common set of deviation - pcmcindia.gov.in · common set of deviation pre bid meeting for the...
TRANSCRIPT
Date :-11/04/2016
COMMON SET OF DEVIATION
Pre bid meeting for the following work held on 05.04.2016 at 3:00pm in the office of city Engineer PCMC Pimpri- 18
(Tender No :- HO-64-1-2015-2016)NAME OF WORK – PREPARATION OF EXISTING LAND USE MAP (U/S 25 MRTP ACT) FOR PIMPRI CHINCHWAD MUNICIPAL CORPORATION OLD LIMIT AREA AND ASSISTANCE TO TOWN PLANNING DEPT.IN PREPARATION OF PROPOSED LAND USE MAP AND DP PLAN ( U/S 26 TO 30 OF MRTP .Following bidders were present for the pre bid meeting
1) Monarch Surveyors and Engineering Consultant Pvt. Ltd.
2) S.S.SURVEYS
3)I L AND F S
4) PRAGATI Surveyors Pvt. Ltd.
5) RANE MANAGEMENT CONSULTANTS PVT LTD
6) P. N. SHIDHORE, CIVIL ENGINEERS INDIA PVT LTD.
All tender conditions were explained to the bidder who were present for the pre bid meeting held at City Engineers office.Written clarification is attached with this letter. Bidders are requested to read the pre bid meeting clarification carefully, and submit the tender accordingly.
It is part and parcel of the tender document .
Sd/- Deputy Director Town Planning Dept.
PCMC Pimpri- 18
Sd/- City Engineer Pimpri Chinchwad Municipal Corporation
Pimpri- 411018
Copy to :-
1) Monarch Surveyors and Engineering Consultant Pvt. Ltd. 2) S.S.SURVEYS 3) I L AND F S 4) PRAGATI Surveyors Pvt. Ltd.
5) RANE MANAGEMENT CONSULTANTS PVT LTD 6) P. N. SHIDHORE, CIVIL ENGINEERS INDIA PVT LTD.
PIMPRI CHINCHWAD MUNICIPAL CORPORATION,PIMPRI NAME OF WORK – PREPARATION OF EXISTING LAND USE MAP (U/S 25 MRTP ACT) FOR PIMPRI CHINCHWAD MUNICIPAL CORPORATION OLD LIMIT AREA AND ASSISTANCE TO TOWN PLANNING DEPT.IN PREPARATION OF PROPOSED LAND USE MAP AND DP PLAN ( U/S 26 TO 30 OF MRTP ACT
PRE BID MEETING HEALD ON 05.04.2016 COMMON SET OF DEVATIONS
Sr. No.
Objection
Explanation
MONARCH SURVEYORS AND ENGINEERING CONSULTANTS PVT. LTD.
1)
As per clause 2.1.4 page 8, Five nos. of Total station
equipment are mentioned however considering the vast
area of 80 Sq.Km area and detail survey , near about 20
Total stations will be required to complete the work within
4 months period. We request you to increase the no. of
total stations for timely completion of work. PI clarify.
N I T Prevails
2) As per clause 6.5 page 23, Data extraction from Satellite
Images is mentioned in the scope of work. We would like to
highlight that Data extraction from Satellite Images is always
N I T PrevailsIt is clearly mentioned in the said clause that the satellite image is to be used to correlate the existing surveyed data. Satellite image also has to be used for superimposition of revenue maps, however, existing basemap features are to be mapped using total station survey data.
challenging and leading to errors in the development plan. It
seen from the various development plan published recently by
Government that there are enormous errors due to wrong
interpretation during Data extraction from Satellite Images and
Government has cruised by public as well as by Media. To
avoid this things scope of Data extraction from Satellite Images
needs to be restricted and entire assignment shall completed
by actual measurement done by total station survey. P1 clarify.
3) As per clause 6.6 page 23, Revenue map superimposition is mentioned in the scope of work. However in most of the area, city survey maps are available and same is required to superimpose while preparing Existing Land use map. It is seen and faced lot of difficulty in the previous development plans which were prepared based on village maps. It is expected to superimpose original revenue record and not village maps while preparing Existing base map in city area. Superimposition of revenue record will be crucial activity in the assignment as entire successes of ELU is depend on correctness of city survey boundary on proposed development plan being a legaldocument. We request you to experience of
N I T Prevails
preparation of city survey under supervision of revenue authority is must for bidder and shall be included in qualifying criteria PI clarify.
4) As per clause 3.1.2 page no. 19. Marks allotted for Existing
Land Use Mapping in Urban Local Body area is 35 whereas
for Municipal Corporation experience only 5 marks are
allotted. Subjected assignment is in Corporation area and
therefore marks more marks shall be given for firms having
experience in Corporation area. PI clarify.
Clause 3.1.2 Sl. No. 1 Should be read as Sl.No. Parameter Max.Marks 1. Background, work experience ,reputation of theorganization
andSurvey Equipmentsownedbythefirms.(seeclause 3.1.4here belowforeligibleassignments)
(a) Experience of the Firm in Carrying out similar
assignments of GIS Base Existing Land Use Mapping
inUrbanLocalBodyarea
• more than 10 Assignments (30 marks)
• 6 to 10 assignments (15 marks)
• 3 to 5 assignments (5 marks) (b) Experience of the firm in carrying out similar assignment for municipal cदrporation
40
30
5
5
5) As per clause 3.1.2 page no. 19. Total 75 marks is allotted to
experience for Existing land use survey and hardly 5 marks is
N I T Prevails
allotted for equipment availability. Success of entire
assignment is depending on equipment's. Already
equipment's are mentioned on very lower side and
weightage of marks allotted is very low. We think that
ownership shall be compulsory for at least half of the
equipment's i.e DGPS &Total station as bidder may not have
single equipment and qualify for the assignment resulting
delay in completion or incomplete assignment on account of
this. PI clarify.
6) As per clause 3.1.2 page no. 19. There are no marks allotted for
city survey experience or Revenue map superimposition work. It
seen from the various development plans published recently by
Government that there are enormous errors related to city
survey no/ survey no/ gut no. To avoid future problem, it is
better to give more weightage for experience regarding
revenue record. Therefore we think that instead of giving entire
weightage for existing land use map, half of the weightage
shall be given to revenue record superimposition work as it is
back bone of existing land use assignment. Pl. Clarify
N I T Prevails
S. S. SURVEYS
1) Date of submission shall be extend up to one months See the revised Date of submission .
2) EMD shall be Rs. 50000/- N I T Prevails
3) Joint venture shall be allowed N I T Prevails
4) Ownership of equipment must consider for qualification as like other similar tenders. More mark shall be awarded to owned equipment's
N I T Prevails
5) Carrying out city survey assignment shall be allowed for eligibility criteria as it is similar experience.
N I T Prevails
6) Minimum 3 assignment shall be reduced to Minimum One assignment
N I T Prevails
7) Instead of 2000 Hector, 1000 Hector experience of city survey shall be allowed
N I T Prevails
8) Instead of 5000 hector aggregate, 1000 hector aggregate experience shall be allowed.
N I T Prevails
9) Revenue expert shall be included for marking system N I T Prevails
Sr. No.
Objection Change Requested Explanation
IL&FS ENVIRONMENTAL INFRASTRUCTURE & SERVICES LTD.
1) IEISL is a wholly owned subsidiary of Infrastructure Leasing and Financial Services (IL&FS) providing end-to-end GIS, Remote Sensing and managed services since last 13 years. IEISL has been providing similar Geospatial Database development services to various State, Central Government and Private agencies and has completed similar projects successfully. Also, we are empanelled by various prestigious organizations like Gujarat Industrial Development Board (GIDB), Odisha Spatial Application Center (ORSAC), and North Eastern Spatial Application Center (NESAC) for providing Geospatial Services. The Company's focus is to provide
sustainable enterprise GIS solutions integrated with spatial technology that can be implemented in large scale projects including PPP framework.
2) EIISL has undertaken pioneering initiatives in various sectors like Urban & Utilities, Planning, Land Management, Infrastructure, Environment, Forestry, Agriculture, Climate
Change, Defense & Intelligence, Disaster Management, Telecommunication, Health, Mining and Water sectors across India and other countries viz., Bangladesh, Mozambique, and Vietnam. We are CMMi, ISO 9001:2008, ISO 27001:2005 & NABET certified firm and all our processes are governed by high quality standard norms.
3) We have received the RFP document and are in a process of reviewing the same. While reviewing the RFP we have found few queries which are enclosed in Annexure I &II. We request you to kindly provide the clarifications
for the same.
4) We look forward to participating in this opportunity and providing our Geo Spetial se yjcesto,you.
ANNEXURE – I
1) Clause No.1.1 Page no.5
Development plan of PimpriChinchwadCity"s old Limit (12 Villages) admeasuring about 86 sq.km. Area (8600 Hectors approximate) was approved on 18/9/1995. It will expire in the next two years. The state government had transferred some areas of the Pimpr iChinchwad New Township Development Authority. The areas also
got the approval of separate development plan in 1997 which will expire in 2015.
We assume that Total planning area is 86 sq.km. (8600 Hectors approximate). Please Confirm
N I T Prevails
2) Clause No.6.1 Page no.23 Procurementof latest availableSatellite
During Procurement of Satellite Imagery does P.C.M.C requires any buffer also? If yes, Please specify Buffer extent
Please Consider existing planning area limit and certain portion of linkages.
Image,
3) Clause No.6.2 Page no.23
Control Points established by DGPS in old limit of P.C.M.C. are available. Bidder shall conduct the reconnaissance survey to confirm the availability of monuments on the site at their respective locations of these Control Points and use the same for Total Station Survey.
Kindly quantify the numbersof available Control Points established by DGPS in old limit of P.C.M.C.
There is a record of 157 numbers of control points with PCMC , However the location and accuracy of the same has to be checked by the agency.
4) General Kindly quantify the numbers, available format, condition & size of Input data (Revenue map, Original sanctioned layout maps and Building Permissions data, Proposed maps) to be provided by P.C.M.C.
N I T Prevail
5) Clause No.6.13 & 6.13.1 Page no.25
Following reports in five (5) hard copies and one (1) soft copy have to be submitted to Client as per timelines given in Tender
It is not clear whether the deliverables will be in five (5) hard copies and one (1) soft copy or as per the descriptions given.
Please Clarify
Clause 6.13 should be read as Scope of work will be integral part of deliverables. reports , hard copies and soft copy have to be submitted to Client as per timelines given in Tender and as per clause 6.13.1.
6) Clause No.2.1.5 Page no.8
The Consultancy shall have sound domain
The criteria set for the Pre-qualification seems to be achieved by few bidders will be restricting many to be part of this bid.
Preparation of Develoment plan is governed by the respective State Government. PCMC thus needs to
(Minimum Three Municipal council area GIS base ELU Work) experience of preparation of existing land use map (u/s 25 of M.R.T.P. act) & assistance to town planning department in preparation of proposed landuse map and development plan (u/s 26 to 30 of M.R.T.P. act) preference will be to the consultancy who has exper ience of preparation of GIS based ELU map for municipal corporation area.
Hence, we request P.C.M.C. to change this clause as: The Consultancy shall have sound domain Experienceof preparationof existingland use/Land cover map of anywhere in India &should have experience of Development of Master or Regional Planning Project
adhere to MR And TP Act 1966 and is bound to follow the same. It is essential that the bidder has a thorough understanding of the specification of ELU map and corresponding reports, However the experience of ELU mapping of ULB’s anywhere in india would be considered.
7) Clause No.3 , 3.1.2 Sl no 1 Page no.19
Background, work experience, reputation of the organization and Survey Equipmentsowned by the firms. (see clause 3.1.4 here below for eligible assignments)
(a) Experience of the Firm in Carrying out similar assignments of GIS Base Existing Land Use Mapping in Urban Local Body area more than 10 Assignments (30 marks) 6 to 10 assignments (15 marks)
We request P.C.M.C. to please change this clause as: Background, work experience, reputation of the organization and Survey Equipment's owned by the firms. (a) Experience of the firm in carrying out similar assignment (GIS Base Existing Land Use Mapping/Image processing/DGPS Survey f o r G C P c o l l e c t i o n / L a n d D a t a Development/etc.) for Municipal Corporation/ Central Govt. of India/ any State Govt. Organization/ PSU / and Listed companies in
N I T Prevails
3 to 5 assignments (5 marks) India. more than 10 Assignments (30 marks) 6 to 10 assignments (15 marks) 3 to 5 assignments (5 marks)
8) Clause No.3 , 3.1.2 Sl. No. 1 Page no.19
(b)Experience of the firm in carrying out similar assignment for municipal Corporation
We request P.C.M.C. to please change this clause as: (b) Experience of the firm in carrying out similar assignment for Municipal Corporation/ Central Govt. of India/ any State Govt. Organization/ PSU / and Listed companies in India.
N I T Prevails
9) Clause No.3.1.5 Page no.20
For the Key Personnel eligibilityand evaluation, following assignments will be eligible: Existing Land Use Survey for Municipal Corporation or Municipal council having area more than 2000 hectors in Maharashtra State.
We request P.C.M.C. to please change this clause as: For.the Key Personneleligibility and evaluation,following assignments will be eligible: Existing Land Use Survey for Municipal Corporation/ Central Govt. of India/ any State Govt. Organization/ PSU / and Listed companies in India having area more than 2000 hectors.
N I T Prevails
10) Clause No.6.21 Page no.28
We request P.C.M.C. to please change this clause as:
N I T Prevails
B) The Applicants must have experience of (a) Existing Land Use Survey andpreparat ion of Land Use Maps for Corporation / Municipal Council having area more than 2000 hector in a single project in Maharashtra State.
B) The Applicants must have experience of (a) Existing Land Use Survey and preparation of Land Use Maps for Municipal Corporation/ Central Govt. of India/ any State Govt. Organization/ PSU / Listed companies in India having area more than 2000 hectors.
11) Clause No.2.26 Page no.18
The Consultant shall, subject to theprovisions of the Agreement, indemnify the P.C.M.C. for An amount not exceeding 10% (ten percent) of the Agreement value for any direct loss or damage that is caused due to any deficiency in services.
We request P.C.M.C. to please remove this clause.
Or if P.CM.0 considers to keep indemnity then we request to please keep an amount not more than 5%.
N I T Prevails
12) Clause No.2.27 Page no.18 The Selected Bidder shall, submit the Letter of Acceptance (LOA) along with the 4 % PerformanceSecurity byway of Bank Guarantee From Nationalized/ Scheduled bank in favour of The commissioner, P.C.M.C. within 15 (fifteen)
We request P.C.M.C. to please clarify whether the performance Security is 4% or 5%.
Clause 2.27 Award of consultancy Should be read as After selection ,a Letter of intent (LOI) shall be issued to the selected Bidder, The selected Bidder shall, submit the Letter of Acceptance (LOI) along with 5% Performance security by way of Bank Guarantee from Nationalized / schedule bank in favour of the Commissioner,PCMC within 15 (Fifteen
days from the date of the LOI . ) days from the date of the LOI
Clause No.2.28 Page no.18 The successful bidder shall submit 5% of the
accepted bid cost as Performance Security by way of Bank Guarantee from Nationalized/ Schedu led bank in favour o f The commissioner, P.C.M.C. payable at PimpariChinchawad along with letter of acceptance p r io r to s i gn in g o f the c o n t r a c t .
