63

Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness
Page 2: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

1

Request for Proposal

For

Selection of Operator for Providing services forMechanical Sweeping of Selected Roads in

Bhubaneswar

Advertisement No.16758 , Date.01.06.2018

BHUBANESWAR MUNICIPAL CORPORATIONVivekananda Marg, Near Kalpana Square,

Bhubaneswar – 751014www.bmc.gov.in

Page 3: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

2

ContentsDISCLAIMER __________________________________________________________________________ 3

1. INTRODUCTION __________________________________________________________________ 4

2. SCOPE OF WORK_________________________________________________________________ 9

3. GENERAL TERMS OF BIDDING __________________________________________________ 11

4. TENDERING PROCEDURE & SCHEDULE ________________________________________ 19

5. CONDITIONS PRECEDENT ______________________________________________________ 27

6. OBLIGATIONS OF BOTH THE PARTIES __________________________________________ 28

7. MACHINERY REQUIREMENT & SPECIFICATION ________________________________ 31

8. OPERATION & MAINTENANCE REQUIREMENT __________________________________ 35

9. PENALTY ________________________________________________________________________ 38

10. MEASUREMENTS FOR PAYMENT _______________________________________________ 40

11. VARIATION IN LENGTH OF THE ROAD AND ASSIGNED ROAD STRETCH________ 41

12. TERMINATION OF SERVICES ___________________________________________________ 44

13. PRSECRIBED FORMAT __________________________________________________________ 48

Page 4: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

3

DISCLAIMERThe information contained in this Request for Proposal (RFP) document orsubsequently provided to bidders, whether verbally or in documentary form by or onbehalf of Bhubaneswar Municipal Corporation or any of its employees or advisors,is provided to bidders on the terms and conditions set out in this RFP document andany other terms and conditions subject to which such information is provided.

This RFP document is not a contract and is not an offer or invitation to any otherparty. The purpose of this RFP document is to provide the bidders with informationto assist the formulation of their Proposal submission. This RFP document does notpurport to contain all the information each bidder may require. This RFP documentmay not be appropriate for all persons, and it is not possible for BhubaneswarMunicipal Corporation and their employees or advisors to consider the investmentobjectives, financial situation and particular needs of each bidder. Each Bidder mustconduct its own analysis of the information contained in this RFP document or tocorrect any inaccuracies therein that may appear in this RFP document, and isadvised to carry out its own investigation into the proposed project, the legislativeand regulatory regime which applies thereto and by and all matters pertinent to theproposed project, and to seek its own professional advice on the legal, financial,regulatory and taxation consequences of entering into any contract or arrangementrelating to the proposed project.

Bhubaneswar Municipal Corporation and their employees and advisors makes norepresentation or warranty and shall incur no liability under the law of contract, tort,the principles of restitution or unjust enrichment or otherwise for any loss, expenseor damage, accuracy, reliability or completeness of the RFP document, which mayarise from or be incurred or suffered in connection with anything contained in thisRFP document, any matter deemed to form part of this RFP document, the award ofthe project, the information and any other information supplied by or on behalf ofBhubaneswar Municipal Corporation or their employees, any consultants orotherwise arising in any way from the selection process for the project.

Bhubaneswar Municipal Corporation may in its absolute discretion, but withoutbeing under any obligation to do so, can amend or supplement the information inthis RFP document. The information that Bhubaneswar Municipal Corporation is ina position to furnish is limited to this RFP document and the information availableat www.bmc.gov.in, along with any amendments/ clarifications thereon.

This RFP document and the information contained herein are confidential and foruse only by the person to whom it is issued. It may not be copied or distributed bythe recipient to third parties (other than in confidence to the recipient’s professionaladvisor). In the event that the recipient does not continue with the involvement inthe project in accordance with RFP, the information contained in the RFP documentshall not be divulged to any other party. The information contained in the RFPdocument must be kept confidential.

Mere submission of a responsive Bid/Proposal does not ensure selection of the bidderas Operator.

Page 5: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

4

1. INTRODUCTION

1.1. Bhubaneshwar Municipal Corporation (BMC) is local Authority for Healthand Sanitation activities such as cleaning of roads, streets, garbagecollection from households etc. besides many other activities inBhubaneswar. BMC in order to maintain cleanliness and hygiene of thecity has identified a major road network covering an approximate length of80 Kms in Bhubaneswar under the jurisdiction of BMC conducive ofMechanical Sweeping.

1.2. BMC in order to conduct Mechanical Sweeping on the identified roadnetwork intends for “Selection of Operator for Mechanical Sweeping inBhubaneswar”. The total road network of approximate 80 Kms has beendivided into two different Packages i.e. Package-I and Package-II. Thedetails of the packages are as under:

Package-I

Page 6: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

5

Sl.No. Package-1 Road Name

Appx.Lengthof roadin kms

ExpectedNo. ofLanes

ExpectedLane Kms

1 KIIT square to Patia square 1.29 4 5.162 Patia square to Omfed square 2.48 4 9.923 Omfed square to Kalinga Hospital square 0.59 4 2.36

4 Kalinga hospital square to Jayadev Biharsquare 2.23 4 8.92

5 CRP square to Stewart school square 0.39 4 1.566 Stewart school square to Delta square 0.99 4 3.96

7 Power house square to Stewart schoolsquare 1.91 4 7.64

8 Governor house square to Gopabandhusquare 1 4 4

9 Gopabandhu square to Siripur square 0.41 4 1.6410 Gopabandhu square to Paika Nagar square 1.18 4 4.7211 Delta square to Fire station square 0.66 4 2.64

12 Governor house square to Ganga nagarsquare 0.87 4 3.48

13 Delta square to Ganga nagar square 2 4 814 KIIT square to Sikharchandi square 2.08 2 4.1615 Sikharchandi square to Infosys square 1.28 4 5.1216 Patia square to Infosys square 1.68 4 6.72

17 IRC village ring road ( CRP- Ekamra Park –Jayadev Bihar square) 3.76 4 15.04

18 Fire station square to Jayadev Bihar 3.18 4 12.7219 Firestation square to Khandagiri square 1.64 4 6.5620 Rasulgarh square to Vanibihar square 2.55 4 10.221 Jayadev bihar square to Vanibihar square 1.82 4 7.28

22 Jayadev bihar square to Governor housesquare 2.92 4 11.68

TOTAL 36.91 143.48Say 145.00

Page 7: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

6

Package-II

Sl.No. Package-2 Road Name

Appx.Length of

road inkms

ExpectedNo. ofLanes

Expectedlane Kms

1 Museum square to Garage chak 2.19 4 8.762 Acharya bihar Square to Airport square 4.75 4 19

3 Vanibihar square to Sishu bhavansquare 4.86 4 19.44

4 New airport square to Airport circle 0.31 4 1.245 Kalpana square to Rajmahal square 0.62 4 2.486 Rajmahal square to AG square 0.89 4 3.567 AG square to Governor house square 0.91 4 3.64

8 Ganga nagar square to Sishu bhavansquare 1.88 4 7.52

9 Sishu bhavan square to Capital hospital 0.91 4 3.64

Page 8: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

7

square

10 Mausima mandir square to Sishubhavan square 0.51 4 2.04

11 Punama gate square to Badhei bankasquare 0.92 2 1.84

12 Punama gate to Forest park bus stop 1.21 4 4.8413 Mausima square to Badheibanka square 1.56 2 3.1214 Rasulgarh square to Kalpana square 4.54 4 18.16

15 Kalpana square square to State museumsquare 0.25 4 1.00

16 LIC square to Ganga nagar square 0.87 4 3.48

17 Badhei banka square to Garage chaksquare 1.1 4 4.4

18 Patel marg 0.89 4 3.5619 Madhusudan marg 0.89 2 1.78

20 Ravindra mandap square to Battalionsquare 0.88 4 3.52

21 Nicco park square to Maharsi collegesquare 0.88 4 3.52

22 Mausima square to State museumsquare 0.68 4 2.72

23 Khandagiri square to Lingaraj stationgate 4.51 4 18.04

24 Lingaraj station gate to Punama gateflyover 1.91 4 7.64

25 Acharya bihar square to Kalinga hospitalsquare 3.13 4 12.52

26 Press square to Omfed square 1.45 4 5.8TOTAL 43.5 167.26

Say 170.00

1.3. BMC has issued this RFP for two Packages (Package –I and Package- II)and the bids shall be received from the intending Bidders as specified inClause 4.6 of this RFP.

1.4. A “Single Stage” bidding process is to be followed for selection of thesuccessful bidder. The work shall be awarded to the qualified Bidderquoting the Lowest “Annual Operating Cost” for the scope of workmentioned in Clause 2 of this RFP. However, bidder would be required toscore a minimum of 70 marks in the Technical Score as per requirementsof Clause 4.8.1 to qualify as a ‘Bidder’ for the next stage of bidding i.e.opening of Financial Bid.

1.5. Interested bidders may download the RFP document from the website –www.bmc.gov.in.The bids complete in all respect should be submitted inthe manner specified in the RFP document.

Page 9: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

8

1.6. The intending Bidders can apply for any one or both the packages.However, no firm shall be awarded more than one package.

1.7. The road details mentioned above in clause 1.2 of this RFP is accurate tothe possible extent but may have some variations. Hence, the biddershould conduct a detailed survey of the site/roads prior to submission ofthe Proposal at its own cost. Failure to investigate fully the site/roadsconditions shall not be a valid ground to relieve the bidder after thesubmission of its Proposal, or relieve the bidder from any responsibility forestimating the difficulty or costs of successfully completing the Project.

1.8. The Contract Period shall be of 3 (three) years and extendable to a furtherperiod of 2 (two) years depending upon satisfactory work performance ofthe Selected Operator.

1.9. BMC shall adhere to follow the following time schedule for bidding process:

Sr.No.

Description Date & Time

1 Issue of RFP 01/06/20182 Submission of Pre-bid queries latest by

Bidders (email: [email protected])12/06/2018

3 Pre- Bid Meeting 13/06/2018 at 11:00 am5 Submission of Proposal 06/07/2018 by 03:30 p.m.6 Opening of Technical Proposal 06/07/2018 at 04:30 p.m.7 Technical Presentation 13/07/2018 at 11:00 a.m.8 Opening of Financial Proposal To be intimated later by

BMC

Page 10: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

9

2. SCOPE OF WORK2.1. Task-I: Mechanical and Manual Sweeping:

2.1.1. The Selected Operator shall deploy minimum 2 numbers of brand newMechanical Road Sweepers as per Technical specification provided inClause 7.2 of this RFP document within 60 days from the date of signingof agreement.

2.2. This task shall consist of cleaning the Main Carriageway/ServiceRoads/Flyovers by mechanical road sweepers of required technicalspecification provided in Clause 7.2.

2.2.1. The work will be divided into two primary work classifications, i.e., regularscheduled facilities which will be swept on regular basis and request-facilities (on-call basis or emergency calls) which will be swept as needed(i.e. Key events or natural calamities like storm, cyclone etc.).

2.2.2. Disposal of the municipal solid waste collected to be done at TTS nearSainik School or as per direction of the Officer-in-Charge of BMC.

2.2.3. The work shall be performed once a day on the roads indicated in each ofthe package under Clause 1.2.

2.2.4. The exact details of lane Kms and the area of work for the SelectedOperator shall be decided after a joint survey conducted by BMC and theSelected Operator.

2.2.5. An Implementation Period of maximum 60 (sixty) days from the date ofsigning of the Contract shall be provided to the selected operator. Theselected operator within such period shall deploy all the project requisitessuch as new mechanical road sweepers of required specifications andstandards including requisite manpower.

2.2.6. The Operator shall ensure that the work of cleaning shall beundertaken/carried out preferably during the night hours i.e. between thehours of 10:00 p.m. and 6:00 a.m. when traffic density is minimum.However, depending on the requirement the said timings can also bechanged by BMC.

2.2.7. The Operator shall also be responsible for cleaning of all bell mouth(s) andgully grating(s) [irrespective of their number(s) [in its jurisdiction]], toensure smooth flow of storm water during rains or otherwise.

2.3. Task-II: Manual Sweeping2.3.1. The mechanical sweeping shall be conducted on the Carriageways where

it is conducive for the same. The remaining portion of the road stretch (i.e.

Page 11: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

10

where mechanical sweeper is not able to work) on both sides (wall to wallbasis) shall be cleaned manually and the area shall be made litter free.

2.3.2. For fulfilling the scope of work mentioned in Clause 2.3.1, the selectedoperator shall deploy suitable manpower as specified in this RFP, prior toexpiry of 60 days from the date of signing of contract.

2.3.3. The Manual Sweeping work shall be carried out during the night intandem with Mechanical Sweeping. However, this requirement maychange as and when directed by BMC.

2.3.4. The manual sweeping shall also be carried out in the afternoon time on25% of the assigned road stretch (Commercial areas). The areas to beswept manually during afternoon time shall be finally decided in a jointsurvey to be conducted by the Selected Operator with BMC after award ofwork.

