signature of Bidder / Applicant

Date

27

DΟΟUΜΕΝΤS ΤΟ ΒΕ SUΒΜΙΤΤΕD WΙΤΗ ΤΕCΗΝΙCΑL ΒΙD

1) Duly completed RFP document.

2) Terms and Conditions of the RFP duly accepted.

3) Copy of the PAN card of Company

4) Copy of the latest income tax return.

5) Copy of the financial turnover during the last three years ending last day of thepreceding month in which the RFP are invited of the Company duly certified by CA.

6) Proof of having two years’ experience. Bidder must submit client certificate alongwithsatisfactory performance.

7) Satisfactory completion of the similar works / Reference List and Purchase order for

Mechanical Sweeper.

8) Affidavit regarding non-blacklisting/non-termination.

9) Solvency certificate from a Scheduled Commercial Bank.

10)Copy of profit and loss account duly signed by CA firm for the last three yearendingMarch 2016.

11)Proof of EMD deposited.

12)EPF& ESI Registration Certificate

13) VAT Registration with TIN No. along with last Tax return filled

28

FINANCIAL BID FOR THE PROPOSAL

Name of work: Commissioning and Comprehensive Operation andMaintenance (O&M) of 20 Decentralized Mini STP’s in Gurgaon

(TO BE SUBMITTED VIA E-TENDERING)

Description of Items Quantity UnitRate Quoted

(Rs)

Commissioning and ComprehensiveOperation and Maintenance (O&M) of 20

Decentralized Mini STP’s in GurgaonRate to be Quoted for One STP 01 Each/numbers Rate to be Quoted

by Agency / firm

Note: Rates quoted by the firm shall be inclusive of all taxes/charges and which willbevalid throughout the contract period.

The rates for hiring of machine through E-Tendering are our offer, this offer issubmittedunconditional.

Signature of Bidder / Applicant with Stamp

Dated:

29

FORM OF PERFORMANCE SECURITY (GUARANTEE) BANKGUARANTEE BOND

In consideration of the Commissioner, MCG (hereinafter called "MCG") having offeredto accept the terms and conditions of the proposed agreement between___________and_____________(hereinafter called the said contractor(s)") forthe Work____________ (hereinafter called "the said agreement") having agreed to production ofan irrevocable bank Guarantee for Rs. ___________ (Rupees ________ only) as asecurity / guarantee from thecontractor (s) for compliance of his obligations inaccordance with the terms and conditions in the said agreement.

We,(indicate the name of the Bank) (hereafter referred to as "the Bank") herebyundertake to pay to the MCG an amount not exceeding Rs. ________(Rupees _______only) on demand by the MCG.

We,(indicate the name of the Bank) do hereby undertake to pay theamounts due andpayable under this guarantee without any demure, merely on a demand from the MCGstating that the amount claimed as required to meet the recoveries due or likely to bedue from the said contractor(s). Any such demand made on the bank shall beconclusive as regards the amount due and payable by the bank under this Guarantee.However, our liability under this guarantee shall be restricted to an amount notexceeding Rs._________ (rupees _________ (only).

We, the said bank further undertake to pay the MCG any money so demandednotwithstanding any dispute or disputers raised by the contractor(s) in any suit orproceeding pending before any court or tribunal relating thereto, our liability under thispresent being absolute and unequivocal

The payment so made by us under this bond shall be a valid discharge of our liability forpayment thereunder and the contractor(s) shall have no claim against us for makingsuch payment.

We,(indicate the name of the Bank further agree that the guarantee herein containedshall remain in full force and effect during the period that would be taken for theperformance of the said agreement and that it shall continue to be enforceable till all thedues of the MCG under or by virtue of the said agreement have been fully paid and itsclaims satisfied or discharged or till the MCG certifies that the terms and conditions ofthe said agreement have been fully and properly carried out by the said Contractor(s)

30

and accordingly discharges this guarantee.

We (Indicate the name of the Bank) further agree with theMCG that the MCG shall havethe fullest liberty without our consent and without affecting in any manner our obligationhereunder to vary any of the terms and conditions of the said agreement or to extendtime of performance by the said contractor(s) from time to time or to postpone for anytime or from time to time any of the posers exercisable by the MCG against the saidcontractor(s) and to forbear or enforce any of the terms and conditions relating to thesaid agreement and we shall not be relieved from our liability by reason of any suchvariation, or extension being granted to the said contractor(s) or for any forbearance, actof omission on the part of the MCG or any indulgence by the MCG to the saidContractor (s) or by any such mater or thing whatsoever which under the law relating tosureties would, but for this provision, have effect of so relieving us.

This guarantee will not be discharged due to the change in the constitution of the Bankof the Contractor(s).

We, (indicate the name of the Bank)lastly undertake not to revoke this guarantee exceptwith the previous consent of the MCG in writing.

This guarantee shall be valid upto ________. Notwithstanding anything mentionedabove, our liability against this guarantee is restricted to Rs. ________ (Rupees________ only) and unless a claim in writing is lodgedwith us by the date of expiry orthe extended date of expiry of this guarantee all our liabilities under this guarantee shallstand discharged.

Dated the ____ day of ______ for (indicate the name of theBank)