13) Clause No.6.14 Page no.25
Time period for Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act) shall be granted by P.C.M.C. as per the direction given by The Town Planning Department.
We request P.C.M.C. to please specify atleasttentative time period and team size required for Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan.
N I T Prevails
14) Request for SCC and GCC clauses We request P.C.M.C. to keep provisions of
contractual clause discussion (GCC and SCC).
N I T Prevails
15) Clause No.6.15.3 Page no.26
We request you t to modify the payment schedule as per Annexure – II
N I T Prevails
ANNEXURE – II
1) Team Mobilization & Detailed Project Plan - 10% N I T Prevails
2) On Satellite Image Procurement - 5% 15%
3) On Completion of Differential GPS Survey 5% 10%
4) On Completion of Topographical Survey and
Traversing Survey 5%
15%
5) On Completion of Detail Total Station Survey 25%
15%
6) On Completion of Data extraction from Satellite
Images
7) On Completion of Revenue Map
superimposition on TST Base Map 15%
10%
8) On Completion of Sanctioned Layout and
Building Permission data superimposition on
TST Base Map
9) On Completion of Base Map verification
10) On Completion of ELU data collection (Attribute
Information) 10%
5%
11) On Preparation and submission of Existing
Land Use Map & ELU Report to P.C.M.C.
10%
5%
12) Preparation of Proposed Land Use Map 10% 5% N I T Prevails
13) Assistance to Town Planning Department/
PCMC in Preparation of Development Plan
5%
5%
14) Periodic Assistance to Town Planning Department/ PCMC for revising Development Plan till final approval by
Government 5%
5%
PRAGATI SURVEYORS PVT. LTD.
1) Clause No.2.2.2 Page no.9 No Joint venture / consortium / Association shall be permitted,
Joint venture needs to be permitted for better competition.
N I T Prevails
2) Clause No.3.1.2 Page no.19 Experience of the firm in carrying out similar assignment for municipal corporation - 5
Need more marks as ELU is need to be prepared for Old Corporation limit
N I T Prevails
3) Clause No.3.1.2 Page no.19 Equipment availability
More than 5 Total Station (5 marks)
For covering 80 Sqkm. Within 4 months need at least 30 total stations. Number of total station in ownership need more mark than mentioned
N I T Prevails
4) Clause No.3.1.3 Page no.20 Urban Planner – 25%
Weightage for Urban Planner needs to be more as compared to other staff.
N I T Prevails
5) Clause No.6.6 Page no.23 Revenue Map superimposition
Need weightage in Marking system for experience of Revenue survey and bidders need experience of revenue survey under revenue department.
N I T Prevails
6) Clause No.6.15.2 Page no.25 Carrying out Existing Land Use Survey-Wi th in 4 months from the date of work order
Need more timeforcompleting8600hector area asall area is developed area.
N I T Prevails
7) Clause No.6.15.3 Page no.25 On Completion of Detail Total Station Survey-25%
Need more Payment weightage for Total station survey
N I T Prevails
Rane Management Consultants Pvt. Ltd
Sr.No. Clause No./Page No. Objections Desired Modification Explanation by Pcmc
1 Tender Notice Registered Bidders should submit their offer by the way of E Tendering System only
What type of registration is required. Pl elaborates.
N I T Prevails
2 Tender Notice Last date for Submission of E-Tendering is dt.13/04/2016 up to 15.00hrs.
P1 modify to Last date for Submission of E-Tendering is dt.02/05/2016 up to 15.00hrs.
Revised Date of Submission of tender as on 26/04/2016 up to 3.00 P.M.
3 Tender Notice Six months included rainy season Pt modify to 12 Months including Rainy Season
N I T Prevails
4 Cl. 2.20/ P.15
A lump sum Bid Security amount of Rs. 1,00,000/- (Rupees One Lac) only online payment.-
P1 modify to A lump sum Bid Security amount of Rs. 25000/- only online payment.-
N I T Prevails
5 Cl.2.2.2/ p/9. No joint venture / consortium/Association shall be permitted,
Joint venture needs to be permitted for better competition.
N I T Prevails
6 Cl 3.1.2 - 1/a P.19 Experience of the Firm in Carrying out similar assignments of GIS
Pl Modify to Experience of the Firm in Carrying out similar assignments of GIS
N I T Prevails
Base Existing Land Use Mapping in Urban Local Body area
Base Existing Land Use Mapping/City Survey under revenue supervision in corporation area
N I T Prevails
7 Cl 3.1.2 - 1 b/ P.19 Experience of the firm in carrying out similar assignment for municipal corporation - 5 Marks
Pl Modify to Experience of the firm in carrying out similar assignment for municipal corporation - 35 Marks
N I T Prevails
8 Cl 3.1.2 - lc/ P.19 Equipment availability Pl Modify to Equipment Ownership N I T Prevails
9 Cl 3.1.2 - 2/ P.19 Number of Hectors of GIS base Existing Land Use Survey in aggregate for which the firm
has been involved • more than 5000 hectors (40marks) • 3501 to 5000 hectors (30 marks) • 2000-3500 hectors (15 marks)
PI Modify to Number of Hectors of GIS base Existing Land Use Survey in aggregate for which
the firm has been involved • more than 2000 hectors (40marks) • 1500 to 2000 hectors (30 marks) • 1000-1500 hectors (15 marks)
N I T Prevails
10 Cl- 3.1.5/P 20
For the Key Personnel eligibility and evaluation, following assignments will be eligible: Existing Land Use Survey for Municipal Corporation or Municipal council having area more than 2000 hectors in
PI Modify to For the Key Personnel eligibility and evaluation, following assignments will be eligible: Existing Land Use Survey for Municipal Corporation having area more than 1000 hectors in India.
N I T Prevails
Maharashtra State.
11 Cl-3.4.1 P/21 Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal and Financial Proposal that shall be 0.70 and 0.30 respectively.
PI Modify to Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal and Financial Proposal that shall be 0.80 and 0.20 respectively.
N I T Prevails
12 CL- 6.1/23
Scope of Satellite Images PI explain Who will make payment for satellite images.
N I T Prevails
13 CL-
6.2/23
Scope of Differential GPS Survey Pl Explain
Where shall DGPS points to be established or pillar construction is involved if yes what will be size of the same.
N I T Prevails
14 CL- 6.4/23
Detail Total Station Survey PI Explain Whether bidder need to carry out entire survey using total station or hybrid method of Total station survey and satellite data will allowed .
N I T Prevails
15 CL- 6.5/23
Data extraction from Satellite Images
Pl Explain How much % of data from satellite
N I T Prevails
images will allowed to extract.
16 CL-6.6/23 Revenue Map superimposition Pl. Explain Whether only superimposition of Village map is involved in the assignment.
N I T Prevails
17 CL-6.12/24 Assistance to Town Planning Department in Preparation of Development Plan
Pl Explain How many person and time frame for assistance is required.
N I T Prevails
18 CL-6.13.1/25 Eight sets of final Existing Land Use (E.L.U.) map with area statistics and detailed ELU Report
Pl Explain Pl explain on what scale map will be submitted.
N I T Prevails
19 CL-6.15.2/26 Submission of draft Proposed Land Use Map
Pt. Explain How much time and manpower is expected
N I T Prevails
20 CL- 6.15.2/26 Submission of Development Plan / revised draft Development Map
Pl. Explain How much time and manpower is expected
N I T Prevails
21 CL- 6.15.3/26 Payment Schedule Pl Explain Whether government fees for procurement of revenue record and layouts will be refund.
N I T Prevails
22 CL- 6.15.3/25 Payment Schedule Pl Explain How much time will require to get the payment after submission of invoices.
N I T Prevails
CL-6.21.2/28 Shall have minimum annual turnover of Rs. One crore from Survey works during any of last 3 years.
Pt. Modify Shall have minimum annual turnover of Rs. One crore from Survey works during any of last 5 years.
N I T Prevails
P.N.Shidhore civil Engineers (I) Pvt. Ltd.
Sr.No. Objections Explanation by PCMC
1 Scope of work mentioned in the document is for preparation of ELU map in which cadastral survey and revenue record play a vital role. However from your document it is seen that no emphasis has been given to the revenue aspect. We are having completed city survey for which is similar to the ELU assignment. Therefore request you to modify eligibility criteria which includes city survey assignments.
N I T Prevails
2 In this assignment, entire scope is survey related and survey equipment must have possessed by bidder. However there is no mentioned of ownership is required for qualification. In such cases who meets the requirement may not have survey equipment and sublet the entire work which leads to inferior quality output. Therefore we request you to make it eligibility criteria that DGPS and Total station equipment must be owned by the bidder.
N I T Prevails
3 We request you to consider the last 10 years N I T Prevails
experience of city survey related assignments
4 We request you to make the one minimum eligible assignment of 1000 hector instead of three assignments and 2000 hector
N I T Prevails
5 We request you to give 10% mobilization advance for this assignments.
N I T Prevails
Revised Date of Submission of tender as on 26/04/2016 up to 3.00 P.M.It is Part and Parcel of the tender Document.
Sd/- Sd/- Deputy Director City Engineer Town Planning Dept. Pimpri Chinchwad Municipal Corporation Pimpri Chinchwad Municipal Corporation Pimpri, Pune – 411018. Pimpri, Pune – 411018.
PIMPRI CHINCHWAD MUNICIPAL CORPORATION, PIMPRI-411018.
-CIVIL DEPARTMENT-
E-Tender Notice No. HO/64/01/ 2015-16
Invitation for the work of Preparation of Existing Land use Map (u/s 25 of M.R.T.P.act) for
Pimpri Chinchwad Municipal Corporation ( P.C.M.C.) Old Limit Area And Assistance to Town
Planning Department in Preparation of Proposed Land use Map and Development Plan (u/s26 to 30
of M.R.T.P. act.)
Offers by way of e tendering Per Hector Rate are invited by The Deputy Director of Town
Planning P.C.M.C. & The City Engineer P.C.M.C. Pimpri-18, from the Pre-registered Bidders with
Pimpri Chinchwad Municipal Corporation in E- tendering System for the following work.
S.
no
.
Name of work Earnest Money
(in Rupees.)
Cost of Blank
tender
form(Rs.)
Time Limit
for
completion
(Calendar
Months)
1.
Preparation of Existing Land use Map (u/s 25
Of M.R.T.P.act) for Pimpri Chinchwad
Municipal Corporation ( P.C.M.C.) Old Limit
Area And Assistance to Town Planning
Department in Preparation of Proposed Land
use Map and Development Plan (u/s26 to 30
of M.R.T.P. act.)
1,00,000/- 5000/-
Six months
included
rainy
season
The details of above work, such as Earnest Money Deposit, Conditions of Contract,
Specifications of work is available on PCMC’s Website www.pcmcindia.gov.in .For this purpose
Bidders are required to register themselves with Civil Engineering Department of PCMC. Registered
Bidders can avail the E-tender document from dt.19/03/2016 to 13/04/2016 up to 15.00hrs. Pre-Bid
Meeting will be held on dt.5/04/2016 at 15.00hrs in the Chamber of City engineer PCMC, Main
Administrative Building, Pimpri-18. Registered Bidders should submit their offer by the way of E-
Tendering System only. Last date for Submission of E-Tendering is dt.13/04/2016 up to 15.00hrs.
The official will guide the interested Bidder to document the authorization process & to obtain the
Registration Key.
Tenders will be opened on the same day if possible at 15.00hrs in the presence of Bidders /his
Authorized representative. Any change if any will be communicated at the time of Pre-Bid/Publication
on web site /News Paper. Right to reject any or all the Bids, without giving any reasons is reserved
by the Commissioner, PCMC.Pune-18.
Sd/- Sd/-
ADVT. No.: 702 City Engineer Deputy Director
No: ENGG/TDR/2B/ WS/57/2016 P.C.M.C. of Town Planning Dept.
Date: 18/03/2016 . Pimri-411 18. P.C.M.C.Pimri-411 18.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 1 of 58 P.C.M.C.
Disclaimer
The information contained in this document or subsequently provided to Bidders, whether verbally or
in documentary or any other form by or on behalf of the P.C.M.C. or any of its employees or advisers,
is provided to Bidders on the terms and conditions set out in this document and such other terms and
conditions subject to which such information is provided.
This document is not an agreement and is neither an offer nor invitation by the P.C.M.C. to the
prospective Bidders or any other person. The purpose of this document is to provide interested parties
with information that may be useful to them in the bidding pursuant to this document. This document
includes statements, which reflect various assumptions and assessments arrived at by the P.C.M.C.
in relation to the Consultancy. Such assumptions, assessments and statements do not purport to
contain all the information that each Bidder may require. This document may not be appropriate for all
persons, and it is not possible for the P.C.M.C., its employees or advisers to consider the objectives,
technical expertise and particular needs of each party who reads or uses this document. The
assumptions, assessments, statements and information contained in this document, may not
be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments and information contained in this document and
obtain independent advice from appropriate sources.
Information provided in this document to the Bidders is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The
P.C.M.C. accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on
the law expressed herein.
P.C.M.C., its employees and advisers make no representation or warranty and shall have no liability
to any person including any Bidder under any law, statute, rules or regulations or tort,
principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this document or
otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the document
and any assessment, assumption, statement or information contained therein or deemed to form part
of this document or arising in any way in this Selection Process.
P.C.M.C. also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Bidder upon the statements contained in this document.
P.C.M.C. may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this document.
The issue of this document does not imply that the P.C.M.C. is bound to select an Bidder or to appoint
the Selected Bidder, as the case may be, for the Consultancy and the P.C.M.C. reserves the right to
reject all or any of the bids without assigning any reasons whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
tender including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the P.C.M.C. or any other costs
incurred in connection with or relating to its tender. All such costs and expenses will remain with the
Bidder and the P.C.M.C. shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Bidder in preparation or submission of the bid, regardless of
the conduct or outcome of the Selection Process.
TABLE OF CONTENTS
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 2 of 58 P.C.M.C.
CONTENTS
INTRODUCTION
1.1 BACKGROUND 1
1.2 DUE DILIGENCE BY BIDDERS 1
1.3 SALE OF RFP DOCUMENT 1
1.4 VALIDITY OF THE TENDER 1
1.5 BRIEF DESCRIPTION OF THE SELECTION PROCESS 2
1.6 PAYMENTS 2
1.7 E-TENDER SCHEDULE 2
1.8 PRE-BID VISIT TO THE SITE AND INSPECTION OF DATA 3
1.9 PRE-BID CONFERENCE (PRE-BID) 3
1.10 COMMUNICATIONS 3
INSTRUCTIONS TO BIDDERS
2.1 SCOPE OF TENDER 4
2.2 CONDITIONS OF ELIGIBILITY OF BIDDERS 5
2.3 CONFLICT OF INTEREST 5
2.4 NUMBER OF BID 5
2.5 COST OF TENDER 5
2.6 SITE VISIT AND VERIFICATION OF INFORMATION 5
2.7 ACKNOWLEDGEMENT BY BIDDER 6
2.8 RIGHT TO REJECT ANY ORAL TENDERS 6
2.9 CONTENTS OF THE TENDER 6
2.10 CLARIFICATIONS 7
2.11 AMENDMENT OF TENDER 7
PREPARATION AND SUBMISSION OF TENDER
2.12 LANGUAGE 8
2.13 FORMAT AND SIGNING OF TENDER 8
2.14 ON LINE ENVELOPE NO. 1 ( TECHNICAL TENDER) 9
2.15 ON-LINE ENVELOPE NO 2 (FINANCIAL TENDER) 9
2.16 SUBMISSION OF TENDER 10
2.17 TENDER DUE DATE 11
2.18 LATE TENDERS 11
2.19 MODIFICATION/SUBSTITUTION/ WITHDRAWAL OF TENDERS 11
2.20 BID SECURITY 11
EVALUATION PROCESS
2.21 EVALUATION OF TENDERS 12
2.22 CONFIDENTIALITY 13
2.23 CLARIFICATIONS 13
APPOINTMENT OF CONSULTANT
2.24 NEGOTIATIONS 13
2.25 SUBSTITUTION OF KEY PERSONNEL 13
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 3 of 58 P.C.M.C.