2.4. Task-III: Clearance of Debris/C&D Waste

2.4.1. The work shall also consist of lifting, transporting and disposal of C&Dwaste/Debris found along the assigned roads under respective Packages.The disposal of the C&D waste will be done at Pokhariput or Patia or asdirected by the Officer-in-Charge of BMC

2.4.2. The Operator shall procure minimum two sets of Tractor for transportationof C&D waste as per Technical Specifications provided in Clause 7.3

2.4.3. Road Survey for debris shall be carried in a mobile inspection van once ina day by the Operator.

2.4.4. The Operator shall ensure removal of the above waste within 6 hours aftersuch incident has been brought to the notice of the Operator.

2.4.5. For the purpose of this RFP, it is estimated that each tractor shall beengaged for 5 trips in a day. However, the same is indicative for calculationof Annual Operating Cost and may increase or decrease in actual. Thepayment shall be made as per the trip rate quoted by the SelectedOperator.

2.5. Task-IV: Cleaning of roadside signages, street furniture and statues

2.5.1. The work shall consist of cleaning all street furniture, statues and roadsidesignages falling within the jurisdiction of assigned road stretch.

2.5.2. The cleaning work shall be done manually.

2.5.3. The street furniture, statues and roadside signages required to be cleanedshall be decided in the joint survey to be conducted by operator with BMCafter award or work

Page 12: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

11

3. GENERAL TERMS OF BIDDING3.1. Minimum Eligibility Criteria

3.1.1. The Bidder shall be an independent legal entity such as an proprietorshipfirm(s), registered partnership firms, registered company (ies), registeredsociety(ies), and registered trust(s). The intending bidders may also bid byway of consortium/joint Venture. However, the total number of membersin a consortium/joint Venture shall be limited to 2 (two).

3.1.2. The bidder should have experience of Mechanical Sweeping of Municipalroads for at least 60.00 (lane) Kms per day by using mechanical roadsweeper for a period of at least 2 (two) successive years during the last 7years from the last date of submission of proposal.

Bidder should have an estimated annual average turnover of Rs.7.00 Crorein the last 3 Financial Years i.e. FY 2015-16, FY 2016-17 and FY 2017-18.

3.1.3. The Bidding firm (in case of Single Entity)/ Consortium members (In caseof JV/Consortium of firms) should have never been Blacklisted orTerminated by any other Government Agency in India. A declaration fromthe Bidder/ Consortium in this regard in the form of a duly notarizedaffidavit.

3.1.4. The Bidder should have a GST registration Number

3.1.5. The Bidder should have EPF/ESI registration.

Note:

a) For the purpose of Clause no. 3.1.1 above, the bidder must submit aCertificate of Incorporation issued by appropriate authority.

b) For the purpose of point no. 3.1.2 above, bidder shall submit work experiencecertificate from Client (To be signed by a representative of the Client not belowthe rank of Executive Engineer). Further, in-house work experience/ workexperience as a sub-contractor shall not be taken into consideration forevaluation of Technical Eligibility.

c) Mechanical Road Sweeper shall mean Truck Mounted/Integrated basedMechanical Road Sweeper having 4 cylinders and Engine power of minimum147 BHP/110 KW

d) For the purpose of Clause 3.1.3 above, the bidder must submit AuditedFinancial Statements i.e. P/L Account and Balance duly audited by theChartered Accountant or the Statutory Auditor. In case the audited financialstatement of FY 2017-18 is not available with the bidder then it can provide aprovisional financial statement either self-certified/certified by a CharteredAccountant. However, in case the bidder emerges as the selected bidder thenits shall provide its audited financial statement within 60 days from the dateof execution of agreement.

e) Bidder/Consortium/JV members shall also submit details of all ongoinglitigations of the company and its associates. Any non-disclosure shall resultin forfeit of EMD and rejection of Bid.

f) In case the Bidder is a Consortium then the following Criteria shall apply forfulfilment of Eligibility Criteria:

Page 13: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

12

i. Members of the Consortium/JV shall enter into a Joint VentureAgreement prior to submission of Application. The said Agreement shallalso be furnished along with the Proposal.

ii. The Agreement shall, inter alia, convey the intent to form the jointventure, with shareholding commitment(s) in accordance with whichwould enter into the Contract Agreement and subsequently carry outall the responsibilities as Contractor in terms of the ContractAgreement, in case the Contract to undertake the Project is awarded tothe Consortium/JV. The Agreement shall also clearly outline theproposed roles and responsibilities of each member at each stage.

iii. Members of the Consortium/JV shall nominate one member as theLead Member. The nomination(s) shall be supported by a Power ofAttorney as per the format enclosed (Form–A4), signed by all themembers.

iv. The members of the Consortium/JV shall hold minimum equity stakeof 26% in order to consider its experience in technical and financialqualification.

v. All the consortium/JV members, as the case may be, would need tosubmit their annual turnover for Financial Capability evaluation bysubmitting their audited financial statements for the last three (3)financial years ending 31.03.2017 (i.e, FY 2015-16, FY 2016-17 and FY2017-18). The annual turn-over would be taken as an arithmetic sumof the annual turn-over of the Lead Member along with the associateMember of the Consortium/ joint venture, as applicable.

vi. A member of one consortium/JV for a package cannot be a member ofanother consortium for the other package.

3.2. Fees to be Paid by Bidder

3.2.1. Earnest Money Deposit (EMD)

3.2.1.1 The Bid/Proposal shall be accompanied by an EMD of amount20,00,000/- (Rupees Twenty Lakhs Only) pledged in favour of“Commissioner, Bhubaneswar Municipal Corporation” in the formof Term Deposit Receipt of any Nationalised/ Scheduled Bank(s)/Post Office or in the shape of National Saving Certificates (NSC)/Kisan Vikas Patra (KVP) instrument(s) of Govt. of India (GoI)payable at “Bhubaneshwar”.The Bidder in lieu of the above mentioned instruments may alsosubmit a Bank Guarantee of Rs. 20,00,000/- (Rupees TwentyLakhs Only) from a scheduled bank to Bhubaneswar MunicipalCorporation payable at Bhubaneswar.

3.2.1.2 In case the bidder is submitting bids for both the packages(Package- I and Package –II), two separate EMDs have to besubmitted in a manner as mentioned in Clause 3.2.1.1.

3.2.1.3 The EMD of the successful bidder will be returned within 30 daysthe signing of the Agreement.

3.2.1.4 Any Bid/Proposal submitted without the EMD in the form asspecified in the RFP document shall be summarily rejected.

3.2.1.5 The EMD shall be forfeited by Bhubaneswar MunicipalCorporation in the following cases:

Page 14: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

13

a) If the bidder withdraws its Bid/Proposal after due date & duringthe Proposal Validity Period.

b) Bidder engages in corrupt, fraudulent, coercive or undesirablepractice or restrictive practice as specified in the RFP

c) Non submission of Performance Security as per the provision ofRFP.

d) In case the bidder has submitted conditional bid.e) In case the bidder refuses to accept the LoA.f) In case of a successful bidder, unable to sign the Agreement within

30 days from the issuance of LoA.g) Any other conditions as specified in this RFP document.

Note:a) EMD of only L1, L2 and L3 bidders would be retained till the Agreement is

signed between the selected bidder and Bhubaneswar Municipal Corporation.The EMD of the other bidders would be returned within 30 (thirty) days of theissuance of LOA .

b) The EMD received from all the short-listed bidders after Stage-II of theevaluation (except L1, L2 and L3) will be returned without payment of anyinterest.

c) The EMD of L1, L2 and L3 bidders would be returned after signing ofAgreement.

d) In case the L1 bidder withdraws from the Project or is unable to sign theAgreement with BMC then the EMD of L1 Bidder shall be forfeited and thenext lowest bidder shall be called upon to match the price quoted by L1. Incase the L2 bidder does not agree to match the price quoted by L1 then the L3bidder shall be provided the same opportunity.

3.3. Performance Security

The Selected bidder, for due and faithful performance of its obligationsunder the Management Contract, shall be required to provide a“Performance Security” of 5% of the Contract value of the project in theform of a ‘Bank Guarantee’ from a scheduled bank, to BhubaneswarMunicipal Corporation prior to signing of Agreement. The performancesecurity shall remain valid till the end of the contract period.

3.4. Cost of the RFP document

3.4.1. The bidders are required to submit INR 11,200/- (Eleven Thousand andtwo Hundred only) (non-refundable, including GST) to be payable in theform of Demand Draft in favour of “Bhubaneswar Municipal Corporation”payable at “Bhubaneswar” along with the Proposal as non-refundable costof RFP document.

3.4.2. The cost of RFP Document shall be submitted as Part of Technical Bid ina separate sealed cover. Any Proposal not accompanied with RFPdocument Fees will be summarily rejected by the BMC as being non-responsive and Proposals of such Bidder shall not be evaluated further.

Page 15: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

14

3.5. One Bid per Bidder

3.5.1. Each bidder shall submit only 1 (one) Bid/Proposal for each of the Package.Violation of this shall lead to disqualification of the bidder.

3.5.2. No Joint Venture or Consortium of Bidders is permitted.

3.6. Proposal Preparation and Cost

3.6.1. All bidders will be required to submit a detailed Proposal (the “Proposal” or“Bid”) in accordance with the guidelines set forth in this RFP document.The cost of preparation of the Proposal and related expenses shall be borneby the bidders themselves.

3.7. Validity of Proposal

3.7.1. The Proposal shall remain valid for a period not less than 180 (one hundredand eighty) days from the Proposal/Bid Due Date (the “Proposal ValidityPeriod”). Bhubaneswar Municipal Corporation reserves the right to rejectany Proposal that does not meet this requirement. Proposal Validity Periodand/or EMD shall be extended for a specified additional period at therequest of Bhubaneswar Municipal Corporation.

3.7.2. A bidder agreeing to the request will not be allowed to modify his Proposal,but would be required to extend the validity of his EMD for the period ofextension.

3.7.3. The Proposal Validity Period of the successful bidder shall be extended tillthe date of execution of the Agreement.

3.8. Right to Reject Proposals

3.8.1. Bhubaneswar Municipal Corporation reserves the right to reject any/allProposals including the lowest Proposal, or withdraw the invitation of theProposal at any stage without citing any reason. Nothing contained hereinshall confer any right upon a bidder, or create any obligation/liability uponBhubaneswar Municipal Corporation of any type whatsoever.

Page 16: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

15

3.9. Misrepresentation/Fraud/Breach of Terms and Conditions

3.9.1. If it is discovered at any point of time even after execution of the Agreement,that the bidder/ Consortium/JV members has/have suppressed any fact,given a false statement, has committed misrepresentation or fraud, or hasviolated any of the terms of the Bid, the Bid will be cancelled byBhubaneswar Municipal Corporation. In such an event, the bidder /successful bidder / Operator will not be entitled to any compensationwhatsoever, or refund of any other amount. The bidder is also subject tobe black listed and the EMD forfeited if he is found to have misled orfurnished false information in the forms/statements/certificatessubmitted in proof of qualification requirements or record of performancesuch as abandoning of work not properly completed in earlier contracts,inordinate delays in completion of works, litigation history, financialfailures, and/or participated in previous tendering for the same work andhad quoted unreasonably high bid prices.

3.10. Conflict of Interest

3.10.1. A Bidder shall not have a conflict of interest (the “Conflict of Interest”) thataffects the Bidding Process. Any Bidder found to have a Conflict of Interestshall be disqualified. A Bidder may be considered to have a conflict ofinterest that affects the Bidding Process, if the relationship between twoBidders is established through common holding, either directly or throughAssociates, of at least 25% holding of equity/profit sharing in anothercompany/firm, or in each other.

3.10.2. The Bidder, its Member or Associate (or any constituent thereof) and anyother Bidder, its Member or Associate (or any constituent thereof) havecommon controlling ownership interest. Common controllingownership interest for Company, Partnership Firm, and Proprietorshipfirm is defined as follows.

a) If Bidder is a Company: In such case, the Bidder (including its Memberor Associate or any share holder thereof of Bidder and/or itsAssociates) possessing over 25% of the paid up and subscribed capital inits own company, Member or Associate as the case may be, also holds:

· more than 25% of the paid up and subscribed equity capital in theother Bidder, its Member or Associate of such other Bidder, itsMember or Associates is Company; and/or

· more than 25% of profit sharing in other Bidder, its Member orAssociates such other Bidder, its Member or Associates is aPartnership firm. and/or Other Bidder, its Member or Associateswhich is a Proprietorship Firm.

b) If Bidder is a Partnership Firm: In such case, the Bidder or its Partnersor Associate having a profit sharing of more than 25% of such Bidder orits Partners or Associate as the case may be also holds:

· more than 25% of the paid up and subscribed equity capital in theother Bidder, its Member or Associate of such other Bidder, itsMember or Associates is Company; and/or

Page 17: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

16

· more than 25% of profit sharing in other Bidder, its Member orAssociates such other Bidder, its Member or Associates is aPartnership firm, and/or Other Bidder, its Member or Associateswhich is a Proprietorship Firm.

c) If Bidder is a Proprietorship Firm: In such case, the Bidder or itsProprietor or Associate of such Bidder or its Proprietor or Associate as thecase may be also holds;

· more than 25% of the paid up and subscribed equity capital in theother Bidder, its Member or Associate of such other bidder, itsMember or Associates is Company; and/or

· more than 25% of profit sharing in other Bidder, its Member orAssociates such other Bidder, its Member or Associates is aPartnership firm. and/or other Bidder, its Member or Associateswhich is a Proprietorship Firm.

(i) It is to be noted that this disqualification shall not apply to any ownership bya bank, insurance company, pension fund or a public financial institutionreferred to in section 2 of the Companies Act 2013.

(ii) a constituent of such Bidder is also a constituent of another Bidder; or.(iii) such Bidders receives or has received any direct or indirect subsidy from any

other Bidder/s, or has provided any such subsidy to any other Bidders; or(iv) such Bidders has the same legal representative for purposes of this Proposal

as any other Bidders; or(v) such Bidders has a relationship with another Bidders, directly or through

common third parties, that puts them in a position to have access to eachother’s information about, or to influence the Proposal of either or each of theother Bidders.

3.11. Disputes

3.11.1. Dispute Resolution

Any dispute, difference or controversy of whatever nature between thebidder / successful bidder and Bhubaneswar Municipal Corporationshall be settled as per the dispute resolution procedure set below:

Page 18: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

17

a) Direct discussion between Parties:

The bidder / successful bidder and BMC agree that any disputethat may arise between them shall be first submitted for directdiscussion between the Parties. For this purpose, the notice ofdispute (the “Notice of Dispute”) sent by one Party to the otherParty under (a) shall be considered an invitation for directdiscussion, and it should specify a reasonable time with venuebeing the office of Bhubaneswar Municipal Corporation,Vivekananda Marg, Bhubaneswar for the conducting ofnegotiation proceedings. In addition, the Notice of Dispute shallspecify the basis of the Dispute and the amount claimed. In thedirect discussion proceedings, each Party shall be representedby their representatives/officials or employees with sufficientknowledge and authority over the subject matter of the Disputein order for the discussion to be meaningful. At the discussionproceedings, the Party that has given the Notice of Dispute shallpresent an offer of a settlement, which may form the startingpoint of discussions between the two Parties during thediscussion proceedings.

b) Arbitration or adjudication:

i. In the event that the Parties are unable to resolve theDispute through direct discussion under Clause (a)provided above, the Parties shall submit the Dispute forarbitration in accordance with the Arbitration andConciliation Act, 1996. There shall be a Board of 3 (three)arbitrators of whom 1 (one) shall be appointed byBhubaneswar Municipal Corporation , 1 (one) shall beappointed by the bidder successful bidder, and the thirdshall be appointed by the 2 (two) arbitrators appointed asaforesaid.

ii. The arbitrators shall make a reasoned award, and anyaward made pursuant to this point (ii) shall be final andbinding on the Parties as from the date on which it ismade, and the bidder / successful bidder andBhubaneswar Municipal Corporation agree to undertaketo carry out the award without delay.

iii. The arbitration proceedings shall be conducted in theEnglish language, and in Bhubaneswar MunicipalCorporation only.

iv. The cost incurred on the process of arbitration includinginter alia the fees of the arbitral tribunal and the cost ofthe proceedings shall be borne by the Parties in equalproportions. Each Party shall be bear its own legal feesincurred as a result of any Dispute under this clause.

Page 19: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

18

v. The rights of the Parties shall remain in full force andeffect, pending the award in any arbitration proceedinghere under. During the bidding process, no dispute of anytype would be entertained. Even in such cases where BMCasks for additional information from any bidder, the samecannot be adduced as a reason for citing any dispute.

Page 20: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

19

4. TENDERING PROCEDURE & SCHEDULE

4.1. Pre-bid Meeting

4.1.1. The purpose of the Pre-bid Meeting will be to clarify and discuss issueswith respect to the Project, the RFP document or any other related issues.

4.1.2. The bidder or his authorized representative is invited to attend the Pre-bidMeeting, which shall take place in the conference hall of BhubaneswarMunicipal Corporation .

4.1.3. The bidders’ designated representatives are invited to attend the Pre-bidmeetings at their own cost, to be held on 13 June 2018 at 11:00 am in theConference Hall of Bhubaneswar Municipal Corporation .

4.1.4. Bidders are requested to submit their queries in writing latest by oneworking day prior to pre bid meeting.

4.2. Amendment of RFP Document

4.2.1. At any time prior to the Proposal/Bid Due Date, Bhubaneswar MunicipalCorporation may, for any reason, whether at its own initiative or inresponse to clarifications requested by a bidder, modify the RFP documentthrough the issuance of an Addenda. This will be uploaded on the Websiteof Bhubaneswar Municipal Corporation and shall be binding upon all theprospective bidders.

4.3. Preparation and Submission of Proposal

4.3.1. The bidders shall be required to submit the Proposal (including both theTechnical Proposal and Financial Proposal) hard copy at the office of theBhubaneswar Municipal Corporation.

4.3.2. All Proposals/Bids shall be signed by the duly ‘Authorised Signatory’ of thebidder. Bidders shall submit a supporting Power of Attorney authorizingthe signatory of the Proposal to commit the bidder and agreeing to ratifyall acts, deeds and things lawfully done by the said attorney.

4.3.3. The Authorised Signatory shall initial the Proposal on each page. He shallalso initial all the alterations, omissions, additions, or any otheramendments made to the Proposal, before submission. Further all thepages of the Proposal shall be sealed by the Bidder

4.3.4. Bidders are required to submit only 2 (two) set of the Technical Proposal,one Original and one Copy.

Page 21: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

20

4.4. Language and Currency

4.4.1. The Proposal and all related correspondence and documents shall bewritten in English language. If any supporting document attached to theBid is in any other language, the same will be supported by an Englishtranslation, and in case of any ambiguity the translation shall prevail.

4.4.2. The currency for the purpose of the Proposal/Bid shall be Indian NationalRupees (INR).

4.5. Bidder’s Responsibility

4.5.1. It would be deemed that prior to the submission of the Proposal, the Bidderhas made a complete and careful examination of:

a) The requirements and other information set forth in this RFPdocument.

b) The various aspects of the Project including, but not limited to thefollowing:

i. The Main carriageway, access roads, service roads, pavements,vacant earthen spaces (wall to wall basis) along the assigned roadstretch ;

ii. All other matters that might affect the bidder’s performance underthe terms of this RFP document, including all risks, costs, liabilitiesand contingencies associated with the Project.

4.5.2. Bhubaneswar Municipal Corporation shall not be liable for any mistake orerror or neglect by the bidder in respect of the above. Proposals that arenot substantively responsive to the requirements of this RFP document willbe rejected.

4.6. Sealing and Marking of Proposals

4.6.1. The Proposal shall be sealed, marked and submitted as explained below:

a) Envelope No. 1: Duly marked as “EMD & Bid Document Fee for Selectionof Operator for Providing services for Mechanical Sweeping of SelectedRoads in Bhubaneswar for Package-I (in case of Bidder applying forPackage-I)/ Package-II (in case of Bidder applying for Package-II) ”. In casewhere the Bidder is applying for both the Packages then the Envelop 1 shouldbe duly marked as “EMD & Bid Document Fee for Selection of Operator forProviding services for Mechanical Sweeping of Selected Roads inBhubaneswar for Package-I and Package-II). The Envelop 1 shall containthe following:

i. The EMD as prescribed in Clause 3.2.1.1ii. Bid document fee in the form of a Demand Draft (Even in case the

bidder submits bid for both the packages, only one bid document feeneeds to be submitted as part of the bid).

b) Envelope No. 2: Duly marked as “Technical Proposal for Selection ofOperator for Providing services for Mechanical Sweeping of SelectedRoads in Bhubaneswar for Package-I (in case of Bidder applying forPackage-I)/ Package-II (in case of Bidder applying for Package-II) ”. In case

Page 22: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

21

where the Bidder is applying for both the Package then it should submit 1(one) Technical Proposal for both the Packages. In such case the envelopshould be marked as “Technical Proposal for Selection of Operator forProviding services for Mechanical Sweeping of Selected Roads inBhubaneswar for Package-I and Package-II”. The Technical Proposal shallcontain the following:

i. Letter of Application (as per Format A1);ii. General Information on the Bidder (as per Format A2);iii. Relevant documents confirming the “Minimum Eligibility Criteria”

laid down in Clause 3.1;iv. Power of Attorney for Signing of Application (as per Format A3);v. Power of Attorney for Lead Member of the Consortium as per A4vi. Information on Litigation as per Format – A5vii. Technical Qualification as per Format – A6viii. Financial Qualification as per Format – A7ix. Declaration for Blacklisting and Termination as per A8x. Other submission: - Hard copy of RFP document , Pre-Bid replies

(if any), Addendum/Corrigendum (if any), duly signed (on eachpage) by an authorised representative and sealed by the bidder asa token of acceptance;

Note:· The Technical Proposal shall be submitted in two copies, one clearly

marked as Original on the top of the envelope and another clearlymarked as Copy on the top of the envelope.

c) Envelope No. 3: Duly marked as “Financial Proposal for Selection ofOperator for Providing services for Mechanical Sweeping of SelectedRoads in Bhubaneswar for Package-I/Package-II ” and clearly written onthe top of the Envelope “Do Not Open with Technical Proposal” and shallcontain the following:

i. Financial Proposal (as per Format B1) .ii. Breakup of the financial proposal as per format B2.

d) Both the Technical and Financial Bid shall be placed within an Outer Envelopeon which it shall be clearly written “RFP for Selection of Operator forProviding services for Mechanical Sweeping of Selected Roads inBhubaneswar for Package-I (in case of Bidder applying for Package-I)/Package-II (in case of Bidder applying for Package-II)”.

e) In case where the Bidder is applying for both the Package then it can submit1 (one) Technical Proposal for both the Package. In such case the Outerenvelope shall clearly mention “RFP for Selection of Operator for Providingservices for Mechanical Sweeping of Selected Roads in Bhubaneswar forPackage-I & Package-II” and similarly in Envelope No. 1 and 2. However,Financial Proposal shall be submitted separately for each Package clearly asper directions provided in point c of this clause.

Page 23: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

22

4.6.2. If the envelope is not sealed and marked, as instructed above,Bhubaneswar Municipal Corporation assumes no responsibility for themisplacement or premature opening of the Proposal submitted.Authenticity of documents submitted online will prevail.

4.6.3. The Bids shall be received at the below address until proposal Due Date.Bidders shall submit their Proposals by registered post/speedpost/courier only so as to reach the designated address by the ProposalDue Date. For submission of Proposals, there will be no drop box facilityavailable and hand delivery is not allowed. Proposals submitted by fax ore-mail shall not be entertained and shall be rejected.

Address for submission of Bids: -To,The Dy. Commissioner (Sanitation)Bhubaneswar Municipal CorporationVivekananda Marg,Near Kalpana Square,Bhubaneswar - 751014, Odisha

4.6.4. Any Proposal received by Bhubaneswar Municipal Corporation afterProposal Due Date and time will be summarily rejected.

4.7. Opening of Proposals4.7.1. The Technical Proposals received shall be opened by the Committee

constituted by Bhubaneswar Municipal Corporation. The date and time ofopening of Technical Proposal is mentioned in this RFP.

4.7.2. Bhubaneswar Municipal Corporation reserve the right to reject anyProposal, if:

(a) The information and documents have not been submitted asrequested and in the formats specified in the RFP document.

(b) There are inconsistencies between the Proposal and thesupporting documents.

(c) There are conditions proposed with the Technical and/or FinancialProposals.

(d) It provides the information with material deviations.(e) The EMD and/or Bid document fee is not submitted along with the

hard copy submission.

4.7.3. A material deviation or reservation is one, which:

(a) Affects in any substantial way, the scope, quality, or performanceof the Project, or;

(b) Limits in any substantial way, or is inconsistent with the RFPdocument, Bhubaneswar Municipal Corporation rights, or thebidder’s obligations.

Page 24: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

23

4.7.4. No request for modification or withdrawal shall be entertained byBhubaneswar Municipal Corporation in respect of such Proposals.

4.8. Evaluation of Proposals

The evaluation of Proposals will be conducted in 2 (two) steps as explainedbelow:

4.8.1. Step-I: Opening of Technical Proposal(a) The EMD and Bid Document Fee shall be checked. Proposals without

the appropriate EMD and Bid Document Fee will be rejected.(b) Then the Minimum Eligibility Criteria of the Applicant shall be

checked. The Technical Proposal of those Applicants who are meetingthe Minimum Eligibility Criteria shall be evaluated. The Proposalsnot meeting the Minimum eligibility criteria, as per Clause 3.1, willbe rejected outright.