2.26 INDEMNITY 14
2.27 AWARD OF CONSULTANCY 14
2.28 PERFORMANCE SECURITY 14
2.29 EXECUTION OF AGREEMENT 14
2.30 COMMENCEMENT OF ASSIGNMENT 14
2.31 PROPRIETARY DATA 14
CRITERIA FOR EVALUATION
3.1 EVALUATION OF TECHNICAL TENDERS 15
3.2 SHORT- LISTING OF BIDDERS 16
3.3 EVALUATION OF FINANCIAL TENDER 16
3.4 COMBINED AND FINAL EVALUATION 16
4. FRAUD AND CORRUPT PRACTICES 17
5. MISCELLANEOUS 18
SCHEDULE-1
SCOPE OF WORK
6.1 SCOPE OF SATELLITE IMAGERY 19
6.2 SCOPE OF DIFFERENTIAL GPS SURVEY 19
6.3 SCOPE OF TOPOGRAPHICAL SURVEY 19
6.4 DETAIL TOTAL STATION SURVEY 19
6.5 DATA EXTRACTION FORM SATELLITE IMAGERY 19
6.6 REVENUE MAP SUPERIMPOSING 19
6.7 SANCTIONED LAYOUT SUPERIMPOSING 20
6.8 BASE MAP VERIFICATION 20
6.9 ELU DATA COLLECTION (ATTRIBUTE INFORMATION) 20
6.10 PREPARATION OF EXISTING LAND USE MAP 20
6.11 PREPARATION OF PROPOSED LAND USE MAP 20
6.12 ASSISTANCE TO TOWN PLANNING DEPARTMENT IN PREPARATION OF
DEVELOPMENT PLAN 20
6.13 DELIVERABLES 21
6.14 FEES AND DURATION OF STUDY 21
6.15 TIME & PAYMENT SCHEDULE 21
6.16 STUDY ADMINISTRATION & COORDINATION: 22
6.17 PENALTY CLAUSE 23
6.18 TERMINATION OF CONTRACT 23
6.19 ARBITRATION CLAUSE 23
6.20 TENDER SUBMISSION 23
6.21 ELIGIBILITY 23
SCHEDULE-2
7.0 GUIDANCE NOTE ON CONFLICT OF INTEREST 25
8.0 APPENDIX
APPENDIX I – TECHNICAL TENDERS FORMS
APPENDIX-1A APPLICATION LETTER (ON THE LETTER HEAD OF THE BIDDER) 26
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 4 of 58 P.C.M.C.
APPENDIX-1B CORPORATE INFORMATION OF BIDDER 27
APPENDIX-1C ELIGIBLE ASSIGNMENTS OF THE BIDDER 28
APPENDIX-1D BANK GUARANTEE FOR PERFORMANCE SECURITY 29
APPENDIX-1E FORM OF AGREEMENT 31
APPENDIX-1F FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID 33
APPENDIX-1G (I) ORGANISATION CHART AND MANNING SCHEDULE 34
APPENDIX-1G (II) DETAILS OF EXPERTS 35
APPENDIX-1G (III) DETAILS OF SURVEY EQUIPMENT‟S & SOFTWARE‟S OWNED
BY BIDDER 36
APPENDIX- 1G (IV) FORMAT OF CURRICULUM VITAE (CV) OF PROPOSED KEY EXPERTS 37
APPENDIX- 1H (I) GENERAL APPROACH AND METHODOLOGY 38
APPENDIX- 1H (II) WORK PROGRAMME 39
APPENDIX- 1H (III) COMMENTS / SUGGESTIONS OF THE CONSULTANTS ON
THE SCOPE OF WORK 40
APPENDIX- 1H (IV) ADDITIONAL INFORMATION 41
APPENDIX-1I FINANCIAL CAPACITY OF THE BIDDER 42
APPENDIX-II APPENDIX-II FINANCIAL TENDER 43
GENERAL CONDITIONS OF CONTRACT
9.1. DEFINITIONS AND INTERPRETATION 45
9.2. COMMENCEMENT OF ASSIGNMENT 45
9.3. CARE AND DILIGENCE 45
9.4. SIGNING OF AGREEMENT 45
9.5. TAXES & DUTIES 46
9.6. CONFIDENTIALITY 46
9.7. SUSPENSION OF CONSULTANCY SERVICES 46
9.8. TERMINATION OF CONSULTANCY SERVICES 46
9.9. TERMINATION PROCEDURE 46
9.10. FORCE MAJEURE 47
9.11. RESPONSIBILITY OF TC DURING THE ASSIGNMENT 47
9.12. FACILITIES TO BE MADE AVAILABLE TO CONSULTANT 47
9.13. DISPUTE BETWEEN THE CONSULTANTS AND P.C.M.C. 47
9.14. PERFORMANCE SECURITY 47
ANNEXTURE -1
DATA SHEET FOR PROPERTY USE AND EXISTING LAND USE INFORMATION COLLECTION 48
ANNEXTURE -2
DATA SHEET FOR EDUCATIONAL FACILITY INFORMATION COLLECTION 49
ANNEXTURE -3
DATA SHEET FOR HEALTH FACILITY INFORMATION COLLECTION 49
ANNEXTURE -4
DATA SHEET FOR INDUSTRIES INFORMATION COLLECTION 50
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 5 of 58 P.C.M.C.
1. INTRODUCTION
1.1 Background
The city of Pimpri Chinchwad (P.C.M.C.) is situated northeast of Pune and is 160 km from Mumbai,
the capital of state of Maharashtra. It is predominantly an industrial area, which has developed during
the last four decades. The establishment of the Maharashtra Industrial Development Corporation
(MIDC) in 1961-62 considerable facilitated industrial development in the area. The establishment of
large-scale core industries has led to the growth of ancillary and small-scale industries in and around
this industrial belt. With a current population estimated around 20.00 lakhs in Pimpri Chinchwad, it is
expected to reach about 15.07 lakhs by 2011. As the city continues to grow, the Pimpri Chinchwad
Municipal Corporation (PCMC), which is responsible for provision of all municipal services to the
citizens, is preparing itself to provide quality services to its citizens. Many projects have been taken up
towards this objective.
The efficiency of urban settlements largely depends upon how well they are planned, how
economically they are developed and how efficiently they are managed. There is the need to link
spatial development plan with resource mobilization plan focusing on credit enhancement
mechanisms. Therefore preparation of land use map and regular up gradation is first step towards city
development. Development plan of Pimpri Chinchwad City‟s old Limit (12 Villages ) admeasuring
about 86 sq.km. Area (8600 Hectors approximate) was approved on 18/9/1995. It will expire in the
next two years. The state government had transferred some areas of the Pimpri Chinchwad New
Township Development Authority. The areas also got the approval of separate development plan in
1997 which will expire in 2015. The new development plan (DP) will be prepared as per the provisions
and regulations of the Maharashtra Regional Town Planning (MRTP) Act 1966. Before preparing
revising development plan it is necessary to have an accurate existing land use map. In the absence
of an accurate base map, no planning exercise can be undertaken and the most crucial information
to transfer cities to e-cities is the reliable and accurate digital database. The database consist
mainly large-scale digital maps & its attribute to facilitate a proper planning. Therefore P.C.M.C.
invites e-Tender for selection of an Experience Contractor or Consultant (the "Consultant") for carrying
out Total Station Survey for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) &
Assistance to Town Planning Department in Preparation of Proposed Landuse Map (u/s 26 to 30 of
M.R.T.P. act)
The PCMC intends to select the Consultant through an open competitive national bidding in
accordance with the procedure set out herein. 1.2 Due diligence by Bidder
Bidders are encouraged to get acquainted themselves fully about the assignment and
the local conditions before submitting the e-Tender by visiting the Planning area, sending written
queries and attending a Pre-Bid Conference on the date and time specified in Clause 1.10.
1.3 Sale of e-Tender Document
Tender form along with terms and conditions can be downloaded from e-tendering portal
www.pcmcindia.gov.in Tender form Fee Rs. 5,000/- (Rupees Five Thousand Only) only online
payment. Cheque or cash will not be accepted. Scan copy of online payment attached with Part I –
Technical Bid for online tender procedure and original copy must be submitted to P.C.M.C. with hard
copy submission. The tender shall be uploaded from above mentioned website. The cost of tender
form is non refundable.
1.4 Validity of the e-Tender
The Tender shall be valid for a period of not less than 120 days from the e-Tender Due Date (the
"TDD").
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 6 of 58 P.C.M.C.
1.5 Brief description of the Selection Process
The Authority has adopted a two stage selection process (collectively the "Selection Process") in
evaluating the Tenders comprising technical and financial bids to be submitted online as well as in two
separate sealed envelopes. In the first stage, a technical evaluation will be carried out as specified in
Clause 3.1. Based on this technical evaluation, a list of short-listed Bidders shall be prepared as
specified in Clause 3.2. In the second stage, a financial evaluation will be carried out as specified in
Clause 3.3. Proposals will finally be ranked according to their combined technical and financial scores
as specified in Clause 3.4. The first ranked Bidder shall be selected for negotiation (the "Selected
Bidder") while the second ranked Bidder will be kept in reserve.
1.6 Payments
All payments to the Consultant shall be made in Indian Rupees only INR.
1.7 E-Tender Schedule
The Authority would endeavour to adhere to the following schedule:
Event Description Proposed
Date Event Description
Proposed
Date
News Paper Published Date 19/03/2016 Online Paper Published
Date 19/03/2016
Downloading of Bid document
/ Sale Start Date 19/03/2016 Closing / Sale End Date
13/04/2016
(Up to 3.0PM)
Pre Bid Meeting 05.04.2016
(03.00PM)
Bid Submission Start Date 19/03/2016 Bid Submission End Date 13/04/2016
(Up to 3.0PM)
Technical Bid Opening Date 13/04/2016 Financial Bid Opening
Date -
Notes about e-tendering:
1) All eligible interested Bidders, who want to participate in e-tendering process should compulsory
get enrolled on P.C.M.C. e-tendering portal www.pcmcindia.gov.in
2) Bidder shall contact for details or any difficulties in submission of online tenders if any to DDTP
P.C.M.C. or CITY ENGINEER Dept. Of P.C.M.C.
3) It is compulsory for all participants to submit all documents online. Only Technical Bids shall be
submitted in hard copy also. In case of failure of online submission, hard copy of the submission
shall be treated as invalid. Financial bids shall be submitted on-line only.
4) It is compulsory to submit cost of Tender form Fee and Earnest Money deposit only in the form of
Online Payment. Detailed terms and conditions are displayed on the portal.
5) Right to reject any or all online bids of work without assigning any reasons thereof are reserved
with P.C.M.C.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 7 of 58 P.C.M.C.
6) Above tender Notice is displayed on www.pcmcindia.gov.in
1.8 Pre-Bid visit to the Site and inspection of data
Prospective Bidders may visit the Site and review the available data at any time prior to TDD. For this
purpose, they will provide at least two days' notice to the Deputy Director of Town Planning, P.C.M.C.,
or Town Planner of P.C.M.C.
1.9 Pre-Bid Conference (Pre-Bid)
The date, time and venue of Pre-Proposal Conference shall be: Date & Time:05.04.2016 at 03.00PM
Venue: City Engineer Office, Pimpri Chinchwad Municipal Corporation, Old Pune – Mumbai Highway,
Pimpri, Pune 411018
1.10 Communications
The Deputy Director of Town Planning, P.C.M.C
Phone: 020- 6733367
Fax: - 020-274225600
Email: [email protected]
Or
The City Engineer, Civil Department, P.C.M.C.
Phone:020-67331417
Fax: 020-274225600
Email:[email protected]
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 8 of 58 P.C.M.C.
2. INSTRUCTIONS TO BIDDERS
2.1 Scope of Proposal
2.1.1 Detailed description of the objectives, scope of services, Deliverables and other requirements
relating to this Consultancy are specified in TOR. Bidders are advised that the selection of Contractor
or Consultant shall be on the basis of an evaluation by the P.C.M.C. through the Selection Process.
Bidder shall be deemed to have understood and agreed that no explanation or justification for any
aspect of the Selection Process will be given and that the P.C.M.C.‟s decisions are without any right of
appeal whatsoever.
2.1.2 The Bidder shall submit its e-Tender in the form and manner specified in the Appendices of the
e-tender. The Technical proposal shall be submitted in the format Appendix-I & the Financial Proposal
shall be submitted in the form at Appendix- II.
2.1.3 Key Personnel
The Consultancy Team shall consist of the following key personnel (the "Key Personnel") with
conditions of eligibility as specified therein. CVs for those Key Personnel shall be submitted with
the Proposal.
S.No. Expertise Minimum
Qualification
Min. Pro.
Exp
Experience on Eligible
Assignments
1 Team Leader
Post Graduate in
Urban Planning and member of institute of town planners,india
10 yrs He/She should have been responsible for successful completion of at least Five Eligible Assignments
2 Survey Engineer Graduate in Civil
Engineering
5 yrs He/She should have been responsible for successful completion of at least Three Eligible Assignments
3 Cadastral Expert Diploma in
Civil Engineering
5 years He/She should have been responsible for successful completion of at least Three Eligible Assignments
4 GIS Expert Diploma or degree in
Civil Engineering/ Diploma or degree in GIS
5 Years He/She should have been responsible for successful completion of at least one Eligible Assignments
2.1.4 Equipment
The Consultancy shall make arrangement for the following minimum equipments along with
accessaries and necessary software for the survey work.and preparation of maps. Documents in the
proof of ownership / availability shall be submitted with the Proposal.
S.No. Name of Equipment No. of Equipment
1 Total Station 5 Nos.
2 GNSS RTK GPS System 3 Nos.
2.1.5 Domain Experience
The Consultancy shall have sound domain (Minimum Three Municipal council area GIS base ELU
Work ) experience of preparation of existing land use map (u/s 25 of M.R.T.P. act) & assistance to
town planning department in preparation of proposed landuse map and development plan (u/s 26 to
30 of M.R.T.P. act) preference will be to the counsultancy who has experience of preparation of GIS
based ELU map for municipal corporation area.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 9 of 58 P.C.M.C.
2.2 Conditions of Eligibility of Bidders
2.2.1 Bidders must read carefully the minimum conditions of eligibility (the "Conditions of Eligibility")
provided herein. Proposals of only those Bidders who satisfy the Conditions of Eligibility will be
considered for evaluation.
2.2.2 To be eligible for evaluation of its Bid , Bidder must meet terms and conditions for eligibility
criteria both Technical and Financial as below.