(c) All the applicants shall make a presentation on Approach,Methodology and Work Plan at the Venue and time intimated by BMCafter evaluation of Technical Proposal.

(d) The Technical Proposal of the Eligible Applicant shall be evaluatedand the Applicant need to score minimum 70 Marks in order to beconsidered for next stage of bidding i.e. opening of Financial Proposal

(e) All bidders meeting the requirements of Step-I of the evaluation willbe considered for the next stage of the bidding.

Basis of Technical Evaluation:

Particulars MaximumMarks

Experience in similar work:· 2-3 years- 7 Marks· More than 3 years- 10 Marks

The above experience shall be supported by a valid proof suchas Work order from any ULB or any Government Agency. Theexperience will be counted from the Date of Work order to thelast date of submission of Proposal.

10

Project experience for similar work in India for a period of 2years or more in any ULB

· 1 ULB - 10 marks· 2 ULB or more - 20 marks

Must be supported by Work Agreement and letter for continuityof work from the ULB

20

Total Length of the Road awarded for work by any 1 (one) ULB:· 60-80 Lane Kms/ day- 15 Marks· More than 80 Lane Kms/day- 20 Marks

Work experience certificate to be furnished from the respectiveULB

20

Annual turnover of the firm as per Clause 3.1.3INR 10.00 crores-15.00 crores- 15 MarksMore than INR 15.00 Crores- 20 MarksCopy of profit and loss and balance sheet of the firm duly

20

Page 25: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

24

signed and attested by the Statutory Auditor has to be providedby the Bidder for FY 2012-13, FY 2013-14, FY 2014-15, FY2015-16 and FY 2016-17.Approach, methodology and work Plan by way of presentationto the Technical committee of BMC. The presentation shouldbe limited to 15 slides for a period of maximum 20 minutes onthe date, time and venue to be intimated by BMC to theAuthorised Representatives of the Bidder

30

Total 100

Notes:-a) Similar work shall mean work of cleaning/sweeping of roads or public

places by mechanical road sweeper which is Truck Mounted/Suctionbased having 4 cylinders with Engine power of minimum 147 BHP/110KW.

b) The Work experience certificate furnished shall be assigned and sealed bythe Authorised Representative of the ULB/Government Agency not belowthe rank of Executive Engineer.

c) Work Plan and Methodology shall include Comprehensive Road Survey,Peak hour Traffic, Work time scheduling, Machineries to be Deployed,Manpower and Staffing requirement, Disposal of the dust, Specification ofthe Mechanical Road sweeper etc. The Presentation shall be made on Dateand Venue to be intimated by BMC after opening of Technical Proposal

d) The Bidder should at least score 70 points in order to qualify for the nextstage. The Financial Proposal of the non-qualified bidders shall not beopened.

4.8.2. Step-II-Opening of Financial Proposal

The Financial Proposal shall be separately kept in a sealed envelope on whichit should be clearly written “Financial Proposal for Selection of Operator forProviding services for Mechanical Sweeping of Selected Roads inBhubaneswar for Package-I (in case of Bidder applying for Package-I)/Package-II (in case of Bidder applying for Package-II)” and shouldspecifically mention “DO NOT OPEN WITH TECHNICAL PROPOSAL”

· The Selected Applicant shall be the Applicant who is technically qualifiedfor the next stage of bidding i.e. Opening of Financial Proposal and hasquoted the lowest “Annual Operating Cost” (L1). The L2 and L3 biddersshall be kept in reserve and may be invited for negotiations in case thefirst ranked Applicant withdraws, or fails to comply with the requirementsspecified in the RFP document.

· The prices quoted by the Bidders shall be checked for arithmeticcorrection, if any, based on rate and amount filled by the Bidder in theSOR formats. If some discrepancies are found between the rate/ amountgiven in words and figures, the total amount shall be corrected as per thefollowing procedure, which shall be binding upon the Bidder:

a) When the rate quoted by bidder in figures and words talliesbut the amount is incorrect, the rate quoted by the Biddershall be taken as correct and amount reworked.

Page 26: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

25

b) When there is difference between the rate in figures andwords, the rate which corresponds to the amount worked outby the Bidder, shall be taken as correct.

c) When it is not possible to ascertain the correct rate in themanner prescribed above, the rate as quoted in words shallbe adopted and amount will be reworked.

4.8.3. The Proposals (Financial Proposal and Technical Proposal) should beunconditional and any condition attached with the Proposal(s) shall resultin the rejection of the proposal.

4.8.4. In continuation to Clause 4.8.2, No bidder shall be awarded both thePackages. The financial proposal of Package-II shall be opened first andthe L1 bidder of the said package shall be declared. The Financial proposalof Package-I shall be opened after that and in case a financial proposal hasalso been submitted by the L1 bidder of Package-II then it shall remainunopened.

Further, in case a firm has emerged L1 as a sole bidder or as anyconsortium/JV member in Package-II then also the provision of Clause4.8.4 shall apply. For clarity the following cases are illustrated forapplication of the said provision.

Case-I: Bidder ‘A’ has applied for both the Packages and emerged as L1bidder in Package-II.

Case-II: Bidder ‘A’ has emerged as L1 bidder in Package-II as a sole bidderand has applied in Package-I as a JV/Consortium partner with Bidder ‘B’

Case-III: Bidder ‘A’ and Bidder ‘B’ have applied as JV/Consortium (inwhich Bidder ‘A’ is the lead member) emerged as L1 bidder in Package-IIand Bidder ‘A’ has also has applied in Package-I as a sole bidder

Case-IV: Bidder ‘A’ and Bidder ‘B’ have applied as JV/Consortium (inwhich Bidder ‘A’ is the lead member) emerged as L1 bidder in Package-IIand Bidder ‘A’ has also has applied in Package-I as a JV/Consortium withBidder ‘C’

4.9. Confidentiality

4.9.1. Information relating to the examination, clarification, evaluation andrecommendation for the short-listed bidders shall not be disclosed to anyperson not officially concerned with the process. Bhubaneswar MunicipalCorporation will treat all information submitted as part of all Proposalsconfidential and will insist that all those who have access to such materialalso treat it in confidence. Bhubaneswar Municipal Corporation will notdivulge any such information unless it is ordered to do so by anygovernment authority that has the power under law to require itsdisclosure or due to statutory compliances.

Page 27: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

26

4.10. Execution of Agreement

4.10.1. The Selected bidder shall be required to execute the Agreement within30 (thirty) days of issuance of the LoA from Bhubaneswar MunicipalCorporation in writing, or by the date as mutually agreed between theParties to the Management Contract.

4.10.2. Failure to meet the above conditions will result in a breach andBhubaneswar Municipal Corporation shall be entitled to cancel theaward without being liable, in any manner whatsoever, to the bidder andto appropriate the Bid Security and/or any other amount deposited tillthat time as Damages.

4.10.3. The cost of execution of Agreement and any other related legaldocumentation charges and incidental charges will be borne by theSelected bidder.

Page 28: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

27

5. CONDITIONS PRECEDENT

The below mentioned Conditions Precedent has to be satisfied by both theParties prior to expiry of 60 Days from the date of signing of agreement.

5.1. Conditions Precedent for the BMC

5.1.1. Hand over to the Operator the right for cleaning of road as per the scopeof the work.

5.1.2. Provide the a space/land for setting up of Control Centre , workshop andadministrative office by the Operator.

5.1.3. Constitute a Project Monitoring Committee for smooth implementationof work.

5.1.4. Appoint an Officer in Charge who shall be responsible for monitoring theentire work, in accordance with the terms hereof.

5.2. Conditions Precedent for the Operator

5.2.1. Deploy Mechanical Road Sweepers, Vehicles or any other Machineryrequired to fulfil its duties under the Scope of Work mentioned in Clause2 of this RfP.

5.2.2. Conduct a Joint survey with BMC for estimating the exact length of roadand area under the scope of work of the Operator.

5.2.3. Provide to the Officer in Charge, its complete programme for differentstages of execution, planning, designing, fabrication and erection etc. ofthe Project prepared in line with the scope of work of RFP; Obtain allApplicable Permits, permissions, clearances and approvals required forthe Project.

5.2.4. Submit to the officer in charge of BMC, the list of assets / machineriespurchased / arranged of new mechanical road sweeper(s)/vehicle(s)fitted with GPS / wireless / mobile phone system of required technicalspecifications and standards.

5.2.5. Provide BMC the list of all manpower deployed / hired for the projectalong with the details for inspection.

5.2.6. Assist BMC / Officer-in-Charge for inspection of new machinery,equipment’s, system, control room, workshop, garage, manpower, etc.

5.2.7. The operator shall conduct test run of the Mechanical Road Sweeper,High pressure washing machine, mechanical trimmers and otherinstruments, in presence of authorized persons of BMC.

5.3. Provided that upon request in writing by the Operator, BMC may, at itssole discretion, modify / waive fully or partially any or all the ConditionsPrecedent

Page 29: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

28

6. OBLIGATIONS OF BOTH THE PARTIES

6.1. Obligations of BMC:

6.1.1. BMC/ any of the Government Agency is vested with the rights as overseerand the title of interest/ ownership/ and rights with regard to the ProjectSite. The operator shall only be vested with the Right to Operate forcleaning.

6.1.2. Upon request from the Operator, BMC shall provide reasonableassistance and facilitation in procuring clearances/approvals which arenecessary for the implementation of the Project and which are in itsauthority to grant or cause to be granted subject to the Operatorcomplying with the eligibility criteria for the grant of such clearances.However, the end responsibility for obtaining all suchapprovals/clearances whether from any Department or any otherauthorized agency/Government of India or any other statutory body shallbe that of the Operator.

6.1.3. BMC shall provide the Operator a space in the Command Centre ofBhubaneswar for setting up its Control room for the subject work.

6.2. Obligations of the Operator

6.2.1. Take over the rights under this contract from the BMC for dischargingits duties as specified in Schedule-I of the RFP i.e. Scope of Work.

6.2.2. Comply and observe at all times with all Applicable Permits, approvals,Applicable Laws, all central / state government / semi-government /local body’s rules and regulations applicable to rendering of suchservices and in the performance of its obligations under this work andalso, complying with all the inter disciplinary measures as followed byBMC.

6.2.3. Obtain any and all permits, necessary approvals, clearances andsanctions from the Competent Authority(ies), for necessary facilities likepower, firefighting, telecommunications, etc. as and when required, forthe Operator and its employees to perform their obligations under thiswork.

6.2.4. Make own arrangements to obtain the import licenses, if required for theimport of machines and equipment at the Project Site, as required forthis Project.

6.2.5. Ensure to get all the machines/vehicles registered under the competentauthority who are recognized for such registrations.

Page 30: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

29

6.2.6. Ensure that the services supplied conform to the standards of thetechnical specifications and where no applicable standard is mentioned,the standards shall be equivalent or superior to the official standardwhose application is appropriate to the country of origin of the goods andsuitable to Bhubaneswar weather conditions and usage.

6.2.7. Provide all the benefits to its staff such as Medical Insurance, ESI/EPFCoverage, regular Medical Checkup, Safety gears/Personal ProtectiveEquipment (PPE) during operation of the project and any other facilitieswith compliance to the Governing Law of India in relation to LabourWelfare.

6.2.8. Ensure that the subject work is not sub-let to any other Operator.

6.2.9. Ensure not to pose any problem/nuisance to the general public, publictraffic. The Operator shall be solely responsible for the behaviours andhonesty of its workforce.

6.2.10. Ensure not to dump or dispose of litter waste, garbage, or recyclableswaste on any street, alley or other publicly owned property unlessexpressly authorized by BMC.

6.2.11. In the event of any accident/damage to third party by any of thevehicle/equipment of the Operator, BMC shall be completely free fromany liability of any nature occurred on account of the accident. TheOperator shall be fully and exclusively responsible for the liabilitiesarising on account of accident and damage to the vehicle, manpower orto the third party. The Operator shall be fully and solely responsible forany death or bodily injury to his staff member or any other person in theemployment of the Operator or to any other person during theperformance of the contractual services. This includes any third partyclaims.

6.2.12. Solely responsible for any consequences under various laws, arising outof any accident caused by vehicles, equipment or his employees to theproperty or personnel of BMC.

6.2.13. Make efforts to maintain harmony and good industrial relation amongthe personnel employed in connection with the performance of theOperators obligations under this work and shall be solely responsible forcompliance with all labour laws and shall be solely liable for all possibleclaims from any third party and employment related liabilities of its staffemployed in relation with the Project and hereby indemnifies BMCagainst any accident claims, damages, expenses or losses in this regardand that in no case and shall for no purpose shall BMC treated asemployer in this regard.

6.2.14. Neither place or create nor permit any other person claiming through orunder the Operator to create or place any Encumbrance over all or anypart of the Project Site or on any rights of the Operator therein

Page 31: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

30

6.2.15. In case of loss due to theft or damage to the Project Facility, due to thenegligence of the Operator, the Operator shall be responsible for makinggood the same immediately at its own cost and shall continue to keepthem available for public use, at all times, within the Contract Period.

6.2.16. To pay at its own cost all applicable existing taxes / charges / feesincluding service tax, stamp duty, registration charges and any otherrelated legal documentation charges, if any, in respect of the said Project,as leviable on the date of submission of Commercial Proposal.

6.2.17. Shall ensure that the operation, maintenance and management of theProject Site provided therein are both in conformity with the relevantnorms and Maintenance Manual

6.2.18. Shall have his Name and Logo printed along with BMC name and Logoon the Mechanical Road Sweeper . The Advertisement rights at all timesduring the work tenure of this work shall be vested with BMC.

6.2.19. On expiry of the Contract Period, within a maximum period of 7 (seven)days, to leave the entire Project Site in a clean and safe condition to thesatisfaction of BMC. However, all the machines/vehicles, super structurecreated, equipments and any other assets as brought in by the Operatorshall be taken away by the Operator.

6.2.20. Shall be liable for and shall indemnify, protect, defend and hold harmlessBMC, BMC’s officers, employees, etc. from and against any and alldemands, claims, suits and causes of action and any and all liability,costs, expenses, settlements and judgments arising out of the failure ofthe Operator to discharge its obligations under this section and to complywith the provisions of Applicable laws and Applicable permit.

Page 32: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

31

7. MACHINERY REQUIREMENT & SPECIFICATION

7.1. General Performance Standard of Mechanical Road SweeperThe mechanical road sweeper shall adhere to the following specification asa minimum capability with proven performance in terms of speed andquality.

7.1.1. It should have rugged design frame, brushes, nozzles, flexible brushsystem, powerful vacuum, suction fan, hydraulic system for efficientand quality performance and lifting / tipping arrangement.

7.1.2. The mechanical road sweeper machine shall be fitted with thickbrushes made up of steel/polypropylene and vacuum suction system,so that it is capable of picking up big size waste and variety of refuseslike leaves, littering plastic paper/paper & debris – dirt, dust, sand,rubble, silt, wet waste, bottles, small stones, human excreta, cowdung, floating matters, broken glass, pet bottles, coconut shells, bulky/ huge accumulation of solid waste, etc. from the roads with speed &quality clearance etc.

7.1.3. The machine shall be capable to lift mulched debris throughcompacting pulverizing impeller fan to give high collection capacityand safe pick – up of broken glass & other sharp objects.

7.1.4. The minimum sweeping width & collection / sweeping capacity shallbe as mentioned in technical specification in the bidding document.The brush system shall be of rugged quality & strength and shall havesufficient degree of flexibility to adjust in accordance with contour ofthe road and enable to cleaning of paved foot path, side spaces endpavers block roads. Blower shall be straight-through suction systemsweeps, vacuum and compacts debris without passing through orwearing out the fan.

7.1.5. The brush mechanism shall be provided with different speeds andshall be capable picking and guiding the solid waste into the collectionhoppers. The bidder shall specify the nos. of brushes, position ofbrushes, centre brushes, etc. available in their machine, during theTechnical presentation

7.1.6. The Mechanical Road Sweeper machines shall be provided withefficient system for collection and settlement of dust i.e. preventingdust / dirt flying out in the atmosphere during operation of sweepingactivity and collection of waste as well as while collection in hoppers.The machine designed to exhaust only dry / clean air through system/ and water spray shall be operate along the brush for dustsuppression as & when required.

7.2. Minimum Technical Specification of Mechanical Road Sweeper:

Particulars Requirement as per this RFPQuantity Minimum 2 Nos (entirely new set) for

each Package

Page 33: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

32

Type Self-propelled (Integrated machine)Dust control system Water Sprinkler nozzles to be provided

on the brushEngine Power 147 bhp/110 kwEngine Standard Bharat Stage-IV/Euro-IVHopper/collector Capacity 6 cumWater Tank capacity 1000 ltrsCylinders 4Number of Front Brush 2Sweeping width of Front Brush 3 metersFront Brush Type Nylon/Better qualityNumber of Side Brushes 2Sweeping width of Side Brushes 1.5 meters eachSide Brush Type Steel/Polypropylene (disposable)Noise Control 90 db maximumFiltration system 90% for PM 2.5 dust

100% for dust type PM 10Debris and waste dumping system HydraulicHopper capability Dumping debris upto a height of 2

metersSafety Lights 2 Nos. Revolving light, 1 on the cabin

and other on the rear side of themachine

Fuel to be used for running the machine DieselMinimum Speed at which the Machineryperformance is 100% while in operationfor sweeping

8 Kms/hr

Maximum Speed at which machinery isallowed to Run while in operation forsweeping

10 Km/hr

GPS Tracking system 1 per vehicleCamera 2 for each Mechanical Road Sweeper:

One on front side and one on rear side

NB:- In the case of a foreign supplier of Mechanical Road Sweepers, the suppliershould have a presence and supply base in India with all facilities and infrastructurefor providing after sales service.

7.3. Minimum Technical Specification of Tractor to be deployed forCarrying Dust, Garbage and C&D Waste

Particulars Requirement as per this RFPEngine Horse Power 42Numbers of Cylinders 3PTO RPM @ ERPM 540 @ 1800Hydraulic Lift Capacity kgf 1200Rear Tyre-Std. 12.4-28Clutch SingleWheel Base 1950Vibration at Seat (Microns) 80Vibration at Steering (Microns) 120Transport Lock Valve Yes

Page 34: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

33

Platform NormalHydraulic Pump Submerged with Oil/OutsideDual Tec Bio Diesel CompatibleBrake 6 inch sizeAttached Trailer Capacity 3 TonsGPS Tracking system 1 per vehicle

7.4. Other Fleet Logistics & Other Infrastructure Arrangements

Inspection Van for debris survey 1 nosControl Room equipped with computerswith requisite software and printers

1 nos

Handcart for manual sweeping 1 nos. for every 1 KmWireless/mobile phone 1 per vehicle. 1 per supervisor and 1

at control room

7.5. Manpower Requirement

A. Mechanical Sweeping:

Skilled Manpower NumberDriver with experience in operatinghydraulically operated Mechanical RoadSweepers and having Valid Heavy MotorVehicle License

2

Operator of Mechanical Road Sweeper 2Total Skilled Manpower 4Semi-Skilled ManpowerHelper for Mechanical Sweeper 2Total Semi-Skilled Manpower 2

B. Manual Sweeping:

Package-I:

Semi-Skilled ManpowerLabour Supervisor 3Total Semi-Skilled Manpower 3Unskilled ManpowerLabour/Manual Sweepers 56Total Unskilled Manpower 56

Package-II:

Semi-Skilled ManpowerLabour Supervisor 3Total Semi-Skilled Manpower 3Unskilled ManpowerLabour/Manual Sweepers 65Total Unskilled Manpower 65

Page 35: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

34

C. Lifting and Transportation of C&D Waste:

Skilled Manpower NumberDriver having Valid Heavy Motor VehicleLicense

2

Total Skilled Manpower 2Semi-Skilled ManpowerHelper for Tractor 2Total Semi-Skilled Manpower 2Unskilled ManpowerLabour for lifting of Debris 4

D. Roadside furniture, statues and signages cleaning:

Unskilled ManpowerLabour 10Total Unskilled Manpower 10

E. Other Skilled Manpower Requirement

Manager – Operations 1 nos.Control room executive MinimumGraduate

2 per day (2 shifts)

Page 36: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

35

8. OPERATION & MAINTENANCE REQUIREMENT

8.1. The Operation & Maintenance components of this contract are of verycritical nature which has to be carried out virtually every day. The Operatoris therefore sensitized to the need for proper planning, deployment andsustaining perfect Operation & Maintenance throughout the entire periodof the contract. Therefore the Operator is requested to attach importanceto the following points so as to ensure deliverance of the highest quality ofworks which will ensure

a) Availability of entire fleet of Sweeping machines,b) Reduce down-time due to repairs,

8.2. The Operators shall submit a Comprehensive Maintenance Schedule ofSweeping machine equipment’s. The Operator shall ensure deployment ofsuitably trained Mechanics, Operators, Drivers and make available allnecessary Hand Tools, Special Tools, Servicing and LubricatingEquipment’s, etc.

8.3. The Operator shall employ and provide at its expense such qualified,trained and experienced personnel such as operation manager, technicalexperts, skilled and unskilled labors, etc. as is required to manage theProject. The Operator must verify antecedents of the employees to beprovided by the Operator before deployment. The Operator shall engage noperson having criminal record or who is not the citizen of India.

8.4. The Operator shall appoint 1 supervisor for every 20 labourers to ensurethat services are rendered effectively. The supervisors should be easilyaccessible at all times and should have a mobile phone with them at alltimes. The Operator shall ensure that the supervisor or any otherauthorized representative shall invariably be available either in person orover the telephone within the city every day for taking necessaryinstruction and for proper co-ordination.

8.5. The staff/drivers deputed by the Operator during the course of contractmust behave decently with the BMC's officer and staff. The Operator shallwithdraw such person who is found to be indiscipline, misbehaving, underor the influence of any intoxicant or whose services are considereddetrimental to BMC's Interest.

8.6. BMC shall not be responsible for any accident/injury to the staff of theOperator. It is Operator's responsibility to have medical insurance of hisemployee, medical facility, work compensation etc. as per “Workmen’sCompensation Act 1923” and all other relevant laws.

8.7. Further the BMC will not provide any insurance, medical facility, workmancompensation, etc. to the staff of Operator.

8.8. The Operator shall indemnify, defend and hold harmless the BMC, duringthe tenure of Agreement, from and against all liabilities, damages, actions,proceedings, and claims of any nature whatsoever, as suffered by theOperator due to such accidents.

8.9. All spares/accessories including batteries & tyres shall be deployed by the

Page 37: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

36

Operator. Lubricants including Hydraulic oil shall be provided by theOperator

8.10. The Operator shall keep stock of normal routine items like oil and partslike pipes, nuts, bolts, washers and all electrical and hydraulic spares, etc.and any other spare parts and items which are required to be changedunder normal wear and tear.

8.11. The Operator shall meet the following requirements:-a) Ensure compliance of minimum wages act for Driver, Operator

Mechanic staff, Labour & Supervisors.b) ESI & PF shall be paid as per prevailing rules.c) The Operator shall provide all types of safety gears PPE

(Personal Protective Equipment’s) to Labour while on duty

8.12. The Hydraulic Oil for topping up will have to be Deployed by the Operatorand the Oil & filters changed as per the recommendations of themanufacturers. The Oil grade used shall be that easily available in India.

8.13. Periodic filters changing are very much essential. Return of old filterelements is proof of filters change. The non-filter change, penalty shall beimposed for each filter to be changed as per Maintenance Schedule.

8.14. Necessary records showing maintenance of the Mechanical Road Sweepersshall be duly maintained. They shall be subjected to inspection as andwhen called for.

8.15. Equipments for water washing, Inflating Tyres, Lubrication and Batterychargers shall be provided by the Operator.

8.16. Any damages to the Corporation and other properties while carrying outthe work shall be rectified by the successful bidder free of cost.

8.17. Corporation will not be responsible for any human accident or hazard ifoccurred to the person of the contractor while carrying out the work.

8.18. The Operator shall bring their own tools and accessories for carrying outthe maintenance work including special Tools & Fixtures.

8.19. The Operator will have to inspect and check all the hydraulic componentsof Sweeping machine equipment’s once in a month irrespective of whetherany problem arises or not. The program for the same will be submitted tothe department in advance. In addition to the above in case of anyproblems the tenderer will have to attend the work within 24 hours.

8.20. It is the utmost responsibility of the tenderer to ensure adherence to SafetyNorms in all aspects of the works especially while the Sweeping machinesare on road and while carrying repairs/maintenance activities.

8.21. Any damage, repair, liability, loss of reputation, both to men and materialshall be entirely responsibility of the Operator.

8.22. It is the entire responsibility of the Operator to ensure that all his

Page 38: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

37

employees comply with mandatory requirements in terms of Age,Competence, (No Minors to be employed).

8.23. The Operator shall ensure that the equipment deployed shall be put to useevery day for fulfilling its scope of work. Further, it shall also ensure thatall the Labour employed by it shall work every day on the Project area formanual sweeping and litter collection.

8.24. Concerned Officer-in-charge shall certify and confirm the sweeping withhis/her report on the basis of which payment shall be made to theOperator.