(A) Technical Criteria: Specified in TOR (B) Financial Criteria: Specified in TOR
i. Availability of Key Personnel: The Bidder shall offer and make available all Key Personnel
meeting the requirements specified under clause 2.1.3.
ii. The Bidder shall have domain experience as specified under clause 2.1.5.
iii. Technical proposal will automatically be rejected in case the Bidder is not having domain
experience.
iv. Bidder have licensed copy of mapping & designing software.
v. The Bidder / applicant should be a proprietary firm/ Govt. Undertaking firm/ Pvt.ltd. company
registered under Indian companies Act
vi. Bidder should have service tax registration certificate, Pan Card, VAT registration certificate.
vii.No joint venture / consortium/Association shall be permitted,
viii. Bidder should have local setup /office in P.C.M.C. or adjoining areas for project coordination
2.2.3 The Bidder should submit a Power of Attorney as per Appendix-1F; provided, however, that
such Power of Attorney would not be required if the Application is signed by a partner of the Bidder, in
case the Bidder is a partnership firm or limited liability partnership.
2.2.4 An Bidder should have, during the last three years, neither failed to perform on any agreement,
as evidenced by imposition of a penalty by an arbitral or judicial P.C.M.C. or a judicial pronouncement
or arbitration award against the Bidder or its Associate, nor been expelled from any project or
agreement nor have had any agreement terminated for breach by such Bidder or its Associate.
2.2.5 While submitting a Tender, the Bidder should attach clearly marked and referenced continuation
sheets in the event that the space provided in the specified forms in the Appendices is insufficient.
Alternatively, Bidder may format the specified forms making due provision for incorporation of the
requested information.
2.3 Conflict of Interest Refer to Schedule-2 of this Tender for Definition and Guidance on Conflict of interest.
2.4 Number of Bid No Bidder shall submit more than one Application for the Consultancy.
2.5 Cost of Tender
The Bidders shall be responsible for all of the costs associated with the preparation of
their Tender and their participation in the Selection Process including subsequent negotiation, visits to
the P.C.M.C. Project site etc. The P.C.M.C. will not be responsible or in any way liable for such costs,
regardless of the conduct or outcome of the Selection Process.
2.6 Site visit and verification of information
Bidders are encouraged to submit their respective Proposals after visiting the Planning Area and
ascertaining for themselves the site conditions, traffic, location, surroundings, climate, access,
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 10 of 58 P.C.M.C.
availability of revenue record, drawings and other data with the P.C.M.C., Applicable Laws and
regulations or any other matter considered relevant by them.
2.7 Acknowledgement by Bidder
2.7.1 It shall be deemed that by submitting the Tender, the Bidder has:
(a) Made a complete and careful examination of the Tender Scope of Work;
(b) Received all relevant information requested from the P.C.M.C.;
(c) Acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in
the Tender or furnished by or on behalf of the P.C.M.C. or relating to any of the matters referred to in
Clause 2.6 above;
(d) Satisfied itself about all matters, things and information, including matters referred to in Clause
2.6 herein above, necessary and required for submitting
(e) Acknowledged that it does not have a Conflict of Interest; and
(f) Agreed to be bound by the undertaking provided by it under and in terms hereof.
2.7.2 The P.C.M.C. shall not be liable for any omission, mistake or error on the part of the Bidder in
respect of any of the above or on account of any matter or thing arising out of or concerning or relating
to Tender or the Selection Process, including any error or mistake therein or in any information or data
given by the P.C.M.C..
2.8 Right to reject any oral Proposals
2.8.1 Notwithstanding anything contained in this Tender, the P.C.M.C. Reserves the right to accept
or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without
any liability or any obligation for such acceptance, rejection or annulment, and without assigning any
reasons thereof.
2.8.2 Without prejudice to the generality of Clause 2.8.1, the P.C.M.C. reserves the right to reject any
Proposal if:
(a) At any time, a material misrepresentation is made or discovered, or
(b) The Bidder does not provide, within the time specified by the P.C.M.C., the supplemental
information sought by the P.C.M.C. for evaluation of the Tender.
Misrepresentation/improper response by the Bidder may lead to the disqualification of the Bidder. If
such disqualification/rejection occurs after the Tender have been opened and the highest ranking
Bidder gets disqualified / rejected, then the P.C.M.C. reserves the right to consider the next best
Bidder, or take any other measure as may be deemed fit in the sole discretion of the P.C.M.C.,
including annulment of the Selection Process.
2.9 Contents of the Tender
2.9.1 This Bid comprises the Disclaimer set forth hereinabove, the contents as listed below and will
additionally include any Addendum/ Amendment issued in accordance with Clause 2.11:
TENDER PROPOSAL
1 Introduction
2 Instructions to Bidders
3 Criteria for Evaluation
4 Fraud and corrupt practices
5 Miscellaneous
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 11 of 58 P.C.M.C.
SCHEDULES
Schedule-1 Terms of Reference
Schedule-2 Guidance Note on Conflict of Interest
APPENDICES I/documents for – TECHNICAL PROPOSAL
Appendix-1A – Application Letter Appendix-1B - Corporate Information of Bidder Appendix-1C - Eligible Assignments of the Bidder Appendix-1D - Bank Guarantee for Performance Security Appendix-1E – Form of Agreement Appendix-1F - Format for Power of Attorney for Signing of Bid Appendix-1G (i) - Organisation Chart and Manning Schedule Appendix-1G (ii) – Details of Experts Appendix-1G (iii) - Details of Survey Equipment’s & Software’s owned by Bidder Appendix-1G (iv) – Format of Curriculum Vitae (CV) of Proposed Key Experts as per clause 3.1.7 Appendix-1H (i) - General Approach and Methodology Appendix-1H (ii) – Work Programme Appendix-1H (iii) - Comments Suggestions of the Consultants on the Scope of Work Appendix-1H (iv) – Additional Information Appendix-1I - Financial Capacity of the Bidder
2.10 Clarifications
2.10.1 Bidders requiring any clarification on the Tender may send their queries to the P.C.M.C. in
writing before the date mentioned in the Schedule of Selection Process at Clause1.5.The envelopes
shall clearly bear the following identification:
"Queries/ Request for Additional Information concerning Tender for Preparation of Existing Land use
Map (u/s 25 of M.R.T.P. act) for Old Municipal Limit of Pimpari Chinchawad Municipal Corporation
Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and
Development Plan (u/s 26 to 30 of M.R.T.P. act).”
The P.C.M.C. shall endeavour to respond to the queries within the period specified in Tender to the
Proposal Due Date.
2.10.2 The P.C.M.C. reserves the right not to respond to any questions or provide any clarifications,
in its sole discretion, and nothing in this Clause 2.10 shall be construed as obliging the The
P.C.M.C. to respond to any question or to provide any clarification.
2.11 Amendment of Tender
2.11.1 At any time prior to the deadline for submission of Proposal, the P.C.M.C. may, for any reason,
whether at its own initiative or in response to clarifications requested by an Bidder, modify the e-
Tender document by the issuance of Addendum/Amendment and posting it on the Official Website.
2.11.2 All such amendments will be notified in writing through online to all Bidders who have
purchased the e-Tender document. The amendments will also be posted on the Official Website along
with the revised Tender containing the amendments and will be binding on all Bidders and will be part
of bid document.
2.11.3 In order to afford the Bidders areas on able time for taking an amendment into account, or for
any other reason, the P.C.M.C. may, in its sole discretion, extend the proposal Due Date.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 12 of 58 P.C.M.C.
C. PREPARATION AND SUBMISSION OF TENDER
2.12 Language
The Tender with all accompanying documents (the "Documents") and all communications in relation
to or concerning the Selection Process shall be in English language and strictly on the forms provided
in this Tender. No supporting document or printed literature shall be submitted with the Proposal.
Unless specifically asked for and in case any of these Documents is in another language, it must be
accompanied by an accurate translation of the relevant passages in English, in which case, for all
purposes of interpretation of the Proposal, the translation in English shall prevail.
2.13 Format and signing of Proposal
2.13.1 The Bidder shall provide all the information sought under this Tender. The P.C.M.C. would
evaluate only those proposals that are received in the specified forms and complete in all respects.
2.13.2 The Bidder shall submit copy of the e-Tender, along with Documents.
2.13.3 The Technical Proposal shall be typed or written in indelible ink and signed by the authorised
signatory of the Bidder who shall initial each page, in blue ink. In case of printed and published
Documents, only the cover shall be initialled. All the alterations, omissions, additions, or any other
amendments made to the Proposal shall be initialled by the person(s) signing the Tender. The
Tenders must be properly signed by the authorized representative (the "Authorised Representative")
as detailed below:
(a) By the proprietor, in case of a proprietary firm; or
(b) By a partner, in case of a partnership firm and/or a limited liability partnership; or
(c) By a duly authorised person holding the Power of Attorney, in case of a Limited Company
or a corporation; Or A copy of the Power of Attorney certified under the hands of a partner or
director of the Bidder and notarized by a notary public in the form specified in Appendix-6 shall
accompany the Proposal.
2.13.4 Bidders should note the Tender Due Date, as specified in Clause 1.8, for submission of
Tenders. Except as specifically provided in this tender document, no supplementary material will be
entertained by the P.C.M.C., and that evaluation will be carried out only on the basis of Documents
received by the closing time of Tender Due Date as specified in Clause 1.7. Bidders will ordinarily not
be asked to provide additional material information or documents subsequent to the date of
submission, and unsolicited material if submitted will be summarily rejected. For the avoidance of
doubt, the P.C.M.C. reserves the right to seek clarifications under and in accordance with the
provisions of Clause 2.10.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 13 of 58 P.C.M.C.
2.14 Online Envelope No. 1 ( Technical Proposal)
2.14.1 The First Online envelope "Envelope No. 1" shall contain the following documents
(a) All the prescribed forms from Appendix 1A to 1H along with all supporting establishing Bidders‟
eligibility.
2.14.2 Failure to comply with the requirements spelt out in this Clause 2.14 shall make the Proposal
liable to be rejected.
2.14.3 The Technical Proposal shall not include any financial information relating to the Financial
Proposal.
2.14.4 The proposed team shall be composed of experts and specialists (the "Professional
Personnel") in their respective areas of expertise and managerial/support staff (the "Support
Personnel") such that the Consultant should be able to complete the Consultancy within the specified
time schedule. The Key Personnel specified in Clause 2.1.3 shall be included in the proposed team of
Professional Personnel. Other competent and experienced Professional Personnel in the relevant
areas of expertise must be added as required for successful completion of this Consultancy.
2.14.5 The P.C.M.C. reserves the right to verify all statements, information and documents, submitted
by the Bidder in response to the Tender. Any such verification or the lack of such verification by the
P.C.M.C. to undertake such verification shall not relieve the Bidder of its obligations or liabilities here
under nor will it affect any rights of the P.C.M.C. there under.
2.14.6 In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof, that one or more of the
eligibility conditions have not been met by the Bidder or the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the Bidder shall be
disqualified forthwith if not yet appointed as the Consultant either by issue of the LOA or entering into
of the Agreement, and if the Selected Bidder has already been issued the LOA or has entered in to
the Agreement, as the case maybe, the same shall, not withstanding anything to the contrary
contained therein or in this tender, be liable to be terminated, by a communication in writing by
the P.C.M.C. without the P.C.M.C. being liable in any manner whatsoever to the Bidder or Consultant,
as the case maybe. In such an event, the P.C.M.C. shall forfeit and appropriate the Bid Security as
mutually agreed pre-estimated compensation and damages payable to the P.C.M.C. for time, cost and
effort of the P.C.M.C. without prejudice to any other right or remedy that may be available to the
P.C.M.C.
2.15 Online envelope no 2 (Financial Proposal)
2.15.1 The second online envelope “ Envelope No.2 “ shall contain only the financial offer .
Bidders shall submit the financial proposal in the formats at Appendix-II (the "Financial Proposal")
clearly indicating the total cost of the Consultancy in both figures and words, in Indian Rupees, and
signed by the Bidder‟s Authorized Representative.
2.15.2 The Financial Proposal should be inclusive of all the cost and taxes. (Including service tax also)
2.15.3 In the event of any difference between figures and words, the amount indicated in words shall
prevail. In the event of a difference between the arithmetic total and the total shown in the Financial
Proposal, the lower of the two shall prevail.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 14 of 58 P.C.M.C.
2.15.4 While submitting the Financial Proposal, the Bidder shall ensure the following:
(i) All the costs associated with the assignment shall be included in the Financial Proposal. These
shall normally cover remuneration for all the Personnel (Expatriate and Resident, in the field, office
etc.), accommodation, air fare, equipment, printing of documents, surveys, geo- technical
investigations as per Tender requirements. The total amount indicated in the Financial Proposal shall
be without any condition attached or subject to any assumption, and shall be final and binding. In case
any assumption or condition is indicated in the Financial Proposal, it shall be considered non-
responsive and liable to be rejected.
(ii) The Financial Proposal shall take into account all expenses. (iii) Costs shall be expressed in INR
(Indian Rupees) only.
2.16 Submission of Tender
2.16.1 The Bidders shall submit only Technical envelop in hard bound form with all pages
numbered serially and by giving an index of submissions. Each page of the submission shall be
initialled by the Authorized Representative of the Bidder as per the terms of the Tender. In case the
proposal is submitted on the document downloaded from Official Website, the Bidder shall be
responsible for its accuracy and correctness as per the version uploaded by the P.C.M.C. and shall
ensure that there are no changes caused in the content of Downloaded or photocopied version of the
Tender and the original Tender issued by the P.C.M.C., the latter shall prevail.
2.16.2 The Technical Proposal shall bear the address of the City Engineer, Civil Dept. P.C.M.C.
Tender Notice number, Consultancy name and address of the Bidder. It shall bear on top, the
following:
"Do not open, except in presence of the Authorized Person of the P.C.M.C."
If the envelope is not sealed and marked as instructed above, the P.C.M.C. assumes no responsibility
for the misplacement or premature opening of the contents of the Proposal submitted and consequent
losses, if any, suffered by the Bidder.
2.16.3 The TECHNICAL PROPOSAL" shall contain:
(i) Application in the prescribed format (Form-1 of Appendix-IA to 1l) along with supporting documents;
(ii) Bid security as specified in Clause 2.20.1 bid document cost
2.16.4 The Technical Proposal shall be typed or written in indelible ink and signed by the Authorized
Representative of the Bidder. All pages of the original Technical Proposal must be numbered and
initialled by the person or persons signing the Proposal.
The completed Proposal must be delivered on or before the specified time on Proposal Due Date.
Proposals submitted by fax, telex or e-mail shall not be entertained. The P.C.M.C. is not responsible
for any postal/courier delay or any consequences.
2.16.5 The Proposal shall be made in the Forms specified in this Tender. Any attachment to such
Forms must be provided on separate sheets of paper and only information that is directly relevant
should be provided. This may include photocopies of the relevant pages of printed documents. No
separate documents like printed annual statements, company brochures, copy of contracts, etc. will
be entertained.
2.16.6 The rates quoted shall be firm throughout the period of performance of the assignment up to
and including acceptance of the Feasibility Report by the P.C.M.C. and is charge of all obligations of
the Consultant under the Agreement. (No escalation allow for this work)
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 15 of 58 P.C.M.C.