8.25. In order to sweep the assigned road stretch if required the shall engageadditional tippers/ tractor and Labour, then agency is obligated to do soneither claiming extra charges towards the same the rate quoted shall beinclusive of all changes.

Page 39: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

38

9. PENALTY

9.1. The Operator shall perform Mechanical Sweeping on minimum 85% of thetotal Road stretch assigned to it by BMC. If the operator fails to undertakethe mechanical sweeping for minimum 80% of the total Lane Kms assignedto it on any day(s) [subject to the reasons beyond his controls], theoperator shall be fined @ double of amount (rate) payable to it.

9.2. The Operator shall ensure that the water nozzle fitted in the mechanicalsweeper(s) remains operational at all working time and there is no dust -cloud formation during the sweeping of road(s), failing which the Operatorshall be fined @ Rs. 10,000/- [Ten Thousand only] per default per day.

9.3. The Operator shall also be responsible for cleaning of all bell mouth(s) andgully grating(s) [irrespective of their number(s) [in its jurisdiction]], toensure smooth flow of storm water during rains or otherwise [throughoutthe year]. The bidder shall ensure that none of his/ her workman put/pushes the littering material(s)/ silt in front/ inside the bell mouth(s). Incase of any default in this regard the bidder shall be fined @ Rs. 2000/-per bell mouth per default.

9.4. If any of the GPS system/ wireless/ mobile phone set [installed in any ofthe vehicle(s)/ Mechanical Sweeper(s)] does not work continuously formore than 24 hours, the Operator shall be penalized @ Rs 5,000/- [Rs FiveThousand only] per system per day.

9.5. The Operator shall ensure placement of Safety device(s) and signage(s) atwork site during working hours, as per MoRT&H [Ministry of RoadTransport & Highways] Specification. Ignoring the safety requirements asmentioned above by the contractor shall result in a fine of Rs. 10,000/-[Ten Thousand only] per day per default.

9.6. The collected rubbish shall be disposed off by the contractor [all lift/leads], at a designated site as approved by BMC by deploying vehicles ofsuitable capacity. In case the Operator is found dumping the collectedrubbish at a place other than as mentioned in this clause, then theoperator shall be fined Rs. 10,000/- per default per day.

9.7. The Operator shall ensure that the complaint(s) in respect of services areattended within 6 hours of receipt of complaint. If the Operator fails toaddress the complaints within stipulated time period, then the Operatorshall be liable to pay a penalty of Rs. 600/- per day for each default. If thedefault(s) persist for more than 5 days, then the Penalty shall be increasedto Rs. 1000/- for each day of delay and calculate the penalty at suchincreased rate from the day of report of such incidence. However, in casethe rectification is beyond the reasonable control of the Operator or thenature of complaint is difficult to be resolved within allowable stipulatedtime then in such case the Operator shall submit a proper justification ofthe same to the satisfaction of BMC as the Officer in Charge should certifythe same prior to waving off this penal clause in such case.

9.8. Unavailability of Minimum nos. of vehicles, staff or labour as per this term

Page 40: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

39

of RFP shall attract a penalty of 20% from its monthly bill

9.9. The maximum allowable downtime for the Machinery in case of Breakdownshall be 3 days and in case the Operator fails to repair the Machinery toworking condition then a penalty of Rs. 10,000/- shall be charged for eachday of delay till a period of 7 days and in case the period of downtimeexceeds 7 days then a penalty of Rs. 15,000/- per day shall be charged forfurther period of 15 days and in case the downtime period exceeds thatperiod then the Operator shall be liable for Termination as per provisionsof this RFP . Further maximum number of downtime that can be allowedby BMC in a year is limited to 5 times and any downtime beyond alloweddowntime of 5 times and any downtime beyond the same shall lead toTermination of the Agreement.

For verification of irregularities mentioned under clause no. 9.2,9.3, 9.5, 9.6 and 9.7of this RFP, BMC shall during the pendency of work develop a mobile application forcitizen connect in order to receive feedback from Citizen on the sanitation andhygiene condition of road. For any complaint raised by any citizen shall be geo taggedand time stamped with a photograph uploaded by the Citizen as proof. The sameshall also be used as a proof to be reported by the Officer-in-Charge as irregularitiesobserved by it. The Operator shall only be penalized if the irregularities uploadedfalls under its jurisdiction or Scope of work. In case the app is not developed by BMCthe same may be done manually as per existing verification process for Sanitationrelated activities.

Page 41: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

40

10. MEASUREMENTS FOR PAYMENT

10.1. Measurement of work for Mechanical Sweeping.

10.1.1. The work shall be measured in terms of running kilometer road lengthirrespective of the width of road [four/six or eight lane], service lane,footpath & central verge, complete in all respects as described in thenomenclature of the item(s).

10.1.2. The Operator at the beginning of every month shall submit a report toBMC on the work performed by it in the previous month. The Reportshall contain attachment for proof of work done such as GPS map offor the length travelled by each machinery for performing MechanicalSweeping work.

10.1.3. The Operator shall also submit Bio-metric attendance report of themanpower associated with Mechanical Sweeping

10.1.4. The Officer-in-charge shall monitor the work on daily basis and certifythe bills submitted by the Operator prior to processing it for Payment.The Payment shall be done on Per Km basis for the actual lengthcovered by the Bidder during the month.

10.2. Measurement of work for Manual Sweeping.

10.2.1. The performance of the Operator in terms of manual sweeping shallbe daily verified by the Officer-in-Charge of BMC and satisfactoryreport to be submitted prior to recommending for Payment.

10.2.2. The Selected Operator shall submit proof such as Bio-metricAttendance report of the Labour on duty for Manual Sweeping.

10.2.3. The Final Payment shall be made on the Rate quoted by the Operatorfor Labour at the time of award of work

10.3. Measurement of work for C&D Waste Removal

10.3.1. The Payment for C&D Waste removal shall done on per trip basis fortotal number of trips done by the Operator in a month.

10.3.2. The number of Trips per day is assumed in BOQ is 5 trips/tractor/dayi.e. 150 trips/tractor/month. However the same is indicative and mayincrease of decrease as per requirement. The Payment shall be madefor the rate quoted by the bidder on the actual number of trips doneby the tractor

Page 42: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

41

11. VARIATION IN LENGTH OF THE ROAD ANDASSIGNED ROAD STRETCH

11.1. Additions in Road Length

BMC may require provision of addition to the assigned road length and roadstretch as contemplated in this RFP, the Operator shall carry out suchadditions on payment terms quoted during the submission of proposal.

11.2. Reduction done in the Road Length

i. If BMC, in public interest, is of the opinion that there exists anEmergency or any other situation, which warrants de-commissioning and closure of whole or any part of the projectfacility, BMC shall notify to the Operator to de-commission andclose the whole or the relevant part of the Project for so long assuch Emergency and the consequence thereof warrant. The BMCmay issue such directions, as it may deem appropriate to theOperator for delaying such Emergency and the Operator shallabide by the same.

ii. The Operator shall re-commission the project facility or theaffected part thereof on receiving the instructions from BMC inthis regard.

iii. In case the de-commissioning or closure is of permanent natureor extend beyond 30 (thirty) days, then BMC shall allocatealternative roads of similar or reduced length (Not less than 80%of the length of the road closed) within the radius of 20 km of allsuch roads which have become inaccessible for sweeping..However, this provision shall not be applicable in the followingcases:

a) If the Permanent Closure is below 25 lane Kms of AssignedRoad Length

b) If the Closure is due to Heavy Rains or Water Logging

11.3. Revision in Rate:

Mechanical Sweeping:

The Kilometer Charge shall be reviewed and (if applicable) revised for:

· Fuel cost shall be revised on monthly basis and the average of dailyretail fuel price of Bhubaneswar city at the end of the month shall beused as an indicator. However, change in rate shall only beconsidered if the variation is (+/-) 5%. Hence, in case the price of thefuel reduces below 5% then a decrease in rate shall take place whilemaking payment.

· Cost of consumables shall be revised annually using the WholesalePrice Index

Page 43: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

42

· Manpower Cost shall be revised as and when there is a change inMinimum Wages as per periodic Gazette Notifications, Labour andEmployment Dept., Govt. of Odisha

The following Weight Factor shall be applied for all three components:

Particulars WeightageFuel 25%Consumables and Spares 15%Labour 10%

NB: The balance 50% weightage is considered for depreciation which shall not beaccounted for any escalation.The escalation amount shall be calculated by using this formulae below:

Rm= [Rmb]+ [Rmb x 0.25 x ((Rf-Rfb)/Rfb)]+ [Rmb x 0.15 x ((Rcs-Rcsb)/Rcsb)] +[Rmbx 0.10 x ((Rl-Rlb)/Rlb)]

Rm= Revised per Km rate for Mechanical SweepingRmb= Rate quoted by the operator on the Base Date i.e. month in which the LastDate of Submission of Proposal is due.Rf= Average Price of Fuel in the monthRfb=Price of the Fuel as on Base DateRcsb= WPI of Consumables and Spares as Base DateRcs= WPI of Consumables & Spares after one year completionRl= Minimum Wages for respective skill categories as on date of revisionRlb= Minimum Wages for respective skill categories as on the Base Date

Manual Sweeping:

· Manpower Cost shall be revised as and when there is a change inMinimum Wages in relevant skill categories as per periodic GazetteNotifications, Labour and Employment Dept., Govt. of Odisha

· Cost of consumables shall be revised annually using the WholesalePrice Index

Particulars WeightageConsumables and Spares 25%Labour 75%

The escalation amount shall be calculated by using this formulae below:

Rsw= [Rswb]+ [Rswb x 0.25 x ((Rcs-Rcsb)/Rcsb)] +[Rswb x 0.75 x ((Rl-Rlb)/Rlb)]

Rsw= Revised man month rate for Manual SweepingRswb= Rate quoted by the operator on the Base Date i.e. month in which the LastDate of Submission of Proposal is due.Rcsb= WPI of Consumables and Spares as Base DateRcs= WPI of Consumables & Spares after one year completionRl= Minimum Wages for respective skill categories as on date of revisionRlb= Minimum Wages for respective skill categories as on the Base Date

C&D WasteThe Kilometer Charge shall be reviewed and (if applicable) revised for:

Page 44: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

43

· Fuel cost shall be revised on monthly basis and the Average of dailyretail fuel price of Bhubaneswar city at the end of the month shall beused as an indicator. However, change in rate shall only beconsidered if the variation is (+/-) 5%. Hence, in case the price of thefuel reduces below 5% then a decrease in rate shall take place whilemaking payment.

· Cost of consumables shall be revised annually using the WholesalePrice Index

· Manpower Cost shall be revised as and when there is a change inMinimum Wages for relevant skill categories as per periodic GazetteNotifications, Labour and Employment Dept., Govt. of Odisha

The following Weight Factor shall be applied for all three components:

Particulars WeightageFuel 55%Consumables and Spares 10%Labour 25%

NB: The balance 10% weightage is considered for depreciation which shall not beaccounted for any escalation.

For all the above revision of rates, the bidder shall submit the documentary evidencealong with the monthly invoice and the same shall be duly verified and certified bythe Officer-in-charge for processing it for payment.

Rt= [Rtb]+ [Rtb x 0.55 x ((Rf-Rfb)/Rfb)]+ [Rtb x 0.10 x ((Rcs-Rcsb)/Rcsb)] +[Rtb x0.25 x ((Rl-Rlb)/Rlb)]

Rt= Revised trip rate of TractorRtb= trip rate quoted by the operator on the Base Date i.e. month in which the LastDate of Submission of Proposal is due.Rf= Present Price of FuelRfb=Price of the Fuel as on Base DateRcsb= WPI of Consumables and Spares as Base DateRcs= WPI of Consumables & Spares as on date of revision i.e, after one yearcompletionRl= Minimum Wages for respective skill categories as on date of revisionRlb= Minimum Wages for respective skill categories as on the Base Date

Roadside signages, furnitures and statues cleaning

· Manpower Cost shall be revised as and when there is a change in MinimumWages in relevant skill categories as per periodic Gazette Notifications,Labour and Employment Dept., Govt. of Odisha using following formulae

Rc= [Rcb]+ [Rcb x 1 x ((Rl-Rlb)/Rlb)]Rc= Revised rate of man month for cleaning of roadside signages, furnitures andstatuesRcb= rate quoted by the operator on the Base Date i.e. month in which the Last Dateof Submission of Proposal is dueRl= Minimum Wages for respective skill categories as on date of revisionRlb= Minimum Wages for respective skill categories as on the Base Date

Page 45: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

44

12. TERMINATION OF SERVICES

12.1. Termination by BMC

BMC may terminate this Agreement due to any of the following events ofdefault by the Operator (hereinafter called the “Operator Event of Default”):

(i) The Operator has failed to perform or discharge any or all of itsobligations in accordance with the provisions of this Agreement.

(ii) Any representation made or warranties given by the Operator underthis Agreement is found to be false or misleading.

(iii) The Operator has been adjudged as bankrupt or become insolvent.

(iv) The Operator has created any encumbrance, charges or lien in favourof any person or agency, over the facility, save and except as otherwiseexpressly permitted under this Agreement.

(v) A resolution for voluntary winding up has been passed by theshareholders/partners of the Operator.

(vi) Any petition for winding up of the Operator has been admitted andliquidator or provisional liquidator has been appointed or the Operatorhas been ordered to be wound up by court of competent jurisdiction,except for the purpose of amalgamation or reconstruction with the priorconsent of BMC, provided that, as part of such amalgamation orreconstruction and the amalgamated or reconstructed entity hasunconditionally assumed all surviving obligations of the Operatorunder this Agreement.

(vii) It has been proved beyond reasonable doubt that Operator has beenparty to or has allowed any unlawful activity during the ContractPeriod.

(viii) The Operator has abandoned the Facility.

12.2. Termination for Force Majeure

The Contract may be terminated for Force Majeure Reasons as specified inClause 13.

12.3. Consequences of Termination

12.3.1. Without prejudice to any other consequences or requirements underthe Agreement or under any law, the following consequences shallfollow upon expiry of the Contract Period by efflux of time or due to aForce Majeure Event or the Operator Event of Default. However, if theAgreement is terminated due to Operator’s Event of Default, then theBMC may forfeit the Performance Security.

Page 46: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

45

12.3.2. Due to BMC’s Event of Default, BMC shall pay 6 months Contract Feeto the Operator. In addition to this, if the Agreement has beenterminated due to Operator’s Event of Default then the PerformanceSecurity submitted, shall be forfeited.

12.3.3. Transfer of Facility/Assets: On the termination, the Operator shallTransfer the Right to Operate to BMC

12.3.4. Applicable Permits: The Operator shall, at its own cost, transfer toBMC all such Applicable Permits, which the BMC may require andwhich can be legally transferred.

12.3.5. The Parties shall perform/discharge their respective obligations to beperformed or discharged under the provisions of the Agreement on thetermination in entirety.

12.4. Rights of BMC on Termination

BMC shall not, as a consequence of Termination or otherwise, have anyobligation whatsoever including but not limited to obligations as tocompensation for loss of employment, continuance or regularization ofemployment, absorption or re-employment on any ground, in relation toany person in the employment of or engaged by the Operator in connectionwith the Project.

12.5. Termination by Operator

The Operator may terminate this Agreement due to any of the following Eventsof Default by the BMC (hereinafter called the “BMC Event of Default”):

(a) Material Breach by BMC of its obligations under this Agreement whichis not remedied within 30 (thirty) days of receipt of written notice fromthe Operator specifying such breach and requiring BMC to remedy thesame.

(b) Any shortening of Contract Period and/or Road Length having directconsequences on the revenue of the Operator, at any time during thesubsistence of the Agreement.

(c) Any change in the policies of BMC or a Change in Law, which has amaterial adverse effect on the Operator’s ability to implement theProject.

(d) A breach of any express Representation or Warranty by BMC which hasa material adverse effect and such breach is not remedied within 30(thirty) days of receipt of written notice from the Operator specifyingsuch breach and requiring BMC to remedy the same.

Page 47: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

46

12.5.1. Provided that in the event of application of sub-articles above,Operator shall give to BMC, 30 (thirty) days’ time to cure the defaultprior to considering the events specified therein as BMC’s Events ofDefault, and in the event the BMC remedies the default to thesatisfaction of the Operator within the Cure Period, the event will notbe considered as a BMC Event of Default.

12.6. Force Majeure Event

Any of the following events resulting in material adverse effect shall constitutea Force Majeure Event:

(a) Lightning, earthquake, landslides, tempest, cyclone, hurricane,whirlwind, storm, flood, heavy rainfall and other unusual or extremeadverse weather or environmental conditions (including, withoutlimitation, any such conditions at sea affecting the delivery ofequipment to the Project) or other events of natural disaster of rareseverity.

(b) Meteorites or objects falling from aircraft or other aerial devices, theoccurrence of pressure waves caused by aircraft or other aerial devicestravelling at high speeds.

(c) Fire or explosion, chemical or radioactive contamination or ionizingradiation; not attributed to the Operator.

(d) Strikes, lock-outs or other industrial action or labour disputes.

(e) Act of war (whether declared or undeclared), threat of war, invasion,armed conflict or act of foreign enemy, unexpected call up of armedforces, revolution, religious strife, bombs, sabotage, terrorism or threatof such acts or other similar events of a political or social nature.

(f) Expropriation, confiscation, nationalization or requisition of the Projectby GoI, GoO, or BMC except as provided under this ManagementContract.

(g) Any decision or order of a court or tribunal, which has the effect ofrestraining all or any part of the activities concerning the operation,maintenance or management of the Project including thedetermination, levy, demand, collection, retention and appropriation ofFinancials.

(h) Any other similar things beyond the control of the Party.

12.7. Notice of Force Majeure Event

As soon as practicable and in any case within 3 days of the date of occurrenceof a Force Majeure Event or the date of knowledge thereof, the Party which isrendered wholly or partially unable to perform any of its obligations becauseof a Force Majeure Event (“the Affected Party”) shall notify the other party ofthe same, setting out, inter alia, the following in reasonable detail:

Page 48: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

47

(a) The nature and extent of the Force Majeure Event.

(b) The estimated Force Majeure Period.

(c) The nature of and the extent to which, performance of any of itsobligations is affected by the Force Majeure Event.

(d) The measures, which the Affected Party has taken or proposes to taketo alleviate/mitigate the impact of the Force Majeure Event and toresume performance of such of its obligations affected thereby.

(e) Any other relevant information concerning the Force Majeure Event,and/or the rights and obligations of the Parties.

12.8. Performance of Obligations

The Affected Party shall be excused from performance of such obligations tothe extent it is unable to perform the same on account of such Force MajeureEvent provided that:

(a) Due notice of the Force Majeure Event has been given to the other Partyas required by the preceding Clause 12.7.

(b) The excuse from performance shall be of no greater scope and of nolonger duration than is necessitated by the Force Majeure Event.

(c) There shall be no Termination of Agreement except as provided inClause12.9.

(d) Where the Operator is the Affected Party, the various deadlines set forthin this RFP and the Contract Period shall be extended by the period forwhich such Force Majeure Event shall subsist.

(e) Where the Operator is the Affected Party, it has taken all reasonableefforts to avoid, prevent, mitigate and limit damage, if any, caused or islikely to be caused to the Facility as a result of the Force Majeure Eventand to restore the Facility, in accordance with the good industrypractice and its relative obligations under this RFP.

(f) When the Affected Party is able to resume performance of its obligationsunder this Contract, it shall give to the other Party written notice tothat effect and shall promptly resume performance of its obligationshereunder, the non-issue of such notice being no excuse for any delayfor resuming such performance.

(g) The Affected Party shall continue to perform such of its obligationswhich are not affected by the Force Majeure Event and which arecapable of being performed.

(h) Any insurance proceeds received by the Operator shall be entirelyapplied to repair, replace or restore the assets damaged on account ofthe Force Majeure Event, in accordance with good industry practiceand in consultation with the BMC, unless otherwise agreed to by BMC.

12.9. Termination Due To a Force Majeure Event

If a Force Majeure Event subsists for a continuous period of 365 (threehundred sixty five) days, either Party may in its sole discretion terminatethis Contract by giving 30 (thirty) days Termination Notice in writing to theother Party without being liable in any manner whatsoever.

Page 49: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

48

13. PRSECRIBED FORMATA1. Letter of Application

(To be submitted on Bidders letter head and signed by the bidder’s AuthorisedSignatory)

To,Bhubaneswar Municipal CorporationVivekananda Marg,Near Kalpana Square,Bhubaneswar - 751014, Odisha

Subject: Proposal for selection of operator for providing services for mechanicalsweeping of selected Roads in Bhubaneswar.

Dear Sir or Madam,

1. Being duly authorized to represent and act for and on behalf of (herein theapplicant), and having studied and fully understood all the informationprovided in the bid document, the undersigned hereby apply as a bidder for “Selection of Operator for Providing services for Mechanical Sweeping ofSelected Roads in Bhubaneswar” according to the terms and conditions of theRFP document issued by Bhubaneswar Municipal Corporation .

2. Our Technical and Financial Proposals are as per the requisite formats alongwith the supporting documents, duly filled are submitted.

3. The Bid Document Cost of Rs. 11200.00/- has been submitted though DemandDraft No…………. Dated. __/__/____.

4. The EMD of Rs. 20.00 Lakhs (Rupees Twenty Lakhs) has been submitted in theform of Bank Guarantee/Term Deposit Receipt of any Nationalised/ ScheduledBank(s)/ Post Office or in the shape of National Saving Certificates (NSC)/ KisanVikas Patra (KVP) instrument(s) of Govt. of India Dated. __/__/____. payable at“Bhubaneshwar” [pledged] in favour of “Commissioner, BhubaneswarMunicipal Corporation”

5. Bhubaneswar Municipal Corporation and its authorized representatives arehereby authorized to conduct any inquiries/investigation to verify thestatements, documents and information submitted in connection with theProposal and to seek clarification from our banker regarding any financial andtechnical aspects. This letter of application will also serve as authorization toany individual or authorized representative of any institution referred to thesupporting information, to provide such information deemed necessary asrequested by yourselves to verify statements and information provided in theapplication or with regard to the resources, experience and competence of theapplicant.

6. This proposal is made with full understanding that:

Page 50: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

49

(a) Bhubaneswar Municipal Corporation reserves the right to reject or acceptany Bid/Proposal, cancel the bidding process, and/or reject all Bids.

(b) Bhubaneswar Municipal Corporation shall not be liable for any of theabove actions and shall be under no obligation to inform the applicant ofthe same.

7. We, the undersigned declare the statements made and the information providedin the duly completed application forms submitted, as complete, true andcorrect in every detail.

8. We hereby confirm that we have read, understood and accepted all the detailedterms and conditions of this RFP document and Project related Information asrequired for the Proposal. We have also visited the site/roads for the assessmentand have made our own due diligence and assessment regarding the Project.

9. We agree to keep our Proposal valid for 180 (One Hundred Eighty) days fromthe Proposal Due Date and not to make any modifications in its terms andconditions not acceptable to Bhubaneswar Municipal Corporation . Should thisProposal be accepted, we hereby agree to abide by and fulfil all the terms,conditions and provisions of the aforesaid documents.

10. This application is made with the full understanding that the validity ofProposal submitted by us will be subject to verification of all information, termsand conditions submitted at the time of bidding and its final acceptance byBhubaneswar Municipal Corporation . We agree that, without prejudice to anyother right or remedy, Bhubaneswar Municipal Corporation shall be at libertyto forfeit the said EMD absolutely.

Yours sincerely,

Authorized signatory Date:Name and seal of Bidder Place:

Page 51: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

50

A2. General Information of the Bidder(To be submitted on Bidders letter head and signed by the bidder’s Authorised

Signatory)

1. Company Information:

(a) Name:(b) Country of Incorporation:(c) Address of Corporate Headquarters and its

branch office(s):(d) Status of the Bidder (Pvt Ltd. or Public Ltd.

2. Details of Authorized Signatory:

(a) Name:(b) Designation:(c) Company:(d) Address:(e) Telephone Number:(f) Fax Number:(g) E-Mail Address:

For and on behalf of (Name of the Bidder)Designation:Place: Date:

To be enclosed:1. Documents certifying Bidder’s legal status/ Certificate of incorporation

/registration (duly certified/notorised).2. Latest brochures / organization profiles, etc. (duly certified/notarized, wherever

possible).3. AoA and MoA of the organization4. Other supporting documents.

Page 52: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

51

A3. Format for Power of Attorney for Signing of Proposal:-

FORMAT OF POWER OF ATTORNEY FOR APPOINTING SIGNATORY(On Requisite Stamp Paper)

KNOW ALL MEN by these presents that we, [name of the company/partnership/proprietary firm ], a company/partnership/ proprietary firm incorporated under the[Insert relevant act], having its Registered Office at……………………………………………. (hereinafter referred to as“company/partnership/ proprietary firm ”):

WHEREAS in response to the Request for Proposal (RFP) for “__________________”(“Project”), the company/partnership/ proprietary firm is submitting its Proposal forthe Project issued by the BMC and is desirous of appointing an attorney for thepurpose thereof.

Whereas the company/partnership/ proprietary firm deems it expedient to appointMs./Mr.___________________ daughter/son of _____________________ resident of_________, holding the post of _____________ as the Attorney of the Company.