2.17 Proposal Due Date
2.17.1 Proposal should be submitted on the Proposal Due Date as specified at Clause 1.8 at the
address provided in Clause 1.10 in the manner and form as detailed in this Tender.
2.17.2 The P.C.M.C. may, in its sole discretion, extend the Proposal Due Date by issuing an
Addendum in accordance with Clause 2.11 uniformly for all Bidders.
2.18 Late Proposals
Proposals received by the P.C.M.C. after the specified time on Proposal Due Date shall not be eligible
for consideration and shall be summarily rejected.
2.19 Modification/substitution/ withdrawal of Proposals
Any alteration/ modification in the Proposal or additional information or material supplied subsequent
to the Proposal Due Date, unless the same has been expressly sought for by the P.C.M.C. shall be
disregarded.
2.20 Bid Security
2.20.1 The Bidder shall furnish as part of its Proposal, Earnest Money (Bid Security): A lump sum Bid
Security amount of Rs. 1,00,000/- (Rupees One Lac) only online payment. The Bid Security shall be
returned after completion of the bid process.
2.20.1 Any Proposal/Bid not accompanied by the Bid Security shall be rejected by the P.C.M.C. as
non-responsive.
2.20.2 The P.C.M.C. shall not pay any interest on the Bid Security and the same shall be interest free.
2.20.3 The Bidder, by submitting its Application pursuant to this Tender, shall be deemed to have
acknowledged that without prejudice to the P.C.M.C.'s any other right or remedy here under or in law
or otherwise, the Bid Security shall be forfeited and appropriated by the P.C.M.C. as the mutually
agreed pre-estimated compensation and damage payable to the P.C.M.C. The time, cost and effort of
the P.C.M.C. in regard to the Tender including the consideration and evaluation of the Proposal
under the following conditions:
(a) If an Bidder submits a non-responsive Proposal;
(b) If an Bidder engages in any of the Prohibited Practices specified in Section 4 of this Tender;
(c) If an Bidder withdraws its Proposal during the period of its validity as specified in this Tender
and as extended by the Bidder from time to time;
(d) In the case of the Selected Bidder, if the Bidder fails to reconfirm its commitments during
negotiations as required vide Clause 2.24.1;
(e) In the case of a Selected Bidder, if the Bidder fails to sign the Agreement or commence
the assignment as specified in Clauses 2.28 and 2.29 respectively; or
(f) If the Bidder is found to have a Conflict of Interest as specified in Clause 2.3.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 16 of 58 P.C.M.C.
D. EVALUATION PROCESS
2.21 Evaluation of Tenders
2.21.1 The P.C.M.C. shall open the Tender in the presence of the Bidders or its representative or
any person at the time of tender opening procedure. If the opening date is happened to be
holiday, the next working day shall be considered as opening of proposal date. "Technical
Proposal" shall be opened first. “Financial Proposal" shall be kept sealed for opening at a later date. If
the Proposal submission is not accompanied by the bid cost as per Clause 1.3 shall be considered as
non-responsive.
2.21.2 Prior to evaluation of Proposals, the P.C.M.C. will determine whether each Proposal is
responsive to the requirements of the Tender. The P.C.M.C. may, in its sole discretion, reject any
Proposal that is not responsive here under. A Tender shall be considered responsive only if:
(a) The Technical Proposal is received in the form specified at Appendix-I;
(b) It is received by the Proposal Due Date including any extension hereof pursuant to Clause 2.17;
(c) It is accompanied by the Bid Security as specified in Clause. 20.1.
(d) It is signed, sealed, bound together and marked as stipulated in Clauses 2.13 & 2.16;
(e) It is accompanied by the Power of Attorney as per appendix 1F
(f) It contains all the information (complete in all respects) as requested in the TENDER;
(g) It does not contain any condition or qualification;
(h) It is not non-responsive in terms hereof.
2.21.3 The P.C.M.C. reserves the right to reject any Proposal which is non- responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the P.C.M.C. in
respect of such Proposals.
2.21.4 The P.C.M.C. shall subsequently examine and evaluate Tenders in accordance with the
Selection Process specified at Clause 1.5 and the criteria set out in Section 3 of this Tender.
2.21.5 The P.C.M.C. may invite all shortlisted Bidders for demonstrations of previously successfully
completed projects.
2.21.6 After the technical evaluation, and demonstration the P.C.M.C. shall prepare a list of pre-
qualified and shortlisted Bidders in terms of Clause 3.2 for opening of their Financial Proposals. A
date, time and venue will be notified to all Bidders for announcing the result of evaluation and opening
of Financial Proposals. Before opening of the Financial Proposals, the list of pre-qualified and
shortlisted Bidders along with their Technical Score will be read out. The opening of Financial
Proposals shall be done in presence of respective representatives of Bidders. The P.C.M.C. will not
entertain any query or clarification from Bidders who fail to qualify at any stage of the Selection
Process. The financial evaluation and final ranking of the Proposals shall be carried out in terms of
Clauses 3.3 and 3.4.
2.21.7 The Selection of Bidder shall be entirely at the discretion of the P.C.M.C. Bidders shall be
deemed to have understood and agreed that the P.C.M.C. shall not be required to provide any
explanation or justification in respect of any aspect of the Selection Process or Selection.
2.21.8 Any information contained in the Proposal shall not in any way be construed as binding on the
P.C.M.C., its agents, successors or assigns, but shall be binding against the Bidder if the Consultancy
is subsequently awarded to it.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 17 of 58 P.C.M.C.
2.22 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for the
selection of Bidders shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional adviser advising the P.C.M.C. in relation to matters arising
out of, or concerning the Selection Process. The P.C.M.C. shall treat all information, submitted as part
of the Proposal, in confidence and shall require all those who have access to such material to treat the
same in confidence. The P.C.M.C. may not divulge any such information unless it is directed to do so
by any statutory entity that has the power under law to require its disclosure or is to enforce or assert
any right or privilege of the statutory entity and/or the P.C.M.C. or as may be required by law or in
connection with any legal process.
2.23 Clarifications
2.23.1 To facilitate evaluation of Tenders, the P.C.M.C. may, at its sole discretion, seek clarifications
from any Bidder regarding its Proposal. Such clarification(s) shall be provided within the time specified
by the P.C.M.C. for this purpose. Any request for clarification(s) and all clarification(s) in response
thereto shall be in writing.
2.23.2 If an Bidder does not provide clarifications sought under Clause 2.23.1 above within the
specified time, its Proposal shall be liable to be rejected. In case the Proposal is not rejected, the
P.C.M.C. may proceed to evaluate the Proposal by construing the particulars requiring clarification to
the best of its understanding, and the Bidder shall be barred from subsequently questioning such
interpretation of the P.C.M.C.
E. APPOINTMENT OF CONSULTANT
2.24 Negotiations
The Selected Bidder may, if necessary, be invited for negotiations. The negotiations shall generally
not be for reducing the price of the Proposal, but will before re-confirming the obligations of the
Consultant under this Tender. Issues such as deployment of Key Personnel, understanding of the
Tender, methodology and quality of the work plan shall be discussed during negotiations. In case the
Selected Bidder fails to reconfirm its commitment, the P.C.M.C. reserves the right to designate the
next ranked Bidder as the Selected Bidder and invite it for negotiations.
2.25 Substitution of Key Personnel
2.25.1 The P.C.M.C. will not normally consider any request of the Selected Bidder for substitution of
Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any
change there in may upset the ranking. Substitution will, however, be permitted if the Key Personnel is
not available for reasons of any incapacity or due to health, subject to equally or better qualified and
experienced personnel being provided to the satisfaction of the P.C.M.C.
2.25.2 The P.C.M.C. expects all the Key Personnel to be available during implementation of the
Agreement. The P.C.M.C. will not consider substitution of Key Personnel except for reasons of any
incapacity or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject
to equally or better qualified and experienced personnel being provided to the satisfaction of the
P.C.M.C.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 18 of 58 P.C.M.C.
2.26 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify the P.C.M.C. for an
amount not exceeding 10% (ten percent) of the Agreement value for any direct loss or damage that is
caused due to any deficiency in services.
2.27 Award of Consultancy
After selection, a Letter of Intent (the"LOI") shall be issued to the Selected Bidder. The
Selected Bidder shall, submit the Letter of Acceptance (LOA) along with the 4 % Performance
Security by way of Bank Guarantee from Nationalized/ Scheduled bank in favour of The
commissioner, P.C.M.C. within 15 (fifteen) days from the date of the LOI .
2.28 Performance Security:
The successful bidder shall submit 5% of the accepted bid cost as Performance Security by
way of Bank Guarantee from Nationalized/ Scheduled bank in favour of The commissioner, P.C.M.C.
payable at Pimpari Chinchawad along with letter of acceptance prior to signing of the contract. And
Security Deposit will be 5% of Accepted contract amount out of which Earnest money (1,00,000) will
convert into security deposit and remaining will be deducted from Running Account Bill (Part
Payment)
The validity of the Performance Security and Security deposit deducted from Running Account Bill will
be disbursed 50% after 3 months beyond the date of submission of final ELU (as per sec. 25) and
remaining 50% of Performance Security and Security deposit deducted from Running Account Bill will
be disbursed after successful submission of Development Plan (as per sec. 30(1)).
2.29 Execution of Agreement
After acknowledgement of the LOA as a foresaid by the Selected Bidder, it shall execute the
Agreement within the period of 15 day from the Letter of Acceptance (LOA) from the successful
bidder,. The Selected Bidder shall not been titled to seek any deviation in the Agreement.
2.30 Commencement of assignment
The notice to proceed with the Consultancy shall be issued within 15 days from the date of signing of
the agreement. The time allowed for the assignment are mentioned in Schedule-I(E) ClauseNo.3
If the Consultant fails to either sign the Agreement or commence the assignment as specified herein,
the P.C.M.C. may invite the second ranked Bidder for negotiations. In such an event, the Bid Security/
Performance Security of the first ranked Bidder shall be forfeited.
2.31 Proprietary data
Subject to the provisions of Clause 2.22, all documents and other information provided by the
P.C.M.C. or submitted by an Bidder to the P.C.M.C. shall remain or become the property of the
P.C.M.C. Bidders and the Consultant, as the case may be, are to treat all information as strictly
confidential. The P.C.M.C. will not return any tender or any information related thereto. All
information collected, Maps prepared, analyzed, processed or in whatever manner provided by the
Consultant to the P.C.M.C. in relation to the Consultancy shall be the property of the P.C.M.C. Model
and license of the software used for demand forecast by the Consultant will not have to be provided to
the P.C.M.C.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 19 of 58 P.C.M.C.
3. CRITERIA FOR EVALUATION
3.1 Evaluation of Technical Proposals
3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis of Bidder's experience,
its understanding of TOR, proposed methodology and Work Plan, and the experience of Key
personnel. Only those Bidders whose Technical Proposals get a score of 80 marks or more out of
100 shall qualify for further consideration, and shall be ranked from highest to the lowest on the basis
of their technical score(ST).
3.1.2 The scoring criteria to be used for evaluation shall be as follow.
Sl. No. Parameter Max. Marks
1. Background, work experience , reputation of the organization and Survey Equipments owned by the fi rms. (see clause 3.1.4 here below for eligible assignments)
(a) Experience of the Firm in Carrying out similar assignments of GIS
Base Existing Land Use Mapping in Urban Local Body area
• more than 10 Assignments (30 marks)
• 6 to 10 assignments (15 marks)
• 3 to 5 assignments (5 marks) (b) Experience of the firm in carrying out similar assignment for municipal cprporation (c) Equipment availability
• more then 5 Total Station (5 marks)
• 5 Total Station (3marks)
40
35
5
5
2. Experience of the Firm in carrying out similar assignments (see clause 3.1.4 here below for eligible assignments)
Number of Hectors of GIS base Existing Land Use Survey in aggregate for which the firm has been involved
• more than 5000 hectors (40marks)
• 3501 to 5000 hectors (30 marks)
• 2000-3500 hectors (15 marks)
40
3. Background, experience and qualifications of the key
personnel proposed to be assigned to the work, including their familiarity
with similar work undertaken by agency.
(a)Education Qualification (maximum marks 30%) • Post-Graduate (maximum marks 30%) • Graduate (maximum marks 15%) (b)Experience of personnel in Existing Land Use Survey Project (maximum marks 70%) • more than 5 Projects (maximum marks 70%) • 3-5Projects (maximum marks 50%) • <3Projects (maximum marks 25%)
20
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 20 of 58 P.C.M.C.
3.1.3 Evaluation of the CVs will be held with respect to the weights for each key position as given in
the table below. In case one or two CVs, for positions other than the Team Leader, are not eligible,
maximum marks will be considered negatively for this/ those position(s).
Sl.No Expertise Weightage
1 Urban Planner 25%
2 Survey Engineer 25%
3 Cadastral Expert 25%
4 GIS Expert 25%
Total 100%
3.1.4 Eligible Assignments for Firm experiences for the purposes of Technical evaluation of the
Tender under these tender following assignments are eligible: GIS Based Existing Land Use Survey
and preparation of Land Use Maps for municipal Corporation / Municipal Council in Maharashtra
State having area more than 2000 hector in a single project and should have GIS Based Existing
Land Use Survey experience with at least 3 Municipal area in Maharashtra state (Work completion
certificate must be attached with Technical proposal)
3.1.5 Eligible Assignments for Key Personnel
For the Key Personnel eligibility and evaluation, following assignments will be eligible: Existing
Land Use Survey for Municipal Corporation or Municipal council having area more than 2000
hectors in Maharashtra State.
3.2 Short- listing of Applicants
Short-listing of the Applicants ranked as aforesaid, not more than five shall be pre-qualified and short-
listed for financial evaluation in the second stage. As the project is highly specialized in nature, even if
only one bidder is qualified in the Technical Bid evaluation process, the same shall be considered and
approved. Financial Bids of only technically qualified bidders shall be opened and negotiations may
take place with the selected bidder(s).
3.3 Evaluation of Financial Proposal
3.3.1 In the second stage, the financial evaluation will be carried out as per this Clause 3.3. Each
Financial Proposal will be assigned a financial score (SF).
3.3.2 For financial evaluation, the cost quoted in the Financial Proposal, in Appendix-II.
3.3.3 P.C.M.C. will determine whether the Financial Proposals are complete, unqualified and
unconditional. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the
total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be
compensated and the liability to fulfil its obligations as per the TOR within the total quoted price shall
be that of the Consultant. The lowest Financial Proposal (FM) will be given a financial score (SF) of
100 points.
The financial scores of other Proposals will be computed as follows:
SF = 100 X FM/ F (F=amount of Financial Proposal)
3.4 Combined and final evaluation
3.4.1 Proposals will finally be ranked according to their combined technical (ST) and financial (SF)
scores as follows:
S = (ST x Tw) + (SF x Fw) (S= Combined score)
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 21 of 58 P.C.M.C.
Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal and
Financial Proposal that shall be 0.70 and 0.30 respectively.
3.4.2 The Selected Applicant shall be the first ranked Applicant (having the highest combined score).
The second ranked Applicant shall be kept in reserve and may be invited for negotiations in case the
first ranked Applicant withdraws, or fails to comply with the requirements specified in Clauses 2.24,
2.28, 2.29 and 2.30, as the case may be.
4. FRAUD AND CORRUPT PRACTICES
4.1 The Bidders and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary
contained in this Tender, the P.C.M.C. shall reject a Tenser without being liable in any manner what
so ever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent,
engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice (collectively the "prohibited Practices") in the Selection Process. In such an event, the
P.C.M.C. shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid
Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated
compensation and damages payable to the P.C.M.C. for, interalia, time, cost and effort of the
P.C.M.C. in regard to the Tender, including consideration and evaluation of such Applicant's Proposal.
4.2 Without prejudice to the rights of the P.C.M.C. under Clause 4.1 here in above and the rights
and remedies which the P.C.M.C. may have under the LOA or the Agreement, if an Contractor
or Consultant, as the case may be, is found by the P.C.M.C. to have directly or indirectly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Selection Process, or after the issue of the LOA
or the execution of the Agreement, such Contractor or Consultant shall not be eligible to participate
in any tender issued by the P.C.M.C. during a period of 2 (two) years from the date such Contractor
or Consultant, as the case may be, is found by the P.C.M.C. to have directly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as the case maybe.
4.3 For the purposes of this Section, the following terms shall have the meaning here in after
respectively assigned to them:
(a) "Corrupt practice" means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the action of any person connected with the Selection Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner what so ever,
directly or indirectly, any official of the P.C.M.C. who is or has been associated in any manner, directly
or indirectly with the Selection Process.
(b) "Fraudulent practice" means a misrepresentation or omission of facts or disclosure of incomplete
facts, in order to influence the Selection Process;
(c) "Coercive practice" means impairing or harming or threatening to impair or harm, directly or
indirectly, any persons or property to influence any person's participation or action in the Selection
Process;
(d) "Undesirable practice" means (i) establishing contact with any per son connected with or
employed or engaged by the P.C.M.C. with the objective of canvassing, lobbying ordinary manner
influencing or attempting to influence the Selection Process; or (ii)having a Conflict of Interest; and
(e)"Restrictive practice" means forming a cartel or arriving at any understanding or arrangement
among Applicants with the objective of restricting or manipulating a full and fair competition in the
Selection Process.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 22 of 58 P.C.M.C.
5. MISCELLANEOUS
5.1 The Selection Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at Pune shall have exclusive jurisdiction overall disputes arising under, pursuant
to and/or in connection with the Selection Process.
5.2 The P.C.M.C. in its sole discretion and without incurring any obligation or liability, reserves the
right, at anytime, to:
(a) Suspend and / or cancel the Selection Process and/or amend and/or supplement the Selection
Process or modify the dates or other terms and conditions relating thereto;
(b) Consult with any Bidder in order to receive clarification or further information;
(c) Retain any information and/or evidence submitted to the P.C.M.C. by, on behalf of and/ or in
relation to any Bidder; and/or
(d) Independently verify, disqualify, reject and/or accept any and all submissions or other information
and/or evidence submitted by or on behalf of any Bidder.
5.3 It shall be deemed that by submitting the Proposal, the Bidder agrees and releases the
P.C.M.C. its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any
and all liability for claims, losses, damages, costs, expenses or liabilities in anyway related to or
arising from the exercise of any rights and/or performance of any obligations here under, pursuant
here to and/or in connection here with and waives any and all rights and/ or claims it may have in this
respect, whether actual or contingent, whether present or future.
5.4 All documents and other information supplied by the P.C.M.C. or submitted by a Bidder shall
remain or become, as the case maybe, the property of the P.C.M.C. The P.C.M.C. will not return any
submissions made here under. Bidder are required to treat all such documents and information as
strictly confidential.
5.5 The P.C.M.C. shall not provide any service or facilities to the Consultant during the
consultancy period. The Consultant has to arrange of all the facilities to carry out the work. The
Financial proposal shall include all the cost.
5.6 The P.C.M.C. reserves the right to make inquiries with any of the clients listed by the Bidder in
their previous experience record.
5.7 FORCE Majeure: Force Majeure shall be defined as follows:
“Neither the Client nor the Consulting Engineer shall be considered in default in performance of the
obligations under this Agreement if such performance is prevented or delayed by events such as, war,
hostilities, revolution, riots, civil commotion, strikes, lockouts, Conflagrations, epidemics, accident, fire,
wind, flood, draught earthquake or because of any law, order, proclamation, regulation or ordinance of
any act of God, or for any other cause beyond the reasonable control of the party affected provided
notice in writing of any such clause with necessary evidence that the obligation under the Agreement
is there by affected or prevented or delayed is given within 15 (fifteen) day from the happening of the
event with sufficient documentary proof with regard to its existence and its continuance thereafter. As
soon as the cause of force majeure has been removed, the party whose ability adducing necessary
evidence in support thereof from the date of the occurrence of a case of force majeure, the obligation
of the party affected shall be suspended during the continuance of any inability so cause until the case
itself and inability resulting there from have been removed and the agreed time of completion of the
resulting obligations under this Agreement shall stand extended by a period equal to the period of
delay occasioned by such events.”
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 23 of 58 P.C.M.C.
SCHEDULE-1
6.0 Terms of Reference (TOR) for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act)
for Old Limit of Pimpari Chinchawad Municipal Corporation (P.C.M.C. OLD LIMIT) Area &
Assistance to Town Planning Department in Preparation of Proposed Landuse Map and
Development Plan (u/s 26 to 30 of M.R.T.P. act)
SCOPE OF WORK
The services to be provided as follows:
6.1 Scope of Satellite Images
Procurement of latest available Satellite Image – Cloud free true colour satellite images having spatial
resolution 0.30 - 0.60 meter shall be procured. In order to create an accurate, true and realistic base
map it is essential to correlate the existing surveyed data with high-resolution satellite images (0.30m -
0.60m true color). The Satellite Images shall help in seamless and accurate presentation of P.C.M.C.
Old Municipal Corporation Limit
6.2 Scope of Differential GPS Survey
Differential Global Positioning System (DGPS) is an enhancement to Global Positioning System that
uses a network of fixed ground based reference stations to broadcast the difference between the
positions indicated by the satellite systems and the known fixed positions. These stations broadcast
the difference between the measured satellite pseudo ranges and actual (internally computed) pseudo
and receiver stations may correct their pseudo ranges by the same amount.
Control Points established by DGPS in old limit of P.C.M.C. are available. Bidder shall condut the
reconnaissance survey to confirm the availability of monuments on the site at their respective
locations of these Control Points and use the same for Total Station Survey.
6.3 Scope of Topographical Survey and Traversing
Total area of P.C. M. C. (old limit) shall be surveyed systematically. Control points available from
DGPS survey shall be used. Closed traverse shall be run starting from a fixed PBM (DGPS) and
closing onto another known PBM throughout the area using total station.
6.4 Detail Total Station Survey
Total Station survey shall be carried out as stated above using control on 1:1000 scale. In this survey,
all existing features such as building front edges, corners, compound wall, fence, gate, all types roads,
road divider, footpath, open gutters, sewerage chamber, hand pump, telephone poles, electric poles,
lamp Poles, shall be surveyed.
6.5 Data extraction from Satellite Images
Data Collected in Total Station survey data shall be superimposed on rectified Satellite images
(rectified using DGPS points), and all existing features identified in satellite image such as building
footprints, compound, open streams, river, tree covered area, etc shall be marked with respect to
Total Station Point and satellite image.
6.6 Revenue Map superimposition
Village maps shall be acquired from the Office of Settlement Commissioner, Pune and the City Survey
maps shall be acquired from the concerned department if these are not provided by P.C.M.C. and
scanned using high resolution scanner. These shall be scanned (if original data is in the form of paper
maps) and superimposed on the updated base map generated in above phase. From revenue map,
the following features shall be transferred on updated Base map:
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 24 of 58 P.C.M.C.
o Survey Boundary & No
o City Survey Boundary & No
o River, Nala
o Road
o Forest area
o Any other features shown in these maps
6.7 Sanctioned Layout and Building Permission data superimposition
Original sanctioned layout maps and Building Permissions data shall be sought from the concerned
department of P.C.M.C. and the same shall be scanned using high resolution scanner. These shall be
superimposed on the updated base map generated in above phase. From sanctioned layout map and
building permission following features shall be transfer on updated Base map
o Survey Boundary & No
o Plot Boundary & No
o Nala
o Road
o Open Space
6.8 Base Map verification
Base map generated in above Phase shall be verified for its correctness as per existing ground
conditions. Unique Number shall be assigned to each and every existing building footprint (Structure).
6.9 ELU data collection (Attribute Information)
Existing land use information as specified by P.C.M.C. and Town Planning department shall be
collected with respect to each building footprint (structure) against its unique ID. The existing land use
information shall be collected through primary data collection/ field visit (annexure-1 to 5 attached).
6.10 Preparation of Existing Land Use Map & Existing Land Use Report
Using the data generated from above phases Existing Land Use Map alongwith a detailed ELU Report
(as per section 25 of M.R.T.P. act) shall be prepared and necessary area statistics shall be generated
as per the guidelines set by Town Planning department. Information regarding schools, colleges and
hospitals as well as report of existing Public Semi Public and Public Amenities will be also handed
over to Town Planning department.
6.11 Preparation of Proposed Land Use Map
Upon submission of Existing Land Use Map, draft proposed DP roads, reservations and landuse
zoning drafted by Town planning Department shall be transferred to digital data (map) to prepare
Proposed Land Use Map (as per section 26 of M.R.T.P. act). Necessary area statistics shall also be
generated.
6.12 Assistance to Town Planning Department in Preparation of Development Plan
After successful submission of Proposed Land Use Map, support shall be provided to town planning
department for incorporating modifications suggested by Deputy Director Town Planning, Director
Town Planning, Municipal Council Authority and Planning Authority under sections 26-30 of M.R.T.P.
act to prepare final Development Plan of P.C.M.C. old limit area. The bidder shall also assist during all
stages of preparation of Development Plan.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 25 of 58 P.C.M.C.
DELIVERABLES
6.13 Scope of work will be integral part of deliverables. Following reports in five (5) hard copies
and one (1) soft copy have to be submitted to Client as per timelines given in Tender.
6.13.1 Following deliverables will be part of the respective reports/stages:
The selected agency shall provide maps as per scope of work mentioned in tender document (phase wise maps) as well as following set of maps in digital (soft) format as well as in hard copy (printout) format. Map scale will be decided by the Town Planning department.
Eight sets of final Existing Land Use (E.L.U.) map with area statistics and detailed ELU Report
Two uncoloured sets of E.L.U. base map for proposal drafting under section 26, to DDTP Dept.
Single set of Draft Proposed Land Use (P.L.U.) map to Town Planning officer for approval,
Three sets of P.L.U. map to Director, Town Planning department for approval,
Single Corrected set of draft P.L.U. map to Town Planning Officer on approval from Director, Town Planning department,
Six sets of final P.L.U. map (under section 26) with area statistics, for Publication
Single set of P.L.U. map Town Planning officer with updations suggested by Planning Committee (under section 28/4),
Six sets of draft Development Plan (under section 28/4), on approval from Deputy Director, Director, and Director of Town Planning and Planning Committee,
Six sets of final Development Plan (under section 30/1).
All the surveyed, statistical data as well as the maps mentioned above shall be submitted to PCMC in hard as well as soft format.
6.13.2 The Consultant will make presentation to all stakeholders on Land use Plan.
6.14 FEES AND DURATION OF PROJECT
6.14.1 The Total fees for the carrying out Existing Land Use Survey and preparation of Land Use
Map shall be as quoted per Hector basis by agency in INR including service tax as applicable. Final
Payment will be made as per the actual survey of planning area.
6.14.2 The period for preparation of Existing Land Use (ELU) as per section 25 of M.R.T.P. act. is 6
months. Time period for Assistance to Town Planning Department in Preparation of Proposed
Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act) shall be granted by P.C.M.C. as
per the direction given by The Town Planning Department.
6.15 TIME & PAYMENT SCHEDULE
6.15.1 The total duration for carrying out Existing Land Use (ELU) as per section 25 of M.R.T.P. act.
shall be 6 (Six) months. The Consultant shall deploy its Key Personnel as per the Deployment of
Personnel proposed.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 26 of 58 P.C.M.C.
6.15.2 Time schedule for important Deliverables (the "Key Dates") of the Consultancy and the
payment schedule linked to the specified Deliverables are given below:
Time Schedule
No. Description of Key activity Duration
01 Reconnaissance Survey Within 15 days from the date mentioned
in the notice to proceed with the work.
02 Establishing Ground Control Points by DGPS Subjected to availability of DGPS Control Points. If
DGPS survey is required, it shall be carried out
within 15 days from the date of work order.
03 Carrying out Existing Land Use Survey Within 4 months from the date of work order.
04 Submission of Draft Existing Land Use Map &
Report
Within 5 month from the date of work order.
05 Submission of Existing Final Land Use Map&
Report
Within 6 month from the date of work order.
06 Submission of draft Proposed Land Use Map As per Time scheduled and Input given by
Commissioner/ DDTP Town Planning department
07 Submission of Development Plan / revised draft
Development Map
As per Time scheduled and Input given by
commissioner/ DDTP Town Planning department
6.15.3 Payment Schedule
Every item in the Bill of Quantities shall be deemed to include all works, functions, labour, and
materials and inputs whatsoever necessary for the achievement thereof and/or incidentals thereto or
connected therewith complete in all respect in accordance with the contract documents.
Working
Phase
Scope of Work in Schedule-1 (6.1 to 6.11) Payment
Disbursement
6.1 On Satellite Image Procurement 05%
6.2 On Completion of Differential GPS Survey 05%
6.3 On Completion of Topographical Survey and Traversing Survey 05%
6.4 On Completion of Detail Total Station Survey
25% 6.5 On Completion of Data extraction from Satellite Images
6.6 On Completion of Revenue Map superimposition on TST Base Map
15%
6.7 On Completion of Sanctioned Layout and Building Permission data
superimposition on TST Base Map
6.8 On Completion of Base Map verification
6.9 On Completion of ELU data collection (Attribute Information) 10%
6.10 On Preparation and submission of Existing Land Use Map & ELU Report to
P.C.M.C.
10%
6.11 Preparation of Proposed Land Use Map 10%
6.12 Assistance to Town Planning Department/ PCMC in Preparation of Development
Plan
5%
6.13 Periodic Assistance to Town Planning Department/ PCMC for revising
Development Plan till final approval by Government
10%
6.16 STUDY ADMINISTRATION & COORDINATION:
A) The P.C.M.C. will function as study contract coordinators to observe the study and provide a
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 27 of 58 P.C.M.C.
focal point for interaction with the consultant on behalf of the clients.
B) The Consultant will be required to liaise and coordinate with all the concerned agencies.
6.17 PENALTY CLAUSE
If the deliverable reports are not submitted as per the schedule, 0.5% of the fee for each week of
delay beyond the agreed delivery milestone. The aggregate of maximum penalty payable to the client
shall be subject to a maximum of 10% of the work order fee for deliverable.
6.18 TERMINATION OF CONTRACT
If the client for any reasons whatsoever decides to terminate the contract, a written notice of
termination to the consultant shall be given with a notice period of 30 days. Fees for the work done
approved till the time of termination shall be made as mutually decided between client and
the Consultant. If the contract is terminated due to non-submission of reports within prescribed
time schedule, inferior quality of reports, non-obeyance to instructions, then the performance
security deposited by consultant will be forfeited.
6.19 ARBITRATION CLAUSE
In the case of any dispute arising upon or in relation to or in connection with the contract thereof shall
be amicably resolved through discussions between the client and the consultant, failing which the
dispute may be settled under the rule of Indian Arbitration Act, 1996 by three arbitrators appointed,
one each by the client and the consultant and the third by mutual agreement of these two arbitrators
under such rules. The said arbitrators shall have full power to open up review and revise any
decision, opinion, instruction determination certificate or evaluation of the Consultants and the
client related to the dispute. In the event of failure of these discussions and judicial resolution
becoming necessary, then and only in that event, the matter shall be referred to the courts of State of
Maharashtra, India.
6.20 PROPOSAL SUBMISSION
Proposals shall be submitted as per e-tendering schedule.
6.20.1 Earnest Money (Bid Security): A lump sum Bid Security amount of Rs. 1,00,000/- one lac
only online payment to be submitted. The Bid Security shall be returned after completion of the bid
process.
6.20.2 Performance Security: The successful bidder shall submit 5% of the accepted bid cost as
Performance Security by way of Bank Guarantee from Nationalized/Scheduled bank in favour of
The commissioner, P.C.M.C. along with letter of acceptance prior to signing of the contract. The
validity of the performance will be up to one year from the date of submission of the Final ELU & Draft
PLU.
6.20.3 The technical proposal and other documents as requested in the TOR along with a lump sum
Bid Security amounting Rs. 1,00,000/- One Lac only (online payment) and bear the superscription as
„TECHNICAL PROPOSAL‟.
6.20.4 Bidders submitting the financial Proposal in hard copy shall be disqualified.
Submissions after the deadline or not in conformity with the specified format will be rejected. P.C.M.C.
reserves the right to accept or reject any or all applications without giving any reasons thereof.
6.21 ELIGIBILITY
Applicant must meet terms and conditions for eligibility criteria both Technical and Financial.
6.21.1 Technical Criteria
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 28 of 58 P.C.M.C.
A) The Applicants must be of National/International repute and registered under Company/Society Act
or an Institution recognized by State/Central Government of India (GOI)
B) The Applicants must have experience of (a) Existing Land Use Survey and preparation of Land
Use Maps for Corporation / Municipal Council having area more than 2000 hector in a single project in
Maharashtra State.
C) Applicant has never been blacklisted or banned by any Government Department/PSU/Semi
Government Agency in India and if blacklisted, blacklisting was duly cancelled and currently not
blacklisted. The applicant should submit self- certification to this effect. Any applicant found blacklisted
by any Government Department/PSU/Semi Government Agency in India, shall not be considered for
this bid.
D) Agency must be functional for the last 15 years.
E) Documents in support of similar earlier experience including letter of intent/work order
issued/contract agreement, certificate of satisfactory performance and completion of carrying out
existing Land Use Survey and preparation of land use map should be submitted along with the
proposal.
6.21.2 Financial Criteria
A) Shall have minimum annual turnover of Rs. One crore from Survey works during any of last 3
years.
B) The Net Worth of the applicant should be positive on the close of last financial year and also for
last 05 years.
C) The applicant has to submit the annual report/audited accounts/balance sheet for last 5 years duly
certified by the Chartered Accountant of the agency.
Note: All documentary evidence of experience including client‟s references and certificates must be
enclosed in support of the same otherwise bid could be rejected.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 29 of 58 P.C.M.C.
SCHEDULE-2
7.0 GUIDANCE NOTE ON CONFLICT OF INTEREST
A) This Note further explains and illustrates the provisions of Clause 2.3 of the Tender and shall
be read together there within dealing with specific cases.
B) Consultants should be deemed to be in a conflict of interest situation if it can be reasonably
concluded that their position in a business or their personal interest could improperly influence their
judgment in the exercise of their duties. The process for selection of consultants should avoid
both actual and perceived conflict of interest.
C) Another form of conflict of interest called "scope-creep" arises when consultants advocate
either an unnecessary broadening of the terms of reference or make recommendations which are not
in the best interests of the P.C.M.C. but which will generate further work for the consultants. Some
forms of contractual arrangements are more likely to lead to scope-creep. For example, lump-sum
contracts provide fewer incentives for this, while time and material contracts provide built in incentives
for consultants to extend the length of their assignment.
D) Every project contains potential conflicts of interest. Consultants should not only avoid any
conflict of interest, they should report any present/ potential conflict of interest to the P.C.M.C. at the
earliest. Officials of the P.C.M.C. involved in development of a project shall be responsible for
identifying and resolving any conflicts of interest. It should be ensured that safeguards are in place to
preserve fair and open competition and measures should be taken to eliminate any conflict of interest
arising at any stage in the process.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 30 of 58 P.C.M.C.
8.0 Appendix
Appendix I – Technical proposals forms
Appendix 1 A
APPLICATION LETTER (On the Letter Head of the Bidder)
To
The commissioner,
Pimpari Chinchawad Municipal Corporation
(Location, Date)
Dear Sir / Madam,
Sub: Appointment of the consultant for Preparation of Existing Land use Map (u/s 25 of
M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation (P.C.M.C.) Old limit Area &
Assistance to Town Planning Department in Preparation of Proposed Land Use Map and
Development Plan (u/s 26 to 30 of M.R.T.P. act)
Being duly authorized to represent and act on behalf of.............................. (Hereinafter referred to as
"the Bidder") and having reviewed and fully understood all of the requirements of the bid
document and information provided, the undersigned Hereby apply for the project referred above.
We are enclosing the Technical Bid and Financial Bid in one original plus one copy with the details as
per the requirements of the Bid Document, for your evaluation.
The following is the content of the proposal;
1............................
2............................
3............................
We here by confirm the validity of our proposal for 120 days from the date of submission. Yours
sincerely,
Authorized Signature:
Name and Title of Signatory
Seal of the Company
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 31 of 58 P.C.M.C.
Appendix-1B
CORPORATE INFORMATION OF BIDDER
1. Name of the organization
2. Permanent address
Tel: Fax:
Email-id:
3. Name of the Authorized person for submitting proposal:
Mobile No.:
Email-id:
(Attach Authorization letter of Competent Authority)
4. Registration details
Registered under: Registration year:
Registration No.:
(Attach copy of Registration certificate)
5. Online payment details of Bid Security.
Amount:
Online payment transaction No.:
Issuing Date:
Name of the Bank:
6. Whether the Agency functional for the past 05 years: Y/N
7. Whether the Agency was ever blacklisted: Y/N
If yes whether that blacklisting was not cancelled: Y/N
(If yes, attach copy of same and the affidavit)
8. Brief professional background of the organization
9. Average Annual Turnover (last 5 financial years)
10. qualification of the key person and staff, the agency should submit the list of staff with
qualification.
Authorized Signature
Name and Title of Signatory
Seal of Company
Note:
The application should provide the Financial Capability based on own financial statement. Financial
capability of the Bidder parent company or its subsidiary or any associates company should not
be considered for computation of the Financial Capacity of the Bidder. The Bidder shall provide
audited Annual Reports as required under this Bid document.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 32 of 58 P.C.M.C.
Appendix-1C
ELIGIBLE ASSIGNMENTS OF THE BIDDER
A statement supported by documentary evidence establishing fulfilment of all the Minimum Eligibility
Criteria by the bidder to be provided.
Sl. No. Client Address Name of the
Eligible
Assignment
Value of
consultancy fess
(in INR)
Work completed on
(date)
(Attach certificate
of successful
completion issued
by client)
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor Page 33 of 58 P.C.M.C.
Appendix-1D
BANK GUARANTEE FOR PERFORMANCE SECURITY
To
The commissioner,
Pimpari Chinchawad Municipal Corporation
(Location, Date)
WHEREAS [name and address of Consultant] (here in
after called "the Technical Consultant") has under taken, in pursuance of Contract No. dated
2015 to execute the appointment of consultant for Preparation of Existing Land use Map
(u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.)
Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map
and Development Plan (u/s 26 to 30 of M.R.T.P. act " the Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Consultant shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified there in as
security for compliance with his obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Consultant, up to a total of [amount of Guarantee]1
[in words], such sum being payable in the types
and proportions of currencies in which the Contract Price is payable, and we undertake to
pay you, upon your first written demand and without cavil or 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.
We here by waive the necessity of your demanding the said debt from the Consultant
before presenting us with the demand.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
We further agree 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 Consultant shall in any way release us from any
liability under this guarantee, and we here by waive notice of any such change, addition or
modification.
This guarantee shall be valid until the date ----------------------------------------------------------
Yours truly, Signature and seal of the Guarantor: Name of Bank/Financial Institution:
Address:
Date:
1An amount to be inserted by the Guarantor, representing 5% of the Contract Price and denominated in IndianRupees.
Bidder
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix-1E
FORM OF AGREEMENT
This agreement is made on the …………………………… day of 2015 between Pimpari
Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit having its office at---------------
------------------, hereinafter called the “Employer” of the one part and
……………………………………… (Name of the Consultant) …………………………… mailing
address of consultant herein after called “The Consultant” of the other part.
Whereas the Employer is desirous of certain tasks be performed viz. as the
Consulting firm appointed as “the appointment of consultant for carrying out existing land use
survey & preparation of land use map for P.C.M.C. area Preparation of Existing
Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation
Old limit (P.C.M.C.) Old Limit Area & Assistance to Town Planning Department in Preparation
of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act ” and has
accepted the proposal of the consultant as referred in the assignment
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this agreement words and expression shall have the same meaning as are respectively
assigned to them in the conditions of Tender Document thereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this
Agreement viz.
a. The proposal Document of the Consulting firms for the Appointment as the appointment of
consultant for carrying Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for
Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit Area & Assistance to
Town Planning Department in Preparation of Proposed Landuse Map and Development
Plan (u/s 26 to 30 of M.R.T.P. act.
b. All amendments to the proposal document for Consultancy services as the appointment of
consultant for carrying Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for
Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit Area & Assistance to
Town Planning Department in Preparation of Proposed Landuse Map and Development
Plan (u/s 26 to 30 of M.R.T.P. act as issued by the Employer prior to submission of
bids, queries of bidders, if any.
c. Award letter issued by the Employer vide No……………………dated …………and all
correspondence exchanged between the Employer and the Consultant up to the date of
award letter as specifically referred to in the said award letter.
3. In consideration of the payment to be made by the Employer to the Consultant as
hereinafter mentioned the Consultant hereby covenants with the Employer to execute and
complete the works in all respects in conformity with the provisions of the contract.
4. The Employer hereby covenants to pay the Consultant in consideration of the completion of
the works the Consultancy charges in the manner prescribed in the proposal document and
accepted by the Consultant.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
IN WITNESS WHEREOF the parties hereto have caused their respective common seals to be
hereunto affixed (or have hereunto set their respective hands and seals) the day and year first
above written.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED
By the said By the said
Name Name
On behalf of Consultant in the On behalf of Employer in the Presence of:
Presence of:
Name Name
Address: Address:
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix-1F
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID
(On Non-judicial stamp paper of Rs.500/- or if in India or such equivalent document duly
attested by Notary Public)
Power of Attorney
Know all men by these presents, we (name and address of the registered office of the
Bidder) do hereby constitute, appoint and authorize Mr. / Ms R/o (name and address of
residence) who is presently employed with (Company Name) and holding the position of as
our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary
in connection with or incidental to the Bid of name of the Bidder) for the appointment of
consultant for carrying Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for
Pimpari Chinchawad Municipal Corporation Old limit Area & Assistance to Town Planning
Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of
M.R.T.P. act, including signing and submission of all documents and providing
information/responses to Pimpari Chinchawad Municipal Corporation Old limit representing us
in all matters in connection with our Bid for the said assignment, if qualified, till the
whole of completion of assignment.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney
shall and shall always be deemed to have been done by us.
Accepted For
(Signature) (Signature)
(Name, Title and Address of the Attorney) (Name, Designation and Address)
Note:
To be executed by the Applicant.
The mode of execution of Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executants (s) and
when it is so required the same should be under common seal affixed in accordance with the
required procedure. Also, wherever required, the executant(s) should submit for verification the
extract of the charter documents and documents such as a resolution / Power of
Attorney in favour of the Person executing this Power of Attorney for the delegation of
power hereunder on behalf of the executant(s).
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1G (i)
ORGANISATION CHART AND MANNING SCHEDULE
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1G (ii)
DETAILS OF EXPERTS
(To be deployed for this Assignment)
Sl. No. Key Position Name of
Staff
Name of
Firm
Qualification Years of
Exp.
Remarks
1
2
3
4
5
6
7
8
9
10
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix 1G (iii)
DETAILS OF SURVEY EQUIPMENT’S & SOFTWARE’S OWNED BY BIDDER
Sl.
No.
Name and type of
instrument/equipment
Qty Model/Sl.
No.
Year of purchase Remarks
Total stations
Others
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1G (iv)
FORMAT OF CURRICULUM VITAE (CV) OF PROPOSED KEY EXPERTS AS PER
CLAUSE 3.1.7
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1H (i)
GENERAL APPROACH AND METHODOLOGY
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1H (ii) WORK PROGRAMME
THE BIDDER SHOULD INDICATE ALL TASKS PROPOSED TO BE CARRIED OUT IN
DETAIL.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1H (iii)
COMMENTS / SUGGESTIONS OF THE CONSULTANTS ON THE SCOPE OF WORK
1.
2.
3.
4.
5.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix- 1H (iv)
ADDITIONAL INFORMATION
(The consultant may submit any other additional information relevant to this project)
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Appendix-1I
FINANCIAL CAPACITY OF THE APPLICANT
No. Financial Year Turn Over (in INR)
1 2012-2013
2 2013-2014
3 2014-2015
Total
(The bidder to attach audited annual report, balance sheets, profit and loss account and audit
reports certified by C.A.)
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
APPENDIX-II FINANCIAL PROPOSAL
Appendix-II
FINANCIAL PROPOSAL SUBMISSION FORM (On the Letter Head of the Bidder) (Location,
Date)
To
The commissioner,
Pimpari Chinchawad Municipal Corporation
(Location, Date)
Dear Sir / Madam,
Sub: Appointment of the consultant for Preparation of Existing Land use Map (u/s 25 of
M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Area &
Assistance to Town Planning Department in Preparation of Proposed Land Use Map
and Development Plan (u/s 26 to 30 of M.R.T.P. act)
I/We have perused the tender documents, as per the Scope of Work to the Tender Document
and other details and am / are willing to undertake and complete the assignments as per terms
and conditions stipulated in the proposal document.
Our offer inclusive of all taxes (except service tax), incidentals, overheads, travelling
expenses, printing and binding of reports, all sundries, all other expenditure for execution of this
services / assignment covering all 'Terms and Conditions' (as per this tender) is Rs............per
Hector (i.e. in words Rupees........................................). I / We also agree with the stage-wise and
percentage-wise payments as mentioned in this document.
This offer is valid for a period of 120 days from the date of opening of the bid (bid due date).
Signature of Witnesses: Signature:
Name: Name:
Address: Designation:
For and on behalf of Address
Note: The payment will be made only in Indian Rupees. The fee shall be quoted in Indian
Rupees only.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Financial Proposal On the Letter Head of the Bidder and scan copy must be submit on for
Online submission
(Format for Financial Proposal)
Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal
Corporation (P.C.M.C.) Old limit Area & Assistance to Town Planning Department in
Preparation of Proposed Land Use Map and Development Plan (u/s 26 to 30 of M.R.T.P.
act)
1 Name of the Organization
2 Permanent address
Tel: Fax: Email-id:
3 Authorized person for submitting proposal
(Attach Authorization letter of Competent
Authority)
Name: Mobile No.:
Email-id:
4 Rate of per Hector for Carrying out Existing Land use
Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad
Municipal Corporation Old limit (P.C.M.C.) Area &
Assistance to Town Planning Department in
Preparation of Proposed Landuse Map and
Development Plan (u/s 26 to 30 of M.R.T.P. act)
Rs……………………… per Hector (Amount in words (………….............. .............….......…................. per Hector ) inclusive of taxes
Declara
tion:
I/We hereby declare that the information provided above is true, complete
and correct to my/our knowledge and I hereby vow to abide by all the terms and
conditions mentioned in the Tender. If any of the information given by me/us is found to
be false/incomplete, then my bid/work allotted will be cancelled.
Name and designation of
the authorized person:
Signature:
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
D
a
t
e
:
P
l
a
c
e
:
9.0. GENERAL CONDITIONS OF CONTRACT
9.1. Definitions and Interpretation
In the contract (as hereinafter) defined the following words and expressions shall have the meanings
hereby assigned to them except where the context otherwise requires:
a. "EMPLOYER", Pimpari Chinchawad Municipal Corporation, acting through it‟s the commissioner, or
any other officers so nominated by the Pimpari Chinchawad Municipal Corporation.
b. "BIDDER/S" means the person or persons, firm, corporation or company who submits the BID for
the subject work.
c. "AWARD PRICE" means the sum named in the Bid / proposal submitted by the successful Bidder
with any modification thereof or addition thereto or deduction there from as may be made under the
provisions contained in the proposal document.
d. "PROJECT OFFICER" means the officer appointed by Pimpari Chinchawad Municipal Corporation
for the Carrying survey for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari
Chinchawad Municipal Corporation(P.C.M.C.) old limit Area & Assistance to Town Planning
Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of
M.R.T.P. act)
e. “TECHNICAL CONSULTANT ASSIGNMENT” means the services to be provided by the Consultant
as detailed in this bid document under Terms of Reference brought out in this document.
NOTE:
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
i. Singular and Plural: Words importing the singular only also include the plural and vice versa where
the context requires.
ii. Headings: The headings as mentioned in the proposal document shall not be taken to be part
thereof tender document or be taken into consideration in the interpretation or construction thereof or
of the contract.
9.2. Commencement of Assignment
The successful Bidder shall commence the work immediately from the date of issue of award letter by
Pimpari Chinchawad Municipal Corporation to carry out the same expeditiously at whatever point or
points and in each portion as the Employer may direct.
9.3. Care and Diligence
The Bidder shall exercise all reasonable care and diligence in the discharge of all technical,
professional and contractual duties to be performed by them under this contract and shall be fully
responsible to the Employer for the proper, efficient and effective execution of their duties.
9.4. Signing of Agreement
Within the maximum 15 days upon the receipt of the letter of award by the successful Bidder, they
shall prepare and submit the agreement format in line with the draft enclosed to the proposal
document. On approval of the Employer the agreement shall be signed by both the successful bidder
and the employer, after payment of stamp duties as may be necessary by the successful Bidder. If the
Bank Guarantee and the Agreement is not signed within fifteen days, the next lowest bidder will be
called to negotiate to the lowest rate and agreement will be executed with the negotiated bidder.
9.5. Taxes & Duties
The Consultants shall pay all taxes, levy, duty which they may be liable to pay to the Government of
Maharashtra and Government of India or other authorities under any law for the time being in force in
respect of or in accordance with the execution of work as on the date of opening. Any new statutory
tax/levy arising after the above date in respect of or in accordance with the execution of this work will
be reimbursed by Pimpari Chinchawad Municipal Corporation subject to submission of documentary
proof of payment.
9.6. Confidentiality
The Consultants shall treat all the documents and information received From Pimpari Chinchawad
Municipal Corporation and all other related documents / communications in confidence and shall
ensure that all who have access to such material shall also treat the min confidence. The Consultants
shall not divulge any such information unless Pimpari Chinchawad Municipal Corporation authorizes
this in advance in writing. The Consultants further shall return all the documents received from Pimpari
Chinchawad Municipal Corporation from time to time after completion of the work related to those
documents.
9.7. Suspension of Consultancy Services
If any of the following events shall have happened and be continuing the Pimpari Chinchawad
Municipal Corporation may on written notice to the Consultants suspend in whole or in part, payment
due thereafter to the Consultants under the contract.
A default shall have occurred on the part of the Consultants in the execution of the contract.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Any other condition which makes it unable for other party by reason of force Majeure” as referred to in
Clause No. 6.10 to successfully carry out the assignment/s or to accomplish the purpose of the
contract.
9.8. Termination of Consultancy Services
9.8.1. Termination of Consultancy Services by Pimpari Chinchawad Municipal Corporation (P.C.M.C.)
If any of the following events shall have happened and be continuing, Pimpari Chinchawad Municipal
Corporation (P.C.M.C.) may on written notice to the Consultants terminate the contract. Any of the
conditions referred to in Clause No.6.10 shall continue for a period of 15 days after Pimpari
Chinchawad Municipal Corporation (P.C.M.C.) shall have given written notice to the Consultants of the
suspension of payment to the Consultants under the contract. In any event, Pimpari Chinchawad
Municipal Corporation (P.C.M.C.) may terminate the contract at any time by giving not less than 7
days (seven days) prior notice to the Consultants.
9.8.2. Termination of the Consultancy Service by the Consultants
The Consultants shall promptly notify Pimpari Chinchawad Municipal Corporation (P.C.M.C.) in writing
of any situation or of the occurrence of any event beyond the reasonable control of the Consultants
that makes it impossible for the Consultants to carry out its obligations hereunder. Upon confirmation
in writing by Pimpari Chinchawad Municipal Corporation (P.C.M.C.) of the existence of any such
situation or event, or upon failure of Pimpari Chinchawad Municipal Corporation (P.C.M.C.) to respond
to such notice within fifteen (15) days of receipt thereof, the Consultants shall be relieved from all
liability from the date of such receipt for failure to carry out such obligations and the Consultants may
thereupon terminate the Contract by giving not less than thirty (30) days prior written notice thereof.
9.9. Termination Procedure
Upon termination of the contract under Clause 6.8 on receipt of notice of termination under Clause On
giving notice of termination under Clause 6.8.2 the Consultants shall take immediate steps to
terminate the Services in a prompt and orderly manner and reduce loses and to keep further
expenditure to a minimum. Upon termination of the contract (unless such termination shall have been
occasioned by the default of the Consultants), the Consultants shall been titled to be reimbursed such
pro-rata cost as shall have been duly incurred prior to the date of such termination.
9.10. Force Majeure
If either party is temporarily unable by a reason of Force Majeure or the laws or regulations of India to
meet any of its obligations under the contract, and if such party gives to the other party written notice
of the event within 14 days (fourteen days) after its occurrence, such obligations of the party as it is
unable to perform by reason of the event, shall be suspended for as long as the inability continues.
Neither party shall be liable to the other party for loss or damages stained by such other party arising
from any event referred to in Clause (a) above or delays arising from such event.
The term "Force Majeure" as employed herein, shall mean "Act of God, Strike, Lock-outs or other
Industrial Disturbances, Insurrection, Riots, Epidemics, Land Slides, Earth quakes, Storms,
Lightening, Floods, Wash Outs, Civil Disturbance, Explosions and any other similar event not within
the control of either party, and which, by the exercise of due diligence, neither party is able to
overcome.
9.11. Responsibility of TC during the Assignment
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
During the currency of the assignment the Consultant is required to assist Pimpari Chinchawad
Municipal Corporation (P.C.M.C.) in responding the queries, clarification and amendments.
9.12. Facilities to be made available to Consultant
Pimpari Chinchawad Municipal Corporation (P.C.M.C.)will not provide office accommodation or any
other facilities to the Consultant. Consultant shall make their own arrangements and cost for the same
shall be deemed to be included in their offer.
9.13. Dispute between the Consultants and Pimpari Chinchawad Municipal Corporation
(P.C.M.C.)
In case of any dispute between Pimpari Chinchawad Municipal Corporation (P.C.M.C.) and the
Consultants, all reasonable efforts shall be made for an amicable settlement in the first instance.
Unresolved dispute between the Consultant and Pimpari Chinchawad Municipal Corporation
(P.C.M.C.) shall be in accordance with provisions of the Indian Arbitration and Conciliation Act, 1966
or any statutory modifications thereto under jurisdiction of Bombay High Court at Mumbai,
Maharashtra.
9.14. Performance Security
Within seven days of the receipt of the award letter from Employer, the successful bidder/s shall
furnish to the Employer a Performance Security in the form of a Bank Guarantee of a Indian
Nationalised Bank for a period of 12 months, enforceable and encashable at Pimpari Chinchawadi for
an amount equivalent to 5% of the awarded cost/fee as per the draft annexed at Appendix-4 of the
Tender Document. Failure of the successful bidder to lodge and subsequently renew the required
Bank Guarantee shall constitute sufficient grounds for the termination of the contract and forfeiture of
bid security. The performance security shall remain in force until the satisfactory completion of the
contract and will be discharged thereafter. The obtaining of such guarantee(and the cost of guarantee)
shall be at the expense of the BIDDER/S.
Annexure -1
Data sheet for Property Use and Existing Land Use Information Collection
Unic ID /GIS ID:
Location: a) Village/Peth/TPS/congested/non congested (
)
b) Survey No/CTS No/FP No/Layout Plot No (
)
Layout : a) Approved (Yes/No), b)Not Approved
/Gunthewari
Ownership: Private/Govt./Trust
Type of Construction: RCC/load bearing/shed /pucca /
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
semipucca / kuccha/ etc
Floor:
G/G+1/G+2/G+3/G+4/G+5/G+6/G+7/G+8/G+9/G+10/G+11/G+12
(G+ )
Parking Facility: (Yes/No)
No of tenements in structure: a) residential tenements b) non
residential units
Existing Use: Residential / Commercial/ Industrial / PSP /
Public Utility/ mixed use
Details of Land use
Landuse Specific use
Residential Wada structure, Chawl, Apartment, Bungalow, Row house,
slum, hutments, gunthewari, Professional offices, hostels,
others,
Commercial convenience/Retail shop, shopping mall, whole sale shops,
multiplexes, Tapri/Khoka, Pavement hawkers, hotels,
Motels, Restaurants, Category hotels, Office, Bank,
showroom, Cinema/ Theatre, Market, Marriage Hall,
Service centers, Petrol pump,
Public Semi
Public
PHC, Dispensary, Hospital, Temples, Masjid/Darga,
Gurudwara, Govt./Semi Govt. Office, Church, Nursery
school, Primary School, secondary School, College, Town
hall, Meditation Hall, community halls, Auditorium, Post
office, jail, other
Public
utilities
Water treatment, E.S.R, Garbage Disposal, STP, slaughter
house, Burial Ground, Dhobi Ghat, , MSEB, Smashan
Bhumi, Fire Brigade,
Defence All defence activities as per ownership
Industrial small scale, medium scale, House Hold, Large scale, paper
products, service, Domestic, IT, Rubber/ Plastic, Metal,
Brick Klin, Industrial godown, Food products, Beverages,
Tobacco, Textile, Wood/Engg products, Leather Products,
Other
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Transport &
Communicatio
n
Roads, Bus Terminal, Railway Line/Station, Airport,
Rickshaw stand, Container Depot, Railway yard, Parking
plaza, Truck Terminal, Taxi stand, Bus depot, Telecom
line, radio/radio station, Telephone exchange
Recreational
Spaces
CPG, PG, Parks, Garden, Deorai, All layout O/S, Green
Belt, Zoo, Stadium, Amusement park, other
Agriculture Agriculture, Horticulture
Water Bodies River, Nalla, Canal, Lake,
Forest Forest
Vacant/Open
land
Annexure -2
Data sheet for Primary School and High School (Educational Facility
Information Collection)
Name of School:
Type of School: Play group/ Anganwadi /Primary /High/College
Location: Village Name/Survey No/CTS No/FP No/Layout Plot
No
Type of school : Private/Govt./Trust/Others
Year of establishment:
Owner Ship of Land: Private/Govt./Trust/Rent/Municipal
Corporation
Location & distance of village/city from majority of students
come
category of students: Male/Female
Total number of class rooms
Total built up area in square meter
Premises area in square meter
Open space /play ground: (Yes/No)
Parking area: (Yes/No)
Structure details: RCC/load bearing/shed /pucca / semipucca /
kuccha/ etc.
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Staff strength: Number of teachers
Future scope for expansion. (Yes/No)
Annexure -3
Data sheet for Clinics/Dispensary/Hospitals/Primary Health Centers/
Health Centers (Health Facility Information Collection):
Name Hospital/Clinic/PHC:
Name of Doctor:
Location; Village Name/Survey No/CTS No/FP No/Layout Plot
No
Category: Clinic/Hospital/Maternity Home/Other
Type of Property : Private/Govt/Trust/Rent/others
Year of establishment
Location & distance of village/city From where majority of
Patients come
Occupation of patients: : Agriculture, Industry, Service or Other
Type of services & treatment facilities available
Ambulance facility:(Yes/No) If Yes Total No of Ambulance (
)
Total no. of beds
Premises are in square meter
Total Built up area in square meter
Parking area: (Yes/No)
Structure details: RCC/load bearing/shed /pucca / semipucca /
kuccha/ etc
Services Details: Source of water supply, solid waste quantity
kg/day & Method of
disposal
Staff strength: No. of doctors, no. of midwives, no. of visiting
Doctors frequency
Grants & aid from govt.& other agencies
Future scope for expansion(Yes/No)
Annexure -4
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Data sheet for Industries Information Collection :
Industries Name:
Owners Name:
Detail Information of Industrial Production: (
)
Location; Village Name/Survey No/CTS No/FP No/Layout Plot
No
Type of Structure : RCC/load bearing/shed /pucca / semipucca
/ kuccha/ etc
Category of Industries:
Year of establishment
Type of industry: Small scale / Medium / Large / Other
(Specify)
Area of industry sq.mt.
Production details for the last Year (Gross production in terms
of units)
Product Name Gross
Product
(Peak)
Gross
Product
(Lean)
Gross Product
(average)
Production and sales details
Name of Product Quantity/annum Sold to Place where
sold
a) Sold to- 1. Industries 2. Private shops 3. Agents 4. Direct
marketing 5. Other’s
b) Place where Sold
1. PCMC Area 2.PMC Area 3. Bombay 4. Other cities 5. Pune
Districts
Raw material consumption and other details
Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance
Contractor P.C.M.C.
Name of product Raw
material
Brought
from
Place of
production
Code.
a )Brought from-1. Industries, 2. Private shops, 3. Agents, 4. Direct
Marketing, 5.other’s
b) Place of procurement
1. PCMC Area 2. PMC Area 3. Bombay 4. Other cities 5.
Pune Districts
6. Maharashtra 7. Other states 8. import
employment details
Total employment
(no)
(including owner)
Skilled
labour (no)
Unskilled
labour (no)
Female
Participation (no)
Temporary /
Permanent
Male /
Female
Male /
Female
Temporary /
Permanent