NOW KNOW ALL MEN BY THESE PRESENTS, that ___________________ [name of theCompany] do hereby nominate, constitute and appoint [name & designation of theperson] son/daughter/wife of ___________________as its true and lawful Attorney solong as she/ he is in the employment of the company/partnership/ proprietary firmto do and execute all or any of the following acts, deed and things for thecompany/partnership/ proprietary firm in its name and on its behalf, that is to say:

· to act as the company’s official representative for submitting the TechnicalProposal and Financial Proposal for the Project and other relevant documentsin connection with the RFP.

· to sign all documents in relation to the Proposal (including clarifications andqueries to the RFP) and participate in bidders and other conferences, respondto queries, submit information/documents, sign and execute contracts andundertakings consequent to acceptance of the Proposal;

· to submit documents, receive and make inquiries, make the necessarycorrections and clarifications to the Project documents, as may be necessary;

· to sign and execute contracts relating to the Project, including any variationsand modifications thereto;

· to represent the company/partnership/ proprietary firm at meetings,discussions, negotiations and presentations with Authority, GovernmentAuthorities, Independent Engineer and any other Project related entity;

· to receive notices, instructions and information for and on behalf of thecompany/partnership firm;

· to execute all necessary agreements or documents for implementation of theProject, including the Agreement for and on behalf of thecompany/partnership/ proprietary firm ; and

· to do all such acts, deeds and things in the name and on behalf of thecompany/partnership/ proprietary firm as necessary for the purposeaforesaid.

And we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,deeds and things done or caused to be done by our said Attorney pursuant to and in

Page 53: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

52

exercise of the powers conferred by this Power of Attorney and that all acts, deedsand things done by our said Attorney in exercise of the power hereby conferred shallalways be deemed to have been done by us.

The common seal of [name of thecompany/partnership/ proprietary firm]was here unto affixed pursuant to aresolution passed at the meeting ofCommittee of Directors held on the____day of _______,20____ in the presenceof [name & designation of the person] andcountersigned by [name & designation ofthe person] of the company/partnership/proprietary firm of [name of thecompany/partnership/ proprietary firm]

--------------------------------------------------

[name & designation of the person]---------------------------------------------------

[name & designation of the person]

Instructions:(1) The mode of execution of the power of attorney should be in accordance with

the procedure, if any, laid down by the applicable law and the charterdocuments of the executant(s) and when it is so required, the same should beunder common seal affixed in accordance with the required procedure.

(2) Wherever required, the Bidder should submit for verification the extract of thecharter documents and documents such as a board or shareholders’ resolution/power of attorney in favour of the person executing this power of attorney forthe delegation of power hereunder on behalf of the Bidder.

(3) For a power of attorney executed and issued overseas, the document will alsohave to be legalised by the Indian Embassy and notarised in the jurisdictionwhere the power of attorney is being issued. However, the power of attorneyprovided by Bidders from countries that have signed the Hague LegislationConvention, 1961 are not required to be legalised by the Indian Embassy if itcarries a conforming Apostille certificate.

Page 54: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

53

A4. FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING LEADMEMBER OF CONSORTIUM

POWER OF ATTORNEYWhereas, Bhubaneswar Municipal Corporation (BMC0) has invited proposals fromqualified Applicants for Selection of Operator for providing services forMechanical Sweeping of Selected Roads in Bhubaneswar for Package-I/Package-II, within the jurisdiction of BMC, by deploying Mechanical Road Sweepers ofrequired capacity and performing other allied activities such as manual sweepingand C&D Waste removal from the assigned road stretch. Whereas, the Consortiumbeing one of the qualified Applicants is interested in bidding for the Project andimplementing the Project in accordance with the terms and conditions of theRequest for Proposal (RFP Document) and other connected documents in respect ofthe Project, and

Whereas, it is necessary under the RFP Document for the members of theConsortium to designate the Lead Member with all necessary power and authority todo for and on behalf of the Consortium, all acts, deeds and things as may benecessary in connection with the Consortium's Proposal for the Project or in thealternative to appoint one of them as the Lead Member who, would have all necessarypower and authority to do all acts, deeds and things on behalf of the Consortium, asmay be necessary in connection with the Consortium's Proposal for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT;

We, M/s. ----------------------------, and M/s......................................... (the namesand address of the registered offices), do hereby designateM/s.....................................being one of the members of the Consortium, as theLead Member of the Consortium, to do on behalf of the Consortium, all or any of theacts, deeds or things necessary or incidental to the Consortium's Proposal for theProject, including submission of Proposal, participating in conferences, respondingto queries, submission of information/ documents and generally to represent theConsortium in all its dealings with BMC, any other Government Agency or anyperson, in connection with the Project until culmination of the process of biddingand thereafter till the Contract Agreement is entered into with BMC.

We hereby agree to ratify all acts, deeds and things lawfully done by the Lead Memberand our said attorney pursuant to this Power of Attorney and that all acts deeds andthings done by our aforesaid attorney shall and shall always be deemed to have beendone by us/Consortium.

Dated this the ......Day of .......2018

.......................................

(Executants)

(TO BE EXECUTED BY BOTH MEMBERS OF THE CONSORTIUM)

Note: The mode of execution of the Power of Attorney should be in accordance withthe procedure, if any, laid down by the applicable law [Indian Laws only] and thecharter documents of the executants(s) and when it is so required the same shouldbe under common seal affixed in accordance with the required procedure (for a bodycorporate).

Page 55: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

54

A5. Information on Litigation

Sl.

No.Name

Forum and

Counterparty

Brief

Description

of the

matter

Estimated

financial

liability

Current

Status of

Litigation

Orders

passed

against the

Bidder

Authorized Signatory:Designation:Place:Date:

Page 56: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

55

A6. Technical Capability of the Bidder(To be submitted on agencies letter head and signed by the bidder’s Authorised

Signatory)

OPERATIONAL EXPERIENCE

We hereby declare that our company/firm has experience of operation asfurnished below;-

1. Work ExperienceS.N Name of Work Duration

From year To year

1. Client’s certificate to be attached

2. Experience of Mechanical Road Sweeping for ULB’sS.N Name of Work Duration

From year To year

1. client’s certificate to be attached

3. Experience of total length of Roads for Mechanical Road Sweeping of

S.N Name of the Work Authority Total Length of RoadAward for Sweeping

1. client’s certificate to be attached

Signature of the Bidder:Designation:Date:

Page 57: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

56

A7. Financial Capability of the Bidder(on the letter head of Statutory Auditor/Chartered Accountant)

CERTIFICATE FROM THE STATUTORY AUDITOR REGARDING TURNOVER

FOR RFP NO. ........... DATED (DD/MM/YYYY)

Based on the books of accounts of (insert name of the Bidder) (Bidder) and otherpublished information authenticated by it, this is to certify that:

as on (insert date), the Bidder's annual turnover as per Clause 3.1.3 of this RfP isRs.…………… (Rupees ……………………………).

Further, the annual turnover of the bidder of past 5 years are provided below:

Bidder Type Turnover (INR Crores)Financial Year 2012-13Financial Year 2013-14Financial Year 2014-15Financial Year 2015-16Financial Year 2016-17

Name of the auditor:Seal of the auditor:Signature:Name:Membership Number:Designation:Date:

Page 58: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

57

A8. Format for Declaration by the Bidders on Blacklisting and Termination

I/We hereby declare that I/we including our subsidiary or associate companies havenever been Blacklisted or Terminated by BMC or any other Government Agency inIndia.

Signature and Seal of the Bidder:

(In case of consortium the said format shall be signed by both the Consortiummember)

Page 59: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

58

B1. Format for Financial Proposal

(To be submitted on agencies letter head and signed by the bidder’s AuthorisedSignatory)

To,Bhubaneswar Municipal CorporationVivekananda Marg,Near Kalpana Square,Bhubaneswar - 751014, Odisha

Subject: RFP for Selection of Operator for providing services for MechanicalSweeping of Selected Roads in Bhubaneswar for Package-I (in case of Bidderapplying for Package-I)/ Package-II (in case of Bidder applying for Package-II)

Dear Sir,

[Being duly authorized to represent and act on behalf of __________________(name of the Bidder)], having reviewed and fully understood all the requirements ofthe Request for Proposal dated [ ] (RFP) issued by BMC for (a) [Project Name](collectively the Project), we hereby provide our Financial Proposal.

1. The Annual Operating Cost (On the basis of unit rate quoted by us) quoted byus shall be Indian Rupees ________________ (inwords________________________).

2. The above amount is exclusive of Taxes / GST and which shall be chargeableover and above to the quoted amount.

3. We understand that the Project shall be developed following the terms andconditions specified in the RFP Document and Applicable Laws.

4. We understand that our Payment shall be done on the basis of actual workdone during the month.

5. The unit rate to arrive at the Annual Operating Cost for implementing theProject has been quoted by us after taking into consideration all the terms andconditions stated in the RFP, our own estimates of costs and after a carefulassessment of all the conditions that may affect the Proposal.

6. It is a firm and irrevocable offer, and shall remain valid and open for a periodof not less than 180 days from the Proposal Due Date. We acknowledge andagree to submission of an unconditional proposal.

We are making this Financial Proposal after taking into consideration all the termsand conditions stated in the RFP document, and after careful assessment of theProject, all risks and contingencies and all other conditions that may affect theFinancial Proposal.

Authorised signatoryDate: Name and seal of BidderPlace:

Page 60: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

59

B2. Financial Proposal Details for Package-I(To be submitted on Bidders letter head and signed by the bidder’s Authorised Signatory)

SlNo.

Work Description Unit Quantity Rate Rate in Words Amount

A Complete Mechanical Sweeping for assignedLane Kms conducive for Mechanical Sweepingto be finalized in Joint Survey with BMC for[Name of the Package](The Rate shall include the cost of manpowerrequirement provided in clause 7.5 (A) and 7.5(E). No extra payment shall be done by BMC incase the requirement of manpower for the saidcomponent is increased)

Kms [145 x 350]…………….(Quantity xRate/Km)

B C&D waste/Debris removal including lifting,transportation and disposal of the same atPatia/Pokhariput/as directed by officer incharge of BMCThe Rate shall include the cost of manpowerrequirement provided in clause 7.5 (C).No extrapayment shall be done by BMC in case therequirement of manpower for the saidcomponent is increased

Trip [2 x 5 x 365]

…………….(Quantity xRate/Trip)

C Manual Sweeping for the assigned roadstretch including litter collectionThe Rate shall include the cost of manpowerrequirement provided in clause 7.5 (B).No extrapayment shall be done by BMC in case therequirement of manpower for the saidcomponent is increased

Manmonth

[59 x 12months]

…………….Quantity x Rate/Man month

Page 61: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

60

D Regular cleaning of Roadside signages,statues and furnituresThe Rate shall include the cost of manpowerrequirement provided in clause 7.5 (D).No extrapayment shall be done by BMC in case therequirement of manpower for the saidcomponent is increased

Manmonth

[10 x 12months] …………….

Quantity x Rate/Man month

D Total Annual Operating Cost ……………(A)+(B)+(C)

E Total Annual Operating Cost (in words)

Authorised signatoryDate: Name and seal of BidderPlace:

Page 62: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

61

Financial Proposal Details for Package-II(To be submitted on Bidders letter head and signed by the bidder’s Authorised Signatory)

SlNo.

Work Description Unit Quantity Rate Rate in Words Amount

A Complete Mechanical Sweeping for assignedLane Kms conducive for Mechanical Sweepingto be finalized in Joint Survey with BMC for[Name of the Package](The Rate shall include the cost of manpowerrequirement provided in clause 7.5 (A) and 7.5(E). No extra payment shall be done by BMC incase the requirement of manpower for the saidcomponent is increased)

Kms [170 x 350]…………….(Quantity xRate/Km)

B C&D waste/Debris removal including lifting,transportation and disposal of the same atPatia/Pokhariput/as directed by officer incharge of BMCThe Rate shall include the cost of manpowerrequirement provided in clause 7.5 (C).No extrapayment shall be done by BMC in case therequirement of manpower for the saidcomponent is increased

Trip [2 x 5 x 365]

…………….(Quantity xRate/Trip)

C Manual Sweeping for the assigned roadstretch including litter collectionThe Rate shall include the cost of manpowerrequirement provided in clause 7.5 (B).No extrapayment shall be done by BMC in case therequirement of manpower for the saidcomponent is increased

Manmonth

[68 x 12months]

…………….Quantity x Rate/Man month

Page 63: Request for Proposal Selection of Operator for Providing services …portal2.bmc.gov.in/Files/Keyprojects_01062018042754PM.pdf · Bhubaneswar. BMC in order to maintain cleanliness

62

D Regular cleaning of Roadside signages,statues and furnituresThe Rate shall include the cost of manpowerrequirement provided in clause 7.5 (D).No extrapayment shall be done by BMC in case therequirement of manpower for the saidcomponent is increased

Manmonth

[10 x 12months] …………….

Quantity x Rate/Man month

D Total Annual Operating Cost ……………(A)+(B)+(C)

E Total Annual Operating Cost (in words)

Authorised signatoryDate: Name and seal of BidderPlace: