य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) adcc...

80
पपरी ᳲचचवड महानगरपािलका, पपरी-१८ थाप᭜य िवभाग िनिवदा नोटीस ᮓ. /०१/२०१७-१८ शु᭟दीपक - थाप᭜य मुयालयाकडील वरील िनिवदेतील खालील कामांचा िनिवदा िवकृ ती ᳰदनांक - ३०/१०/२०१७. दु.३.०० वाजेपयᲈत वाढिवणेत येत आहॆ. इतर तपिशलात कोणताही बदल नाही. अ. ᮓ. िनिवदा िवकृती ᳰदनांक िनिवदा नोटीस ᮓ २/०१/२०१७-१८ मधील कामे. १) ᳰदनांक. ३०/१०/२०१७. दु.३.०० वाजेपयᲈत काम एकू ण ०१ कामे सही/- सही/- शहर अिभयंता उपसंचालक, नगररचना पपरी ᳲचचवड महानगरपािलका पपरी ᳲचचवड महानगरपािलका पपरी -४११ ०१८ पपरी -४११ ०१८

Upload: others

Post on 04-Jun-2020

17 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

पपरी चचवड महानगरपािलका, पपरी-१८ थाप य िवभाग

िनिवदा नोटीस . २/०१/२०१७-१८ शु दीप क - ३

थाप य “ब” मु यालयाकडील वरील िनिवदेतील खालील कामांचा िनिवदा ि वकृती

दनांक - ३०/१०/२०१७. दु.३.०० वाजेपयत वाढिवणेत येत आहॆ.

इतर तपिशलात कोणताही बदल नाही.

अ..

िनिवदा ि वकृती दनांक िनिवदा नोटीस २/०१/२०१७-१८

मधील कामे. १) दनांक. ३०/१०/२०१७.

दु.३.०० वाजेपयत

काम – १

एकूण ०१ काम े

सही/- सही/- शहर अिभयंता उपसंचालक, नगररचना

पपरी चचवड महानगरपािलका पपरी चचवड महानगरपािलका पपरी -४११ ०१८ पपरी -४११ ०१८

Page 2: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

पपरी चचवड महानगरपािलका, पपरी-१८ थाप य िवभाग

िनिवदा नोटीस . २/०१/२०१७-१८ शु दीप क - २

थाप य “ब” मु यालयाकडील वरील िनिवदेतील खालील कामांचा िनिवदा ि वकृती

दनांक - ५/१०/२०१७. दु.३.०० वाजेपयत वाढिवणेत येत आहॆ.

इतर तपिशलात कोणताही बदल नाही.

अ..

िनिवदा ि वकृती दनांक िनिवदा नोटीस २/०१/२०१७-१८

मधील कामे. १) दनांक. ५/१०/२०१७.

दु.३.०० वाजेपयत

काम – १

एकूण ०१ काम े

सही/- सही/- शहर अिभयंता उपसंचालक, नगररचना

पपरी चचवड महानगरपािलका पपरी चचवड महानगरपािलका पपरी -४११ ०१८ पपरी -४११ ०१८

जािहरात ं . ७७९ जा. . था/िन/२ब/९७/२०१७. द. २०/०९/२००७.

ताव द.१५।०९।२०१७.

Page 3: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

पपरी चचवड महानगरपािलका, पपरी, पुण े– 411018

थाप य िवभाग

िनिवदा नोटीस मांक. 2/1/2017-18

शु दीप क मांक -1

सदर िनिवदेमधील खालील कामाचा ि वकृती दनांक -29/08/2017 द.ु3.00 वाजेपयत वाढिवणेत येत आह.े

इतर तपिशलात कोणताही बदल नाही.

िनिवदा ि वकृती दनांक व वेळ कामाचा अनु मांक दनांक -29/08/2017

वेळ - द.ु3.00 वाजेपयत 1

एकुण 1 काम सही/- सही/- शहर अिभयंता उपसंचालक, नगररचना पपरी चचवड महानगरपािलका पपरी चचवड महानगरपािलका पपरी, पुणे– 411018 पपरी, पुणे– 411018 जािहरात .693

. था/िन/2ब/कािव/80/2017 द.14/08/2017

Page 4: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Date :-20/07/2017

COMMON SET OF DEVIATION

Pre bid meeting for the following work held on 12.07.2017 at 3:00pm in the office of city

Engineer PCMC Pimpri- 18

(Tender No :- HO-02-01-2017-2018) NAME OF WORK — PREPARATION OF EXISTING LAND USE MAP (U/S 25 MRTP ACT) FOR PIMPRI CHINCHWAD MUNICIPAL CORPORATION OLD LIMIT AREA AND ASSISTANCE TO TOWN PLANNING DEPT.IN PREPARATION OF PROPOSED LAND USE MAP AND DEVELOPMENT PLAN ( U/S 26 TO 30 OF MRTP .

Following bidders were present for the pre bid meeting

1) Unity Consultant Pvt. Ltd. 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS LIMITED

All tender conditions were explained to the bidder who were present for the pre bid meeting held at City Engineers office.Written clarification is attached with this letter. Bidders are requested to read the pre bid meeting clarification carefully, and submit the tender accordingly.

It is part and parcel of the tender document .

Sd/- Deputy Director

Town Planning Dept. PCMC Pimpri- 18

Sd/-

City Engineer Pimpri Chinchwad Municipal Corporation

Pimpri- 411018

Copy to :-

1) Unity Consultant Pvt. Ltd. 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS LIMITED

Page 5: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Sr.No. Points Suggestion/Comment by bidder Explanation1 Joint Venture / Consortium We request you to allow a bidder to associate / form a

consortium to bid for the work and provide good technical inputs. Please consider

NIT Prevails.

2 Refer to page 9 clause 2.1.5 Domain Experience.The Consultancy shall have sound domain (Minimum Three Municipal council area GIS base ELU Work ) experience of preparation of existing land use map (u/s 25 of M.R.T.P. act) & assistance to town planning department in preparation of proposed landuse map and development plan (u/s 26 to 30 of M.R.T.P. act) preference will be the consultancy who has experience of preparation of GIS based ELU map for municipal corporation area.

Will PCMC consider the District Level Regional Plan ELU & PLU creation on GIS Platform, assistance to Town Planning department for "Kolhapur Regional Plan of District" for 8 Urban & Rural Complex of 121 villages and 12 special Villages and Taluka HQ as experience? Please clarify.

NIT Prevails.

3 6.14.2 The period for preparation of Existing Land Use (ELU) as per section 25 of M.R.T.P. act. is 6 months. Time period for Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act) shall begranted by P.C.M.C. as per the direction given by The Town Planning Department

ELU 6 months is the time line specified but no time line for PLU and Publishing and correction of planning board is given not even tentative in such scenario total 18 months extension is permitted as per guideline then, what about the additional cost of extension period. How to consider the cost of project to mention to mention in the final BID?

NIT Prevails.

4 Query - Work Done Will projects in Water Supply, Water Audit, System improvement plans, Underground drainage systems, Storm water management be considered for the qualification? Please consider.

NIT Prevails.

PIMPRI CHINCHWAD MUNICIPAL CORPORATION, PIMPRINAME OF WORK - PREPARATION OF EXISTING LAND USE MAP (U/S MRTP ACT) FOR PIMPRI CHINCHWAD MUNICILAP CORPORATION OLD LIMIT PRE BID MEETING HEALD ON 12/07/2017

COMMON SET OF DEVATIONS

UNITY CONSULTANT PVT. LTD.

Page 6: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

5 Our suggestion for better output and compliance with Government of India guidelines.

As per the guideline by Rajiv Awas Yojana, Ministry of Housing and Urban Poverty Alleviation every Plan should be in GIS based.

NIT Prevails.

6 Query - Remote sensing and GIS . Is there any provision regarding entire ELU preparation in Remote Sensing & Geographical Information System (GIS) platform?It is necessary to use satellite based map and digital information for all the required information are integrated in the GIS based urban management system.

NIT Prevails.

7 Query - Survey If the Survey has to be done by dGPS, what is the provision for this?What are the specifications of the survey to be carried out. Please provide the same.

NIT Prevails.

8 Query - Integration of GIS and MIS system This information can also be made available to the citizens through web based interface. Hence please provide the basic requirements for Integration of GIS and MIS system.

NIT Prevails.

9 Query - Satellite images Procurement of appropriate high resolution satellite images of towns from NRSC/ other reliable sources. The images (5.8 m Resolution) available in Bhuvan (Web Geoportal for Earth Observation Data developed by ISRO) can also be used for preparation of Base Map. For this need clarity in tender. Digitization, image rectification, ground truthing and preparation of city base map will prepared on the basis of this image

NIT Prevails, Current year satalities images is require.

10 Query - Experience of individual(s) We request you to kindly consider the experience of individuals who have worked either in the Government Organisation and or with Private Organisation as experience of work done. Please consider.

NIT Prevails.

11 Date of submission We request you to kindly extend the date of submission by 45 days after receipt of replies to pre bid queries. We request this as the process of registration with the PCMC e-tendering portal and other relevant issues is a time consuming process. Please consider.

up to date 31/07/2017.

Page 7: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Sr.No. Content of RFP requiring clarification Point of clarification Required Explanation

1 Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Old Municipal Limit of Pimpari Chinchawad Municipal Corporation Area & Assistance to Town Planning Department in Preparation of Proposed Land use Map and Development Plan (u/s 26 to 30 of M.R.T.P. act)

It has understood that As per MRTP act 1966 under section 25 for Old Municipal Limit of Pimpari Chinchawad Municipal Corporation Area it is envisaged that it says regarding project duration could be of Six months. And as per MRTP act 1966 under section 26-30 it says Assistance for preparing development plan would be of 1 year including publication of said plan. Kindly clarify including ELU preparation duration would be 1 year.

NIT Prevails.

2 Regarding area of PCMC-Old limit Its assumed that area that to worked upon will be of 86Sqkm/8600Ha, kindly clarify

NIT Prevails.

3 vii. No joint venture / consortium/Association shall be permitted

Request to leverage the clause of JV/Consortium as this type of projects are complex and vendors with varied capabilities would like to participate. jointly, for successful execution of this type of Project. As this will bring wider partic;pation of bidders and distribution of appropriate responsibility of each consortium members.

NIT Prevails.

4 viii. Bidder should have local setup /office in P.C.M.C. or adjoining areas for project coordination

Can bidder provide Undertaking to establish setup/office in PCMC premises upon award of the contract?

NIT Previals. The successiful bidder should establish office in PCMC premises.

5 Bid Security Can bid security can be submitted through Bank Guarantee (BG) format, instead of online payment

NIT Prevails.

ADCC INFOCAD LIMITED

Page 8: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

6 Scope of Differential GPS Survey It is envisaged that some DGPS points are already available and upon reconnaissance only will came to know how many more GCP's are required for Ortho-rectification/Geo-reference. Kindly Clarify.

There is a record of 157 nos of control points with PCMC However the location and accurecy of the same has to be checked by the Agency.

7 Revenue Map superimposition Kindly specify number of Cadastral Maps covering PCMC-Old limit area

NIT Prevails.

8 Sanctioned Layout and Building Permission Kindly specify number of Layout and Building Permissions that need to be superimposed on Base map that covering PCMC-Old limit area

NIT Prevails.

9 Property Use and Existing Land Use Information Collection

As the collection of demographic variables involved, request to provide the number of properties under PCMC- Old Iimit area

NIT Prevails.

10 Payment Schedule The major money outflow will be in this area, ior approvals and liaison there won't be much investment required, hence requested to leverage payment sched 'le as below mentioned.

NIT Prevails.

Working Phase

Scope of Work in Schedule-1 (6.1 to 6.11) Payment Phase Disbursement Change Requested

6.1 On Satellite Image Procurement 5% 10%6.2 On Completion of Differential GPS Survey 5% 5%6.3 On Completion of Topographical Survey and

Traversing Survey5% 10%

6.4 On Completion of Detail Total Station Survey

6.5 On Completion of Data extraction from Satellite Images

6.6 On Completion of Revenue Map superimposition on TST Base Map

6.7 On Completion of Sanctioned Layout and Building Permission datasuperimposition on TST Base Map

6.8 On Completion of Base Map verification6.9 On Completion of ELU data collection

(Attribute Information)10% 10%

15%

25% 25%

20%

Page 9: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

6.1 On Preparation and submission of Existing Land Use Map & ELU Report toP.C.M.0

10% 5%

6.11 Preparation of Proposed Land Use Map 10% 5%6.12 Assistance to Town Planning Department/

PCMC in Preparation ofDevelopment Plan

5% 5%

6.13 Periodic Assistance to Town Planning Department/ PCMC for revisingDevelopment Plan till final approval by Government

10% 5%

11 The Applicants must have experience of (a) Existing Land Use Survey and preparation of Land Use Mapsfor Corporation / Municipal Council having area more than 2000 hector in a single project in MaharashtraState.

Request to leverage the clause as "work of similar nature projects executed anywhere in India" as this clause will restrict the prospective bidders who worked other than Maharashtra.

Preparation of Development Plan is governed by the respective state Govt. PCMC thus needs to adhere to MRTP act 1966 and is bound to follow the same. It is essential that the bidder has a through understanding of the specification of ELU map and corresponding reports. However the experience of ELU mapping of ULB's anywhere in india would be considered.

12 Experience of the Firm in Carrying out similar assignments of GIS Base Existing Land Use Mapping in Urban Local Body area

Request to leverage as "Experience of the Firm in Carrying out GIS Base Map/Fxisting Land Use Mapping in Urban Local Body area".

NIT Prevails.

13 Experience of the Firm in Carrying out Number of Hectors of GIS base Existing Land Use Survey

Request to leverage as "Number of Hectors of GIS base Map Survey using Total station/Existing Land Use Survey"

NIT Prevails.

14 Extention of Tender Submission date As the registration with PCMC and receiving prebid points take times, Request PCMC to extend bid submission date for another 10 days

up to date 31/07/2017.

Page 10: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Sr.No. Content of RFP requiring clarification Point of clarification Required Explanation

1 We are redering the services of Survey Map Making Survey using ETS, Satalite Image Processing etc. We have complected Master plans work for various city/towns in Karnataka & even rendered survey services at Pune for survey & science & Technology park Pune. Your tender Pt 3.1.4 page 23 of pdf file says ELU/Prop L U in Maharashtra State for at least 3 places. Where as we have completed in Karnatak here only the location changes where as the work remains same. So I request you to kindly below the condition so that we to can apply

Preparation of Development Plan is governed by the respective state Govt. PCMC thus needs to adhere to MRTP act 1966 and is bound to follow the same. It is essential that the bidder has a through understanding of the specification of ELU map and corresponding reports. However the experience of ELU mapping of ULB's anywhere in india would be considered.

VISION SOLUTIONS

Page 11: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Sr.No. Reference Clarification Explanation1 Page 9, 2.1.5 Domain Experience The existing criteria stresses on ELU experience. This

may be rephrased to:The consortium should have experience of formulating development strategies as well as preparation of statutory plans for urban local bodies. Firm with international experience and firm with experience of working with million+ population cities shall be preferred.

NIT Prevails.

2. Page 10, 2.2.2, vii A development plan exercises requires a range of skills sets. This includes survey expertise, strategic and socio-economic research expertise along with planning expertise.To this we suggest that consortia/ iv of upto three members be permitted for this bid.

NIT Prevails.

3. Page 20, 3. Criteria for Evaluation, 3.1.2 The existing criteria only evaluates the survey capabilities of the firm and not its urban planning credentials. We propose the following criteria:

3.1.2 The scoring criteria to be used for evaluation shall be as below. Sl. No. 2 & 3 should be read as

Criteria MarksFirm-level experience (30 marks)Experience of preparing ELU for 100 sq.km. or more for planning purposes in India (min 3 assignments)

5 marks

Experience of working with million+ population cities in India on planning assignments (Census 2011) (min 3 assignments)

5 marks

Experience of preparing statutory plans in India of area larger than 100 sq. km. (min 3 assignments)

5 marks

International experience in preparing large scale (100 sq.km.) city master-plans (min 3 assignments)

5 marks

Experience of developing socio- economic development strategies for Indian cities (min 3 assignments)

5 marks

Familiarity with MR&TP Act, 1966 5 marks

Team Leader/ Urban Planner: PG in 10 marksUrban Planning with 12 years of national as well as international experience

Team capabilities (40 marks)

CRISIL RISK & INFRASTRUCTURE SOLUTIONS LIMITED

Sl. No.

Parameter Max. Marks

2.

Experience of the Firm in carrying out similar assignments (see clause 3.1.4 30

here below for eligible assignments)

Number of Hectors of GIS base Existing Land Use Survey in aggregate

for which the firm has been involved

• more than 5000 hectors (30marks)

• 3501 to 5000 hectors (20 marks) • 2000-3500 hectors (10 marks)

Background, experience and

Page 12: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Economic Development Expert: MSc. Economics/ MBA with 10 years of relevant experience

10 marks

Urban Infrastructure Expert: B.E. Civil Engineering with 10 years of relevant experience

10 marks

Urban Design Expert: PG in Urban Design with 10 years of relevant experience

10 marks

Environmental Expert: Msc. Environmental Science/ Environmental Planning with 10 years experience

For eligibility, but not

Social Expert: Masters in Social Work or equivalent with 10 years experience

For eligibility, but not

GIS Expert: Masters in Planning/ Geography or equivalent with 10 years of relevant experience

For eligibility, but not

Survey Engineer: Civil Engineer with 10 years of relevant experience

For eligibility, but not

Cadastral / Legal Expert: 10 years of relevant experience For eligibility, but not

Understanding of TOR 5 marksUnderstanding of PCMC's development challenges 10 marksUnderstanding of MR&TP Act, 1966 5 marksMethodology and Work plan 10 marks

4. Page 24, Schedule 1, 6.0Please also refer to the suggest TOR in the attached note.

As part of the baseline analysis the scope is limited to preparation of the base-map, cadastral map and the land-use map. Further this is only limited to the old limits of PCMC, this would prevent a holistic approach to planning. We hence suggest the TOR as below:

NIT Prevails.

Phase 1: Baseline Assessment1. Socio-economic assessment a.Demographic studies b.Analysis of PCMC's economy c.Population projections d.Economic projections

Approach and Methodology — 30 marks

3. Background, experience and qualifications of the key 30

personnel proposed to be assigned to the work, including their familiarity

with similar work undertaken by agency.

(a)Education Qualification (maximum marks 30%)

• Post-Graduate (maximum marks 30%)

• Graduate (maximum marks 15%)

(b)Experience of personnel in Existing Land Use Survey Project

(maximum marks 70%)

• more than 5 Projects (maximum marks 70%)

• 3-5Projects (maximum marks 50%)

• <3Projects (maximum marks 25%)

Page 13: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

2. Sectoral Studies a.Water Supply b.Sewerage c.Drainage d.Solid Waste Management e.Health f.Education g.Environment and pollution3. Review of existing plans a.Smart City Proposal b.AMRUT Service Level Improvement Plans c.City SaNITation Plan under Swachh Bharat d.City Mobility Plan e.PMAY Proposals4. Assessment of existing and future gaps in servicesPhase 2: A City Wide Concept Plan1. Defining the City Objectives & Vision a.Conducting SWOT and other analysis to illustrate the potential of the city b.Conduct stakeholder consultations to assess the aspirations of the city c.Formulation of a city vision based on the potential and the aspirations d.Defining the vision in terms of measurable objectives 2. Development of a city-wide concept plan a.Formulation of a development strategy to achieve the objectives b.Conceptual land-use zoning and structure plan

c.Infrastructure masterplan d.Estimation of investment needs3. Development of an implementation strategy a.Review of the existing Development Control Regulations

Page 14: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

b.Defining a Unified FSI and TDR regime for the entire city c.Formulation of urban design guidelines d.Institutional framework to guide implementation

e.Financial plan to guide investments f.MoNIToring & Evaluation framework to ensure plan successPhase 3: Revision of Development Plan for Old City Limits (as per M.R.T.P Act)1. Spatial Database Update a.Base-map creation b.Cadastral and building permission mapping c.Existing land-use mapping2. Detailed review of the existing development plan a.Review of the planning rationale b.Assessment of implementation status c.Identification of key implementation issues3. Revised Land-Use Plan a. Defining vision & objectives for the City Center

b.Estimating land-use requirements for proposals under the Concept Plan c.Identifying modifications required to the existing Development PlanPhase 4: Implementation & MoNIToring Framework

Setting up and providing on-site assistance for DP MoNIToring & Implementation Cell within PCMC which shall undertake the following activities a.Collation of spatial data related to permissions given, TDR generated, FSI consumed, etc

b.Publication of Annual DP Implementation Report for PCMC c.Publication of periodic research on development trends in PCMC

Page 15: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

d.Drafting of modifications required to the Development Plan for time to time e.Preparation of Local Area Plans — Retrofit Plans, Town Planning Schemes, etc.The smart city project for PCMC envisions the creation of a GIS-based ERP solution, the first step of which is creation a baseline database. This activity should be converged with the DP preparation.

1 Page 26, Deliverables, 6.15.2 Please also refer to the suggest TOR in the attached note.

The following activities should be added to the schedule:

NIT Prevails.

Activity DurationInception presentation T + 1 weekCitywide baseline assessment T + 3 monthsCitywide concept plan  T + 6 months

Draft proposed land-use plan for the old city limit Draft T + 9 months

Draft Final Report T + 10 months

Final Report T + 11 months

*T = Date of issue of work order * The timeline shall exclude taken for providing approvals by the client

2 Page 26, Deliverables 6.15.1Please also refer to the suggest TOR in the attached note.

Scope of Work Payment Disbursement

NIT Prevails.

Inception 5%Citywide baseline assessment 10%GIS base-map for old city limit 10%Land-use map for old city limit 10%Cadastral and building permission for mapping old city limit

10%

City-wide concept plan 15%Proposed land use plan for old city limit 15%

Page 16: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Draft Final Report 10%Final Report 10%Final approval by State Government 5%

1.1 Concerns with the RFP for Old Limit Area

This is in reference to the RFP vide E-Tender Notice No. HO/02/01/2017-18, titled "Invitation for the work of Preparation of Existing Land Use Map (u/s 25 of M.R.T.P. Act) for Pimpri Chinchwad Municipal Corporation (PCMC) Old Limit Area & Assistance to Town Planning Department in Proposed Land Use Map and Development Plan (u/s 26 to 30 of M.R.T.P. Act)." Issued on 30/06/2017.

NIT Prevails.

The Scope of Work as per the above RFP includes:         Procurement of Satellite Images         Differential GPS Survey         Topographical Survey & Traversing         Detailed Total Station Survey         Data extraction from Satellite Images         Revenue Map superimposition         Base Map verification         ELU data collection (Attribute Information)         Preparation of Existing Land Use Map & Existing Land Use Report         Preparation of Proposed Land Use Map         Assistance to Town Planning Department in Preparation of Development PlanAs can be seen from the above listed scope, the work largelyfocuses on survey and base mapping, with very little mentionon the specific tasks within the PLU and DP preparation.There are two key concerns with the RFP floated by PCMC forrevising the Development Plan:

            The scope focuses solely on the survey aspect of planpreparation. Support for developing planning proposals islimited to draftsmanship. The preparation of a developmentplan is an onerous task and it would be pertinent to assessPCMC's internal capacity to prepare the proposals in-house.

            The focus is limited to the Old City limits of Pimpri Chinchwad, which will continue the legacy of multiple plans.

Page 17: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

We feel that, this is not a best suited approach, for an area asstrategic in value as the inner city area of Pimpri­Chinchwad.And hence, we suggest the following changes to the Terms ofReference of the above tender. We also submit, as appended,the pre-bid queries which are suggestions on modification tothe RFP.

1.2 The Planning Context of PCMC Currently, there are 3 planning authorities - PCMC, PCNTDAand MIDC within the area of Pimpri Chinchwad. Also, thereare about several development plans in currency right now —the Old Limit Area, the Extended Area, the Tathawade area,the MIDC area, and the PCNTDA areas. These planning areas have different implementation horizons, different land use anddevelopment controls and varying FSI frameworks.

NIT Prevails.

In order to organize development of the city there is a need to achieve synergy between the different plans for the city and also the various planning institutions.• There is a need for an umbrella plan across the four existing development plans: PCTNDA area, Old City area, Tathavde area and the New Villages.• There is a need for an institutional framework to ensure collaboration between the three planning institutions within PCMC: PCMC, PCNTDA and MIDC.

1.3 The Planning OpportuNITies of PCMC Pimpri-Chinchwad is at an important juncture given the following recent developments:

NIT Prevails.

• Upcoming metro rail project which can improve regional connectivity• Projects under Smart City Mission, AMRUT and JnNURM which may drastically improve governance and service delivery• Establishment of PMRDA which may support Pimpri Chinchwad in regional positioning• Large demand for residential use and supporting retail and commercial uses, leading into a demand led development pressure on land within the PCMC limits

• Availability of land within the city for planned and structured development

Page 18: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

The City of PCMC needs a strategic planning and development framework to guide its growth in the future and help it assume a much larger role and position in the Region.

1.4 The Planning Challenges of PCMC However, the city also faces some key risks which may challenge its future development

NIT Prevails.

• Development pressures on green-field areas may lead to unserviced urban sprawl• Paucity of land to undertake infrastructure and develop ameNITies, with high cost of land acquisition under the new Land Acquisition Act.• Urban diseconomies may eventually cause industrial to residential conversions which in turn would affect the economic base of the city• The congest old limit areas, if not planned through a detailed iNITiative, may further congest and become derelict

1.5 The need for a robust MoNIToring & Evaluation Framework

Development plans across Maharashtra have an implementation rates which is typically under 40%.

NIT Prevails.

• Need for a MoNIToring & Evaluation Framework to guide the periodic evaluate performance of the plan,identify issues and make timely revisions• Need to create a Development Plan Implementation Cell which can collate various spatial data and prepare Annual DP Implementation Reports to document progress, and suggest modifications from time to time.

1.6 Recommended Scope of work for Preparation of the Development Plan of the Old Limit Areas

The revision of the Development Plan for the Old City limits in a piecemeal fashion may not satisfy the development needs of the Corporation. We thus recommend that this be preceded by a city-level concept plan and succeeded by a city-wide coordinated institutional and implementation framework. The approach for planning for PCMC could be broken into four parts:

NIT Prevails.

Phase 1: A baseline assessment of PCMCPhase 2: A City-wide concept plan

Page 19: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Phase 3: Revision of the Old City Limits Development PlanPhase 4: Creation of institutional set-up which focuses on moNIToring and implementing the plan

1.6.1 Phase 1: Baseline Assessment 1. Socio-economic assessment NIT Prevails. a. Demographic studies b. Analysis of PCMC’s economy c. Population projections d. Economic projections2. Sectoral Studies a. Water Supply b. Sewerage c. Drainage d. Solid Waste Management e. Health f. Education g. Environment and pollution3. Review of existing plans a. Smart City Proposal b. AMRUT Service Level Improvement Plans c. City SaNITation Plan under Swachh Bharat

d. City Mobility Plan e. PMAY Proposals4. Assessment of existing and future gaps in services

1.6.2 Phase 2: A City Wide Concept Plan 1. Defining the City Objectives & Vision NIT Prevails. a. Conducting SWOT and other analysis to illustrate the potential of the city b. Conduct stakeholder consultations to assess the aspirations of the city c. Formulation of a city vision based on the potential and the aspirations d. Defining the vision in terms of measurable objectives2. Development of a city-wide concept plan

Page 20: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

a. Formulation of a development strategy to achieve the objectives b. Conceptual land-use zoning and structure plan

c. Infrastructure masterplan d. Estimation of investment needs3. Development of an implementation strategy a. Review of the existing Development Control Regulations

b. Defining a Unified FSI and TDR regime for entire city c. Formulation of urban design guidelines d. Institutional framework to guide implementation

e. Financial plan to guide investments f. MoNIToring & Evaluation framework to ensure plan success

1.6.3 Phase 3: Revision of Development Plan for Old City Limits (as per M.R.T.P Act)

1. Spatial Database Update NIT Prevails.

a. Base-map creation b. Cadastral and building permission mapping c. Existing land-use mapping2. Detailed review of the existing development plan a. Review of the planning rationale b. Assessment of implementation status c. Identification of key implementation issues3. Revised Land-Use Plan a. Defining vision & objectives for the City Center

b. Estimating land-use requirements for proposals under the Concept Plan

c. Identifying modifications required to the existing Development Plan

Page 21: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

1.6.4 Phase 4: Implementation & MoNIToring Framework

Setting up and providing on-site assistance for DP MoNIToring & Implementation Cell within PCMC which shall undertake the following activities

NIT Prevails.

a. Collation of spatial data related to permissions given, TDR generated, FSI consumed, etc.

b. Publication of Annual DP Implementation Report for PCMC c. Publication of periodic research on development trends in PCMC

d. Drafting of modifications required to the Development Plan for time to time e. Preparation of Local Area Plans – Retrofit Plans, Town Planning Schemes, etc.The smart city project for PCMC envisions the creation of a GIS-based ERP solution, the first step of which is creation a baseline database. This activity should be converged with the DP preparation.

1)

2) Clause 2.15.2 should be read as“The financial proposal should be inclusive of all cost & taxes as applicable from time to time (including GST also)”

Sd/- Sd/-Deputy Director City Engineer

Townplanning, PCMC Pimpri 18 PCMC Pimpri 18

Pimpri Chinchwad Municipal Corporation PointsThe successful bidder should appoint a senior urban planner (Retired Government Officer) having knowledge of prepration of DP & its legal formalities required as per MRTP Act. The Commissioner have right to finilise this key person.

Page 22: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

PIMPRI CHINCHWAD MUNICIPAL CORPORATION, PIMPRI-411018.

-CIVIL DEPARTMENT-

E-Tender Notice No. HO/02/01/ 2017-18

Invitation for the work of Preparation of Existing Land use Map (u/s 25 of M.R.T.P.act) for Pimpri Chinchwad Municipal Corporation ( P.C.M.C.) Old Limit Area And Assistance to Town Planning Department in Preparation of Proposed Land use Map and Development Plan (u/s26 to 30 of M.R.T.P. act.)

Offers by way of e tendering Per Hector Rate are invited by The Deputy Director of Town Planning P.C.M.C. & The City Engineer P.C.M.C. Pimpri-18, from the Pre-registered Bidders with Pimpri Chinchwad Municipal Corporation in E- tendering System for the following work.

S.no.

Name of work Earnest Money (in Rupees.)

Cost of Blank tender

form(Rs.)

Time Limit for

completion(Calendar Months)

1.

Preparation of Existing Land use Map (u/s 25 Of M.R.T.P.act) for Pimpri Chinchwad Municipal Corporation ( P.C.M.C.) Old Limit Area And Assistance to Town Planning Department in Preparation of Proposed Land use Map and Development Plan (u/s26 to 30 of M.R.T.P. act.)

1,00,000/- 5000/-

Six months included

rainy season

The details of above work, such as Earnest Money Deposit, Conditions of Contract, Specifications of work is available on PCMC’s Website www.pcmcindia.gov.in .For this purpose Bidders are required to register themselves with Civil Engineering Department of PCMC. Registered Bidders can avail the E-tender document from dt. 30/06/2017 to 21/07/2017 up to 15.00hrs. Pre-Bid Meeting will be held on dt.12/07/2017 at 15.00hrs in the Chamber of City engineer PCMC, Main Administrative Building, Pimpri-18. Registered Bidders should submit their offer by the way of E-Tendering System only. Last date for Submission of E-Tendering is dt.21/07/2017 up to 15.00hrs. The official will guide the interested Bidder to document the authorization process & to obtain the Registration Key. Tenders will be opened on the same day if possible at 15.00hrs in the presence of Bidders /his Authorized representative. Any change if any will be communicated at the time of Pre-Bid/Publication on web site /News Paper. Right to reject any or all the Bids, without giving any reasons is reserved by the Commissioner, PCMC.Pune-18. Sd/- Sd/-

ADVT. No.: 617 City Engineer Deputy Director No: ENGG/TDR/2B/ WS/71/2017 P.C.M.C. of Town Planning Dept. Date:28/06/2017 . Pimri-411 18. P.C.M.C.Pimri-411 18.

Page 23: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

E-Tender Notice No. HO/02/01/ 2017-18

Page 24: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

PIMPRI CHINCHWAD MUNICIPAL CORPORATION, PIMPRI-411018.

-CIVIL DEPARTMENT-

E-Tender Notice No. HO/02/01/ 2017-18

Invitation for the work of Preparation of Existing Land use Map (u/s 25 of M.R.T.P.act) for Pimpri Chinchwad Municipal Corporation ( P.C.M.C.) Old Limit Area And Assistance to Town Planning Department in Preparation of Proposed Land use Map and Development Plan (u/s26 to 30 of M.R.T.P. act.)

Offers by way of e tendering Per Hector Rate are invited by The Deputy Director of Town Planning P.C.M.C. & The City Engineer P.C.M.C. Pimpri-18, from the Pre-registered Bidders with Pimpri Chinchwad Municipal Corporation in E- tendering System for the following work. Time Limit

S.No. Earnest Money

Cost of Blank for Name of work tender completion

(in Rupees.) form(Rs.) (Calendar

Months)

Preparation of Existing Land use Map (u/s 25

Of M.R.T.P.act) for Pimpri Chinchwad

Municipal Corporation ( P.C.M.C.) Old Limit Six months

1. Area And Assistance to Town Planning 1,00,000/- 5000/- included

rainy Department in Preparation of Proposed Land

season

use Map and Development Plan (u/s26 to 30

of M.R.T.P. act.)

The details of above work, such as Earnest Money Deposit, Conditions of Contract, Specifications of work is available on PCMC’s Website www.pcmcindia.gov.in .For this purpose Bidders are required to register themselves with Civil Engineering Department of PCMC. Registered Bidders can avail the E-tender document from dt.30/06/2017 to 21/07/2017 up to 15.00hrs. Pre-Bid Meeting will be held on dt. 12/07/2017 at 15.00hrs in the Chamber of City engineer PCMC, Main Administrative Building, Pimpri-18. Registered Bidders should submit their offer by the way of E-Tendering System only. Last date for Submission of E-Tendering is dt. 21/07/2017 up to 15.00 hrs. The official will guide the interested Bidder to document the authorization process & to obtain the Registration Key.

Tenders will be opened on the same day if possible at 15.00hrs in the presence of Bidders /his Authorized representative. Any change if any will be communicated at the time of Pre-Bid/Publication on web site /News Paper. Right to reject any or all the Bids, without giving any reasons is reserved by the Commissioner, PCMC.Pune-18. Sd/- Sd/-

ADVT. No.: 617 City Engineer Deputy Director No: ENGG/TDR/2B/ WS/71/2017 P.C.M.C. of Town Planning Dept.Date: 28/06/2017 . Pimri-411 18. P.C.M.C.Pimri-411 18.

Page 25: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 2 of 57 P.C.M.C.

Disclaimer The information contained in this document or subsequently provided to Bidders, whether verbally or in documentary or any other form by or on behalf of the P.C.M.C. or any of its employees or advisers, is provided to Bidders on the terms and conditions set out in this document and such other terms and conditions subject to which such information is provided. This document is not an agreement and is neither an offer nor invitation by the P.C.M.C. to the prospective Bidders or any other person. The purpose of this document is to provide interested parties with information that may be useful to them in the bidding pursuant to this document. This document includes statements, which reflect various assumptions and assessments arrived at by the P.C.M.C. in relation to the Consultancy. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This document may not be appropriate for all persons, and it is not possible for the P.C.M.C., its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this document. The assumptions, assessments, statements and information contained in this document, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this document and obtain independent advice from appropriate sources. Information provided in this document to the Bidders is on a wide range of matters, some of which depends upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The P.C.M.C. accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein. P.C.M.C., its employees and advisers make no representation or warranty and shall have no liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this document or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the document and any assessment, assumption, statement or information contained therein or deemed to form part of this document or arising in any way in this Selection Process. P.C.M.C. also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Bidder upon the statements contained in this document. P.C.M.C. may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this document. The issue of this document does not imply that the P.C.M.C. is bound to select an Bidder or to appoint the Selected Bidder, as the case may be, for the Consultancy and the P.C.M.C. reserves the right to reject all or any of the bids without assigning any reasons whatsoever. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its tender including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the P.C.M.C. or any other costs incurred in connection with or relating to its tender. All such costs and expenses will remain with the Bidder and the P.C.M.C. shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by an Bidder in preparation or submission of the bid, regardless of the conduct or outcome of the Selection Process.

Page 26: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 3 of 57 P.C.M.C.

TABLE OF CONTENTS CONTENTS INTRODUCTION

1.1 BACKGROUND 6 1.2 DUE DILIGENCE BY BIDDERS 6 1.3 SALE OF RFP DOCUMENT 6 1.4 VALIDITY OF THE TENDER 6 1.5 BRIEF DESCRIPTION OF THE SELECTION PROCESS 7 1.6 PAYMENTS 7 1.7 E-TENDER SCHEDULE 7 1.8 PRE-BID VISIT TO THE SITE AND INSPECTION OF DATA 8 1.9 PRE-BID CONFERENCE (PRE-BID) 8 1.10 COMMUNICATIONS 8

INSTRUCTIONS TO BIDDERS 2.1 SCOPE OF TENDER 9 2.2 CONDITIONS OF ELIGIBILITY OF BIDDERS 10 2.3 CONFLICT OF INTEREST 10 2.4 NUMBER OF BID 10 2.5 COST OF TENDER 10 2.6 SITE VISIT AND VERIFICATION OF INFORMATION 10 2.7 ACKNOWLEDGEMENT BY BIDDER 11 2.8 RIGHT TO REJECT ANY ORAL TENDERS 11 2.9 CONTENTS OF THE TENDER 11 2.10 CLARIFICATIONS 12 2.11 AMENDMENT OF TENDER 12

PREPARATION AND SUBMISSION OF TENDER 2.12 LANGUAGE 13 2.13 FORMAT AND SIGNING OF TENDER 13 2.14 ON LINE ENVELOPE NO. 1 ( TECHNICAL TENDER) 14 2.15 ON-LINE ENVELOPE NO 2 (FINANCIAL TENDER) 14 2.16 SUBMISSION OF TENDER 15 2.17 TENDER DUE DATE 16 2.18 LATE TENDERS 16 2.19 MODIFICATION/SUBSTITUTION/ WITHDRAWAL OF TENDERS 16 2.20 BID SECURITY 16

EVALUATION PROCESS 2.21 EVALUATION OF TENDERS 17 2.22 CONFIDENTIALITY 18 2.23 CLARIFICATIONS 18

Page 27: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 4 of 57 P.C.M.C.

APPOINTMENT OF CONSULTANT

2.24 NEGOTIATIONS 18 2.25 SUBSTITUTION OF KEY PERSONNEL 18

2.26 INDEMNITY 192.27 AWARD OF CONSULTANCY 192.28 PERFORMANCE SECURITY 192.29 EXECUTION OF AGREEMENT 192.30 COMMENCEMENT OF ASSIGNMENT 192.31 PROPRIETARY DATA 19

CRITERIA FOR EVALUATION 3.1 EVALUATION OF TECHNICAL TENDERS 203.2 SHORT- LISTING OF BIDDERS 213.3 EVALUATION OF FINANCIAL TENDER 213.4 COMBINED AND FINAL EVALUATION 214. FRAUD AND CORRUPT PRACTICES 225. MISCELLANEOUS 23

SCHEDULE-1 SCOPE OF WORK

6.1 SCOPE OF SATELLITE IMAGERY 246.2 SCOPE OF DIFFERENTIAL GPS SURVEY 246.3 SCOPE OF TOPOGRAPHICAL SURVEY 246.4 DETAIL TOTAL STATION SURVEY 246.5 DATA EXTRACTION FORM SATELLITE IMAGERY 246.6 REVENUE MAP SUPERIMPOSING 246.7 SANCTIONED LAYOUT SUPERIMPOSING 256.8 BASE MAP VERIFICATION 256.9 ELU DATA COLLECTION (ATTRIBUTE INFORMATION) 256.10 PREPARATION OF EXISTING LAND USE MAP 256.11 PREPARATION OF PROPOSED LAND USE MAP 25 6.12 ASSISTANCE TO TOWN PLANNING DEPARTMENT IN PREPARATION OF 25 DEVELOPMENT PLAN 6.13 DELIVERABLES 266.14 FEES AND DURATION OF STUDY 266.15 TIME & PAYMENT SCHEDULE 266.16 STUDY ADMINISTRATION & COORDINATION: 276.17 PENALTY CLAUSE 286.18 TERMINATION OF CONTRACT 286.19 ARBITRATION CLAUSE 286.20 TENDER SUBMISSION 286.21 ELIGIBILITY 28

Page 28: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 5 of 57 P.C.M.C.

SCHEDULE-2 7.0 GUIDANCE NOTE ON CONFLICT OF INTEREST 30 8.0 APPENDIX

APPENDIX I – TECHNICAL TENDERS FORMS 31 APPENDIX-1A APPLICATION LETTER (ON THE LETTER HEAD OF THE BIDDER 31

APPENDIX-1B CORPORATE INFORMATION OF BIDDER 32

APPENDIX-1C ELIGIBLE ASSIGNMENTS OF THE BIDDER 33APPENDIX-1D BANK GUARANTEE FOR PERFORMANCE SECURITY 344APPENDIX-1E FORM OF AGREEMENT 36

APPENDIX-1F FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID 38

APPENDIX-1G (I) ORGANISATION CHART AND MANNING SCHEDULE 39

APPENDIX-1G (II) DETAILS OF EXPERTS 40APPENDIX-1G (III) DETAILS OF SURVEY EQUIPMENT‟S & SOFTWARE‟S OWNED

BY BIDDER 41

APPENDIX- 1G (IV) FORMAT OF CURRICULUM VITAE (CV) OF PROPOSED KEY EXPERTS 42

APPENDIX- 1H (I) GENERAL APPROACH AND METHODOLOGY 43

APPENDIX- 1H (II) WORK PROGRAMME 44APPENDIX- 1H (III) COMMENTS / SUGGESTIONS OF THE CONSULTANTS ON

THE SCOPE OF WORK 45APPENDIX- 1H (IV) ADDITIONAL INFORMATION 46

APPENDIX-1I FINANCIAL CAPACITY OF THE BIDDER 47

APPENDIX-II APPENDIX-II FINANCIAL TENDER 48

GENERAL CONDITIONS OF CONTRACT 9.1. DEFINITIONS AND INTERPRETATION 50

9.2. COMMENCEMENT OF ASSIGNMENT 50

9.3. CARE AND DILIGENCE 50

9.4. SIGNING OF AGREEMENT 50

9.5. TAXES & DUTIES 51

9.6. CONFIDENTIALITY 51

9.7. SUSPENSION OF CONSULTANCY SERVICES 51

9.8. TERMINATION OF CONSULTANCY SERVICES 51

9.9. TERMINATION PROCEDURE 51

9.10. FORCE MAJEURE 52

9.11. RESPONSIBILITY OF TC DURING THE ASSIGNMENT 52

9.12. FACILITIES TO BE MADE AVAILABLE TO CONSULTANT 52

9.13. DISPUTE BETWEEN THE CONSULTANTS AND P.C.M.C. 52

9.14. PERFORMANCE SECURITY 52

ANNEXTURE -1 DATA SHEET FOR PROPERTY USE AND EXISTING LAND USE INFORMATION COLLECTION 53ANNEXTURE -2 DATA SHEET FOR EDUCATIONAL FACILITY INFORMATION COLLECTION 54ANNEXTURE -3 DATA SHEET FOR HEALTH FACILITY INFORMATION COLLECTION 56ANNEXTURE -4 DATA SHEET FOR INDUSTRIES INFORMATION COLLECTION 57

Page 29: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 6 of 57 P.C.M.C.

1. INTRODUCTION 1.1 Background The city of Pimpri Chinchwad (P.C.M.C.) is situated northeast of Pune and is 160 km from Mumbai, the capital of state of Maharashtra. It is predominantly an industrial area, which has developed during the last four decades. The establishment of the Maharashtra Industrial Development Corporation (MIDC) in 1961-62 considerable facilitated industrial development in the area. The establishment of large-scale core industries has led to the growth of ancillary and small-scale industries in and around this industrial belt. With a current population estimated around 20.00 lakhs in Pimpri Chinchwad, it is expected to reach about 15.07 lakhs by 2011. As the city continues to grow, the Pimpri Chinchwad Municipal Corporation (PCMC), which is responsible for provision of all municipal services to the citizens, is preparing itself to provide quality services to its citizens. Many projects have been taken up towards this objective.

The efficiency of urban settlements largely depends upon how well they are planned, how economically they are developed and how efficiently they are managed. There is the need to link spatial development plan with resource mobilization plan focusing on credit enhancement mechanisms. Therefore preparation of land use map and regular up gradation is first step towards city development. Development plan of Pimpri Chinchwad City‟s old Limit (12 Villages ) admeasuring about 86 sq.km. Area (8600 Hectors approximate) was approved on 18/9/1995. It will expire in the next two years. The state government had transferred some areas of the Pimpri Chinchwad New Township Development Authority. The areas also got the approval of separate development plan in 1997 which will expire in 2015. The new development plan (DP) will be prepared as per the provisions and regulations of the Maharashtra Regional Town Planning (MRTP) Act 1966. Before preparing revising development plan it is necessary to have an accurate existing land use map. In the absence of an accurate base map, no planning exercise can be undertaken and the most crucial information to transfer cities to e-cities is the reliable and accurate digital database. The database consist mainly large-scale digital maps & its attribute to facilitate a proper planning. Therefore P.C.M.C. invites e-Tender for selection of an Experience Contractor or Consultant (the "Consultant") for carrying out Total Station Survey for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) & Assistance to Town Planning Department in Preparation of Proposed Landuse Map (u/s 26 to 30 of M.R.T.P. act)

The PCMC intends to select the Consultant through an open competitive national bidding in accordance with the procedure set out herein. 1.2 Due diligence by Bidder Bidders are encouraged to get acquainted themselves fully about the assignment and the local conditions before submitting the e-Tender by visiting the Planning area, sending written queries and attending a Pre-Bid Conference on the date and time specified in Clause 1.10. 1.3 Sale of e-Tender Document Tender form along with terms and conditions can be downloaded from e-tendering portal www.pcmcindia.gov.in Tender form Fee Rs. 5,000/- (Rupees Five Thousand Only) only online payment. Cheque or cash will not be accepted. Scan copy of online payment attached with Part I – Technical Bid for online tender procedure and original copy must be submitted to P.C.M.C. with hard copy submission. The tender shall be uploaded from above mentioned website. The cost of tender form is non refundable. 1.4 Validity of the e-Tender The Tender shall be valid for a period of not less than 120 days from the e-Tender Due Date (the "TDD").

Page 30: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 7 of 57 P.C.M.C.

1.5 Brief description of the Selection Process

The Authority has adopted a two stage selection process (collectively the "Selection Process") in evaluating the Tenders comprising technical and financial bids to be submitted online as well as in two separate sealed envelopes. In the first stage, a technical evaluation will be carried out as specified in Clause 3.1. Based on this technical evaluation, a list of short-listed Bidders shall be prepared as specified in Clause 3.2. In the second stage, a financial evaluation will be carried out as specified in Clause 3.3. Proposals will finally be ranked according to their combined technical and financial scores as specified in Clause 3.4. The first ranked Bidder shall be selected for negotiation (the "Selected Bidder") while the second ranked Bidder will be kept in reserve.

1.6 Payments

All payments to the Consultant shall be made in Indian Rupees only INR.

1.7 E-Tender Schedule

The Authority would endeavor to adhere to the following schedule:

Event Description Proposed Event Description Proposed

Date Date

News Paper Published Date 30/06/2017 Online Paper Published 30/06/2017

Date

Downloading of Bid document 21/07/2017

30/06/2017 Closing / Sale End Date

/ Sale Start Date

(Up to 3.0PM)

12/07/2017

Pre Bid Meeting

(03.00PM)

21/07/2017

Bid Submission Start Date 30/06/2017 Bid Submission End Date

(Up to 3.0PM)

Technical Bid Opening Date 21/07/2017 Financial Bid Opening -

Date

Notes about e-tendering: 1) All eligible interested Bidders, who want to participate in e-tendering process should compulsory get

enrolled on P.C.M.C. e-tendering portal www.pcmcindia.gov.in

2) Bidder shall contact for details or any difficulties in submission of online tenders if any to DDTP P.C.M.C. or CITY ENGINEER Dept. Of P.C.M.C.

3) It is compulsory for all participants to submit all documents online. Only Technical Bids shall be

submitted in hard copy also. In case of failure of online submission, hard copy of the submission shall be treated as invalid. Financial bids shall be submitted on-line only.

4) It is compulsory to submit cost of Tender form Fee and Earnest Money deposit only in the form of

Online Payment. Detailed terms and conditions are displayed on the portal.

5) Right to reject any or all online bids of work without assigning any reasons thereof are reserved with P.C.M.C.

6) Above tender Notice is displayed on www.pcmcindia.gov.in

Page 31: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 8 of 57 P.C.M.C.

1.8 Pre-Bid visit to the Site and inspection of data Prospective Bidders may visit the Site and review the available data at any time prior to TDD. For this purpose, they will provide at least two days' notice to the Deputy Director of Town Planning, P.C.M.C., or Town Planner of P.C.M.C. 1.9 Pre-Bid Conference (Pre-Bid) The date, time and venue of Pre-Proposal Conference shall be: Date & Time:12/07/2017 at 03.00PM Venue: City Engineer Office, Pimpri Chinchwad Municipal Corporation, Old Pune – Mumbai Highway, Pimpri, Pune 411018 1.10 Communications The Deputy Director of Town Planning, P.C.M.C Phone: 020- 6733367 Fax: - 020-274225600 Email: [email protected]

Or The City Engineer, Civil Department, P.C.M.C. Phone:020-67331417 Fax: 020-274225600 Email:[email protected]

Page 32: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 9 of 57 P.C.M.C.

2. INSTRUCTIONS TO BIDDERS 2.1 Scope of Proposal 2.1.1 Detailed description of the objectives, scope of services, Deliverables and other requirements relating to this Consultancy are specified in TOR. Bidders are advised that the selection of Contractor or Consultant shall be on the basis of an evaluation by the P.C.M.C. through the Selection Process. Bidder shall be deemed to have understood and agreed that no explanation or justification for any aspect of the Selection Process will be given and that the P.C.M.C.‟s decisions are without any right of appeal whatsoever. 2.1.2 The Bidder shall submit its e-Tender in the form and manner specified in the Appendices of the e-tender. The Technical proposal shall be submitted in the format Appendix-I & the Financial Proposal shall be submitted in the form at Appendix- II. 2.1.3 Key Personnel The Consultancy Team shall consist of the following key personnel (the "Key Personnel") with conditions of eligibility as specified therein. CVs for those Key Personnel shall be submitted with the Proposal.

S.No. Expertise Minimum Min. Pro. Experience on Eligible

Qualification Exp Assignments

1 Team Leader Post Graduate in 10 yrs He/She should have been responsible for

Urban Planning and successful completion of at least Five

Eligible Assignments

member of institute of

town planners,india

2 Survey Engineer Graduate in Civil 5 yrs He/She should have been responsible

Engineering for successful completion of at least Three

Eligible Assignments

3 Cadastral Expert Diploma in 5 years He/She should have been responsible

Civil Engineering for successful completion of at least Three

Eligible Assignments

4 GIS Expert Diploma or degree in 5 Years He/She should have been responsible

Civil Engineering/ for successful completion of at least one

Eligible Assignments

Diploma or degree in

GIS

2.1.4 Equipment The Consultancy shall make arrangement for the following minimum equipments along with accessaries and necessary software for the survey work.and preparation of maps. Documents in the proof of ownership / availability shall be submitted with the Proposal.

S.No. Name of Equipment No. of Equipment

1 Total Station 5 Nos.

2 GNSS RTK GPS System 3 Nos.

2.1.5 Domain Experience The Consultancy shall have sound domain (Minimum Three Municipal council area GIS base ELU Work ) experience of preparation of existing land use map (u/s 25 of M.R.T.P. act) & assistance to town planning department in preparation of proposed landuse map and development plan (u/s 26 to 30 of M.R.T.P. act) preference will be to the counsultancy who has experience of preparation of GIS based ELU map for municipal corporation area.

Page 33: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 10 of 57 P.C.M.C.

2.2 Conditions of Eligibility of Bidders 2.2.1 Bidders must read carefully the minimum conditions of eligibility (the "Conditions of Eligibility") provided herein. Proposals of only those Bidders who satisfy the Conditions of Eligibility will be considered for evaluation. 2.2.2 To be eligible for evaluation of its Bid , Bidder must meet terms and conditions for eligibility criteria both Technical and Financial as below. (A) Technical Criteria: Specified in TOR (B) Financial Criteria: Specified in TOR i. Availability of Key Personnel: The Bidder shall offer and make available all Key Personnel meeting the requirements specified under clause 2.1.3. ii. The Bidder shall have domain experience as specified under clause 2.1.5. iii. Technical proposal will automatically be rejected in case the Bidder is not having domain experience. iv. Bidder have licensed copy of mapping & designing software. v. The Bidder / applicant should be a proprietary firm/ Govt. Undertaking firm/ Pvt.ltd. company registered under Indian companies Act vi. Bidder should have service tax registration certificate, Pan Card, VAT registration certificate. vii.No joint venture / consortium/Association shall be permitted, viii. Bidder should have local setup /office in P.C.M.C. or adjoining areas for project coordination 2.2.3 The Bidder should submit a Power of Attorney as per Appendix-1F; provided, however, that such Power of Attorney would not be required if the Application is signed by a partner of the Bidder, in case the Bidder is a partnership firm or limited liability partnership. 2.2.4 An Bidder should have, during the last three years, neither failed to perform on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial P.C.M.C. or a judicial pronouncement or arbitration award against the Bidder or its Associate, nor been expelled from any project or agreement nor have had any agreement terminated for breach by such Bidder or its Associate. 2.2.5 While submitting a Tender, the Bidder should attach clearly marked and referenced continuation sheets in the event that the space provided in the specified forms in the Appendices is insufficient. Alternatively, Bidder may format the specified forms making due provision for incorporation of the requested information. 2.3 Conflict of Interest

Refer to Schedule-2 of this Tender for Definition and Guidance on Conflict of interest. 2.4 Number of Bid

No Bidder shall submit more than one Application for the Consultancy. 2.5 Cost of Tender

The Bidders shall be responsible for all of the costs associated with the preparation of their Tender and their participation in the Selection Process including subsequent negotiation, visits to the P.C.M.C. Project site etc. The P.C.M.C. will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Selection Process.

2.6 Site visit and verification of information

Bidders are encouraged to submit their respective Proposals after visiting the Planning Area and ascertaining for themselves the site conditions, traffic, location, surroundings, climate, access,

Page 34: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 11 of 57 P.C.M.C.

availability of revenue record, drawings and other data with the P.C.M.C., Applicable Laws and regulations or any other matter considered relevant by them.

2.7 Acknowledgement by Bidder

2.7.1 It shall be deemed that by submitting the Tender, the Bidder has: (a) Made a complete and careful examination of the Tender Scope of Work; (b) Received all relevant information requested from the P.C.M.C.; (c) Acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the Tender or furnished by or on behalf of the P.C.M.C. or relating to any of the matters referred to in Clause 2.6 above; (d) Satisfied itself about all matters, things and information, including matters referred to in Clause 2.6 herein above, necessary and required for submitting (e) Acknowledged that it does not have a Conflict of Interest; and (f) Agreed to be bound by the undertaking provided by it under and in terms hereof.

2.7.2 The P.C.M.C. shall not be liable for any omission, mistake or error on the part of the Bidder in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to Tender or the Selection Process, including any error or mistake therein or in any information or data given by the P.C.M.C..

2.8 Right to reject any oral Proposals

2.8.1 Notwithstanding anything contained in this Tender, the P.C.M.C. Reserves the right to accept or reject any Proposal and to annul the Selection Process and reject all Proposals, at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof. 2.8.2 Without prejudice to the generality of Clause 2.8.1, the P.C.M.C. reserves the right to reject any Proposal if:

(a) At any time, a material misrepresentation is made or discovered, or (b) The Bidder does not provide, within the time specified by the P.C.M.C., the supplemental information sought by the P.C.M.C. for evaluation of the Tender. Misrepresentation/improper response by the Bidder may lead to the disqualification of the Bidder. If such disqualification/rejection occurs after the Tender have been opened and the highest ranking Bidder gets disqualified / rejected, then the P.C.M.C. reserves the right to consider the next best Bidder, or take any other measure as may be deemed fit in the sole discretion of the P.C.M.C., including annulment of the Selection Process.

2.9 Contents of the Tender

2.9.1 This Bid comprises the Disclaimer set forth hereinabove, the contents as listed below and will additionally include any Addendum/ Amendment issued in accordance with Clause 2.11: TENDER PROPOSAL

1 Introduction 2 Instructions to Bidders 3 Criteria for Evaluation 4 Fraud and corrupt practices 5 Miscellaneous

Page 35: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 12 of 57 P.C.M.C.

SCHEDULES Schedule-1 Terms of Reference Schedule-2 Guidance Note on Conflict of Interest APPENDICES I/documents for – TECHNICAL PROPOSAL Appendix-1A – Application Letter Appendix-1B - Corporate Information of Bidder Appendix-1C - Eligible Assignments of the Bidder Appendix-1D - Bank Guarantee for Performance Security Appendix-1E – Form of Agreement Appendix-1F - Format for Power of Attorney for Signing of Bid Appendix-1G (i) - Organisation Chart and Manning Schedule Appendix-1G (ii) – Details of Experts Appendix-1G (iii) - Details of Survey Equipment’s & Software’s owned by Bidder Appendix-1G (iv) – Format of Curriculum Vitae (CV) of Proposed Key Experts as per clause 3.1.7 Appendix-1H (i) - General Approach and Methodology Appendix-1H (ii) – Work Programme Appendix-1H (iii) - Comments Suggestions of the Consultants on the Scope of Work Appendix-1H (iv) – Additional Information Appendix-1I - Financial Capacity of the Bidder 2.10 Clarifications 2.10.1 Bidders requiring any clarification on the Tender may send their queries to the P.C.M.C. in writing before the date mentioned in the Schedule of Selection Process at Clause1.5.The envelopes shall clearly bear the following identification: "Queries/ Request for Additional Information concerning Tender for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Old Municipal Limit of Pimpari Chinchawad Municipal Corporation Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act).” The P.C.M.C. shall endeavour to respond to the queries within the period specified in Tender to the Proposal Due Date. 2.10.2 The P.C.M.C. reserves the right not to respond to any questions or provide any clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be construed as obliging the The P.C.M.C. to respond to any question or to provide any clarification. 2.11 Amendment of Tender 2.11.1 At any time prior to the deadline for submission of Proposal, the P.C.M.C. may, for any reason, whether at its own initiative or in response to clarifications requested by an Bidder, modify the e-Tender document by the issuance of Addendum/Amendment and posting it on the Official Website. 2.11.2 All such amendments will be notified in writing through online to all Bidders who have purchased the e-Tender document. The amendments will also be posted on the Official Website along with the revised Tender containing the amendments and will be binding on all Bidders and will be part of bid document. 2.11.3 In order to afford the Bidders areas on able time for taking an amendment into account, or for any other reason, the P.C.M.C. may, in its sole discretion, extend the proposal Due Date.

Page 36: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 13 of 57 P.C.M.C.

C. PREPARATION AND SUBMISSION OF TENDER 2.12 Language The Tender with all accompanying documents (the "Documents") and all communications in relation to or concerning the Selection Process shall be in English language and strictly on the forms provided in this Tender. No supporting document or printed literature shall be submitted with the Proposal. Unless specifically asked for and in case any of these Documents is in another language, it must be accompanied by an accurate translation of the relevant passages in English, in which case, for all purposes of interpretation of the Proposal, the translation in English shall prevail. 2.13 Format and signing of Proposal 2.13.1 The Bidder shall provide all the information sought under this Tender. The P.C.M.C. would evaluate only those proposals that are received in the specified forms and complete in all respects. 2.13.2 The Bidder shall submit copy of the e-Tender, along with Documents. 2.13.3 The Technical Proposal shall be typed or written in indelible ink and signed by the authorised signatory of the Bidder who shall initial each page, in blue ink. In case of printed and published Documents, only the cover shall be initialled. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialled by the person(s) signing the Tender. The Tenders must be properly signed by the authorized representative (the "Authorised Representative") as detailed below:

(a) By the proprietor, in case of a proprietary firm; or (b) By a partner, in case of a partnership firm and/or a limited liability partnership; or

(c) By a duly authorised person holding the Power of Attorney, in case of a Limited Company or a corporation; Or A copy of the Power of Attorney certified under the hands of a partner or director of the Bidder and notarized by a notary public in the form specified in Appendix-6 shall accompany the Proposal.

2.13.4 Bidders should note the Tender Due Date, as specified in Clause 1.8, for submission of Tenders. Except as specifically provided in this tender document, no supplementary material will be entertained by the P.C.M.C., and that evaluation will be carried out only on the basis of Documents received by the closing time of Tender Due Date as specified in Clause 1.7. Bidders will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For the avoidance of doubt, the P.C.M.C. reserves the right to seek clarifications under and in accordance with the provisions of Clause 2.10.

Page 37: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 14 of 57 P.C.M.C.

2.14 Online Envelope No. 1 ( Technical Proposal) 2.14.1 The First Online envelope "Envelope No. 1" shall contain the following documents (a) All the prescribed forms from Appendix 1A to 1H along with all supporting establishing Bidders‟ eligibility. 2.14.2 Failure to comply with the requirements spelt out in this Clause 2.14 shall make the Proposal liable to be rejected. 2.14.3 The Technical Proposal shall not include any financial information relating to the Financial Proposal. 2.14.4 The proposed team shall be composed of experts and specialists (the "Professional Personnel") in their respective areas of expertise and managerial/support staff (the "Support Personnel") such that the Consultant should be able to complete the Consultancy within the specified time schedule. The Key Personnel specified in Clause 2.1.3 shall be included in the proposed team of Professional Personnel. Other competent and experienced Professional Personnel in the relevant areas of expertise must be added as required for successful completion of this Consultancy. 2.14.5 The P.C.M.C. reserves the right to verify all statements, information and documents, submitted by the Bidder in response to the Tender. Any such verification or the lack of such verification by the P.C.M.C. to undertake such verification shall not relieve the Bidder of its obligations or liabilities here under nor will it affect any rights of the P.C.M.C. there under. 2.14.6 In case it is found during the evaluation or at any time before signing of the Agreement or after its execution and during the period of subsistence thereof, that one or more of the eligibility conditions have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Consultant either by issue of the LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the LOA or has entered in to the Agreement, as the case maybe, the same shall, not withstanding anything to the contrary contained therein or in this tender, be liable to be terminated, by a communication in writing by the P.C.M.C. without the P.C.M.C. being liable in any manner whatsoever to the Bidder or Consultant, as the case maybe. In such an event, the P.C.M.C. shall forfeit and appropriate the Bid Security as mutually agreed pre-estimated compensation and damages payable to the P.C.M.C. for time, cost and effort of the P.C.M.C. without prejudice to any other right or remedy that may be available to the P.C.M.C. 2.15 Online envelope no 2 (Financial Proposal) 2.15.1 The second online envelope “ Envelope No.2 “ shall contain only the financial offer . Bidders shall submit the financial proposal in the formats at Appendix-II (the "Financial Proposal") clearly indicating the total cost of the Consultancy in both figures and words, in Indian Rupees, and signed by the Bidder‟s Authorized Representative. 2.15.2 The Financial Proposal should be inclusive of all the cost and taxes. (Including service tax also) 2.15.3 In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail.

Page 38: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 15 of 57 P.C.M.C.

2.15.4 While submitting the Financial Proposal, the Bidder shall ensure the following:

(i) All the costs associated with the assignment shall be included in the Financial Proposal. These shall normally cover remuneration for all the Personnel (Expatriate and Resident, in the field, office etc.), accommodation, air fare, equipment, printing of documents, surveys, geo- technical investigations as per Tender requirements. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected.

(ii) The Financial Proposal shall take into account all expenses. (iii) Costs shall be expressed in INR (Indian Rupees) only.

2.16 Submission of Tender 2.16.1 The Bidders shall submit only Technical envelop in hard bound form with all pages numbered serially and by giving an index of submissions. Each page of the submission shall be initialled by the Authorized Representative of the Bidder as per the terms of the Tender. In case the proposal is submitted on the document downloaded from Official Website, the Bidder shall be responsible for its accuracy and correctness as per the version uploaded by the P.C.M.C. and shall ensure that there are no changes caused in the content of Downloaded or photocopied version of the Tender and the original Tender issued by the P.C.M.C., the latter shall prevail. 2.16.2 The Technical Proposal shall bear the address of the City Engineer, Civil Dept. P.C.M.C. Tender Notice number, Consultancy name and address of the Bidder. It shall bear on top, the following: "Do not open, except in presence of the Authorized Person of the P.C.M.C." If the envelope is not sealed and marked as instructed above, the P.C.M.C. assumes no responsibility for the misplacement or premature opening of the contents of the Proposal submitted and consequent losses, if any, suffered by the Bidder. 2.16.3 The TECHNICAL PROPOSAL" shall contain: (i) Application in the prescribed format (Form-1 of Appendix-IA to 1l) along with supporting documents; (ii)

Bid security as specified in Clause 2.20.1 bid document cost 2.16.4 The Technical Proposal shall be typed or written in indelible ink and signed by the Authorized Representative of the Bidder. All pages of the original Technical Proposal must be numbered and initialled by the person or persons signing the Proposal. The completed Proposal must be delivered on or before the specified time on Proposal Due Date. Proposals submitted by fax, telex or e-mail shall not be entertained. The P.C.M.C. is not responsible for any postal/courier delay or any consequences.

2.16.5 The Proposal shall be made in the Forms specified in this Tender. Any attachment to such Forms must be provided on separate sheets of paper and only information that is directly relevant should be provided. This may include photocopies of the relevant pages of printed documents. No separate documents like printed annual statements, company brochures, copy of contracts, etc. will be entertained.

2.16.6 The rates quoted shall be firm throughout the period of performance of the assignment up to and including acceptance of the Feasibility Report by the P.C.M.C. and is charge of all obligations of the Consultant under the Agreement. (No escalation allow for this work)

Page 39: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 16 of 57 P.C.M.C.

2.17 Proposal Due Date 2.17.1 Proposal should be submitted on the Proposal Due Date as specified at Clause 1.8 at the address provided in Clause 1.10 in the manner and form as detailed in this Tender. 2.17.2 The P.C.M.C. may, in its sole discretion, extend the Proposal Due Date by issuing an Addendum in accordance with Clause 2.11 uniformly for all Bidders. 2.18 Late Proposals Proposals received by the P.C.M.C. after the specified time on Proposal Due Date shall not be eligible for consideration and shall be summarily rejected. 2.19 Modification/substitution/ withdrawal of Proposals Any alteration/ modification in the Proposal or additional information or material supplied subsequent to the Proposal Due Date, unless the same has been expressly sought for by the P.C.M.C. shall be disregarded. 2.20 Bid Security 2.20.1 The Bidder shall furnish as part of its Proposal, Earnest Money (Bid Security): A lump sum Bid Security amount of Rs. 1,00,000/- (Rupees One Lac) only online payment. The Bid Security shall be returned after completion of the bid process. 2.20.1 Any Proposal/Bid not accompanied by the Bid Security shall be rejected by the P.C.M.C. as non-responsive. 2.20.2 The P.C.M.C. shall not pay any interest on the Bid Security and the same shall be interest free. 2.20.3 The Bidder, by submitting its Application pursuant to this Tender, shall be deemed to have acknowledged that without prejudice to the P.C.M.C.'s any other right or remedy here under or in law or otherwise, the Bid Security shall be forfeited and appropriated by the P.C.M.C. as the mutually agreed pre-estimated compensation and damage payable to the P.C.M.C. The time, cost and effort of the P.C.M.C. in regard to the Tender including the consideration and evaluation of the Proposal under the following conditions: (a) If an Bidder submits a non-responsive Proposal; (b) If an Bidder engages in any of the Prohibited Practices specified in Section 4 of this Tender; (c) If an Bidder withdraws its Proposal during the period of its validity as specified in this Tender and

as extended by the Bidder from time to time; (d) In the case of the Selected Bidder, if the Bidder fails to reconfirm its commitments during

negotiations as required vide Clause 2.24.1; (e) In the case of a Selected Bidder, if the Bidder fails to sign the Agreement or commence

the assignment as specified in Clauses 2.28 and 2.29 respectively; or (f) If the Bidder is found to have a Conflict of Interest as specified in Clause 2.3.

Page 40: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 17 of 57 P.C.M.C.

D. EVALUATION PROCESS 2.21 Evaluation of Tenders 2.21.1 The P.C.M.C. shall open the Tender in the presence of the Bidders or its representative or any person at the time of tender opening procedure. If the opening date is happened to be holiday, the next working day shall be considered as opening of proposal date. "Technical Proposal" shall be opened first. “Financial Proposal" shall be kept sealed for opening at a later date. If the Proposal submission is not accompanied by the bid cost as per Clause 1.3 shall be considered as non-responsive. 2.21.2 Prior to evaluation of Proposals, the P.C.M.C. will determine whether each Proposal is responsive to the requirements of the Tender. The P.C.M.C. may, in its sole discretion, reject any Proposal that is not responsive here under. A Tender shall be considered responsive only if: (a) The Technical Proposal is received in the form specified at Appendix-I; (b) It is received by the Proposal Due Date including any extension hereof pursuant to Clause 2.17; (c) It is accompanied by the Bid Security as specified in Clause. 20.1. (d) It is signed, sealed, bound together and marked as stipulated in Clauses 2.13 & 2.16; (e) It is accompanied by the Power of Attorney as per appendix 1F (f) It contains all the information (complete in all respects) as requested in the TENDER; (g) It does not contain any condition or qualification; (h) It is not non-responsive in terms hereof. 2.21.3 The P.C.M.C. reserves the right to reject any Proposal which is non- responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by the P.C.M.C. in respect of such Proposals. 2.21.4 The P.C.M.C. shall subsequently examine and evaluate Tenders in accordance with the Selection Process specified at Clause 1.5 and the criteria set out in Section 3 of this Tender. 2.21.5 The P.C.M.C. may invite all shortlisted Bidders for demonstrations of previously successfully completed projects. 2.21.6 After the technical evaluation, and demonstration the P.C.M.C. shall prepare a list of pre-qualified and shortlisted Bidders in terms of Clause 3.2 for opening of their Financial Proposals. A date, time and venue will be notified to all Bidders for announcing the result of evaluation and opening of Financial Proposals. Before opening of the Financial Proposals, the list of pre-qualified and shortlisted Bidders along with their Technical Score will be read out. The opening of Financial Proposals shall be done in presence of respective representatives of Bidders. The P.C.M.C. will not entertain any query or clarification from Bidders who fail to qualify at any stage of the Selection Process. The financial evaluation and final ranking of the Proposals shall be carried out in terms of Clauses 3.3 and 3.4. 2.21.7 The Selection of Bidder shall be entirely at the discretion of the P.C.M.C. Bidders shall be deemed to have understood and agreed that the P.C.M.C. shall not be required to provide any explanation or justification in respect of any aspect of the Selection Process or Selection. 2.21.8 Any information contained in the Proposal shall not in any way be construed as binding on the P.C.M.C., its agents, successors or assigns, but shall be binding against the Bidder if the Consultancy is subsequently awarded to it.

Page 41: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 18 of 57 P.C.M.C.

2.22 Confidentiality Information relating to the examination, clarification, evaluation, and recommendation for the selection of Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional adviser advising the P.C.M.C. in relation to matters arising out of, or concerning the Selection Process. The P.C.M.C. shall treat all information, submitted as part of the Proposal, in confidence and shall require all those who have access to such material to treat the same in confidence. The P.C.M.C. may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/or the P.C.M.C. or as may be required by law or in connection with any legal process. 2.23 Clarifications 2.23.1 To facilitate evaluation of Tenders, the P.C.M.C. may, at its sole discretion, seek clarifications from any Bidder regarding its Proposal. Such clarification(s) shall be provided within the time specified by the P.C.M.C. for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing. 2.23.2 If an Bidder does not provide clarifications sought under Clause 2.23.1 above within the specified time, its Proposal shall be liable to be rejected. In case the Proposal is not rejected, the P.C.M.C. may proceed to evaluate the Proposal by construing the particulars requiring clarification to the best of its understanding, and the Bidder shall be barred from subsequently questioning such interpretation of the P.C.M.C. E. APPOINTMENT OF CONSULTANT 2.24 Negotiations The Selected Bidder may, if necessary, be invited for negotiations. The negotiations shall generally not be for reducing the price of the Proposal, but will before re-confirming the obligations of the Consultant under this Tender. Issues such as deployment of Key Personnel, understanding of the Tender, methodology and quality of the work plan shall be discussed during negotiations. In case the Selected Bidder fails to reconfirm its commitment, the P.C.M.C. reserves the right to designate the next ranked Bidder as the Selected Bidder and invite it for negotiations. 2.25 Substitution of Key Personnel 2.25.1 The P.C.M.C. will not normally consider any request of the Selected Bidder for substitution of Key Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel and any change there in may upset the ranking. Substitution will, however, be permitted if the Key Personnel is not available for reasons of any incapacity or due to health, subject to equally or better qualified and experienced personnel being provided to the satisfaction of the P.C.M.C. 2.25.2 The P.C.M.C. expects all the Key Personnel to be available during implementation of the Agreement. The P.C.M.C. will not consider substitution of Key Personnel except for reasons of any incapacity or due to health. Such substitution shall ordinarily be limited to one Key Personnel subject to equally or better qualified and experienced personnel being provided to the satisfaction of the P.C.M.C.

Page 42: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 19 of 57 P.C.M.C.

2.26 Indemnity The Consultant shall, subject to the provisions of the Agreement, indemnify the P.C.M.C. for an amount not exceeding 10% (ten percent) of the Agreement value for any direct loss or damage that is caused due to any deficiency in services. 2.27 Award of Consultancy

After selection, a Letter of Intent (the"LOI") shall be issued to the Selected Bidder. TheSelected Bidder shall, submit the Letter of Acceptance (LOA) along with the 5 % Performance Security by way of Bank Guarantee from Nationalized/ Scheduled bank in favour of The commissioner, P.C.M.C. within 15 (fifteen) days from the date of the LOI . 2.28 Performance Security: The successful bidder shall submit 5% of the accepted bid cost as Performance Security by way of Bank Guarantee from Nationalized/ Scheduled bank in favour of The commissioner, P.C.M.C. payable at Pimpari Chinchawad along with letter of acceptance prior to signing of the contract. And Security Deposit will be 5% of Accepted contract amount out of which Earnest money (1,00,000) will convert into security deposit and remaining will be deducted from Running Account Bill (Part Payment) The validity of the Performance Security and Security deposit deducted from Running Account Bill will be disbursed 50% after 3 months beyond the date of submission of final ELU (as per sec. 25) and remaining 50% of Performance Security and Security deposit deducted from Running Account Bill will be disbursed after successful submission of Development Plan (as per sec. 30(1)). 2.29 Execution of Agreement After acknowledgement of the LOA as a foresaid by the Selected Bidder, it shall execute the Agreement within the period of 15 day from the Letter of Acceptance (LOA) from the successful bidder,. The Selected Bidder shall not been titled to seek any deviation in the Agreement. 2.30 Commencement of assignment The notice to proceed with the Consultancy shall be issued within 15 days from the date of signing of the agreement. The time allowed for the assignment are mentioned in Schedule-I(E) ClauseNo.3 If the Consultant fails to either sign the Agreement or commence the assignment as specified herein, the P.C.M.C. may invite the second ranked Bidder for negotiations. In such an event, the Bid Security/ Performance Security of the first ranked Bidder shall be forfeited. 2.31 Proprietary data Subject to the provisions of Clause 2.22, all documents and other information provided by the P.C.M.C. or submitted by an Bidder to the P.C.M.C. shall remain or become the property of the P.C.M.C. Bidders and the Consultant, as the case may be, are to treat all information as strictly confidential. The P.C.M.C. will not return any tender or any information related thereto. All information collected, Maps prepared, analyzed, processed or in whatever manner provided by the Consultant to the P.C.M.C. in relation to the Consultancy shall be the property of the P.C.M.C. Model and license of the software used for demand forecast by the Consultant will not have to be provided to the P.C.M.C.

Page 43: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 20 of 57 P.C.M.C.

3. CRITERIA FOR EVALUATION 3.1 Evaluation of Technical Proposals 3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis of Bidder's experience, its understanding of TOR, proposed methodology and Work Plan, and the experience of Key personnel. Only those Bidders whose Technical Proposals get a score of 80 marks or more out of 100 shall qualify for further consideration, and shall be ranked from highest to the lowest on the basis of their technical score(ST). 3.1.2 The scoring criteria to be used for evaluation shall be as follow.

Sl. No. Parameter Max. Marks

1. Background, work experience , reputation of the organization and Survey 40

Equipments owned by the fi rms. (see clause 3.1.4 here below for eligible

assignments)

(a) Experience of the Firm in Carrying out similar assignments of GIS

Base Existing Land Use Mapping in Urban Local Body area 30

• more than 10 Assignments (30 marks)

• 6 to 10 assignments (15 marks)

• 3 to 5 assignments (5 marks)

(b) Experience of the firm in carrying out similar assignment for municipal 5

cprporation

(c) Equipment availability 5

• more then 5 Total Station (5 marks)

• 5 Total Station (3marks)

2. Experience of the Firm in carrying out similar assignments (see clause 3.1.4 40

here below for eligible assignments)

Number of Hectors of GIS base Existing Land Use Survey in aggregate

for which the firm has been involved

• more than 5000 hectors (40marks)

• 3501 to 5000 hectors (30 marks)

• 2000-3500 hectors (15 marks)

3. Background, experience and qualifications of the key 20

personnel proposed to be assigned to the work, including their familiarity

with similar work undertaken by agency.

(a)Education Qualification (maximum marks 30%)

• Post-Graduate (maximum marks 30%)

• Graduate (maximum marks 15%)

(b)Experience of personnel in Existing Land Use Survey Project

(maximum marks 70%)

• more than 5 Projects (maximum marks 70%)

• 3-5Projects (maximum marks 50%)

• <3Projects (maximum marks 25%)

Page 44: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 21 of 57 P.C.M.C.

3.1.3 Evaluation of the CVs will be held with respect to the weights for each key position as given in the table below. In case one or two CVs, for positions other than the Team Leader, are not eligible, maximum marks will be considered negatively for this/ those position(s).

Sl.No Expertise Weightage

1 Urban Planner 25%

2 Survey Engineer 25%

3 Cadastral Expert 25%

4 GIS Expert 25%

Total 100%

3.1.4 Eligible Assignments for Firm experiences for the purposes of Technical evaluation of the Tender under these tender following assignments are eligible: GIS Based Existing Land Use Survey and preparation of Land Use Maps for municipal Corporation / Municipal Council in Maharashtra State having area more than 2000 hector in a single project and should have GIS Based Existing Land Use Survey experience with at least 3 Municipal area in Maharashtra state (Work completion certificate must be attached with Technical proposal) 3.1.5 Eligible Assignments for Key Personnel For the Key Personnel eligibility and evaluation, following assignment will be eligible Existing Land Use Survey for Municipal Corporation or Municipal council having area more than 2000 hectors in Maharashtra State. 3.2 Short- listing of Applicants Short-listing of the Applicants ranked as aforesaid, not more than five shall be pre-qualified and short-listed for financial evaluation in the second stage. As the project is highly specialized in nature, even if only one bidder is qualified in the Technical Bid evaluation process, the same shall be considered and approved. Financial Bids of only technically qualified bidders shall be opened and negotiations may take place with the selected bidder(s). 3.3 Evaluation of Financial Proposal 3.3.1 In the second stage, the financial evaluation will be carried out as per this Clause 3.3. Each Financial Proposal will be assigned a financial score (SF). 3.3.2 For financial evaluation, the cost quoted in the Financial Proposal, in Appendix-II.

3.3.3 P.C.M.C. will determine whether the Financial Proposals are complete, unqualified and unconditional. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the TOR within the total quoted price shall be that of the Consultant. The lowest Financial Proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of other Proposals will be computed as follows:

SF = 100 X FM/ F (F=amount of Financial Proposal)

3.4 Combined and final evaluation

3.4.1 Proposals will finally be ranked according to their combined technical (ST) and financial (SF) scores as follows:

S = (ST x Tw) + (SF x Fw) (S= Combined score)

Page 45: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 22 of 57 P.C.M.C.

Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal and Financial Proposal that shall be 0.70 and 0.30 respectively. 3.4.2 The Selected Applicant shall be the first ranked Applicant (having the highest combined score). The second ranked Applicant shall be kept in reserve and may be invited for negotiations in case the first ranked Applicant withdraws, or fails to comply with the requirements specified in Clauses 2.24, 2.28, 2.29 and 2.30, as the case may be. 4. FRAUD AND CORRUPT PRACTICES 4.1 The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary contained in this Tender, the P.C.M.C. shall reject a Tenser without being liable in any manner what so ever to the Bidder, if it determines that the Bidder has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the "prohibited Practices") in the Selection Process. In such an event, the P.C.M.C. shall, without prejudice to its any other rights or remedies, forfeit and appropriate the Bid Security or Performance Security, as the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to the P.C.M.C. for, interalia, time, cost and effort of the P.C.M.C. in regard to the Tender, including consideration and evaluation of such Applicant's Proposal. 4.2 Without prejudice to the rights of the P.C.M.C. under Clause 4.1 here in above and the rights and remedies which the P.C.M.C. may have under the LOA or the Agreement, if an Contractor or Consultant, as the case may be, is found by the P.C.M.C. to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Selection Process, or after the issue of the LOA or the execution of the Agreement, such Contractor or Consultant shall not be eligible to participate in any tender issued by the P.C.M.C. during a period of 2 (two) years from the date such Contractor or Consultant, as the case may be, is found by the P.C.M.C. to have directly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case maybe.

4.3 For the purposes of this Section, the following terms shall have the meaning here in after respectively assigned to them: (a) "Corrupt practice" means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner what so ever, directly or indirectly, any official of the P.C.M.C. who is or has been associated in any manner, directly or indirectly with the Selection Process. (b) "Fraudulent practice" means a misrepresentation or omission of facts or disclosure of incomplete facts, in order to influence the Selection Process; (c) "Coercive practice" means impairing or harming or threatening to impair or harm, directly or indirectly, any persons or property to influence any person's participation or action in the Selection Process; (d) "Undesirable practice" means (i) establishing contact with any per son connected with or employed or engaged by the P.C.M.C. with the objective of canvassing, lobbying ordinary manner influencing or attempting to influence the Selection Process; or (ii)having a Conflict of Interest; and (e)"Restrictive practice" means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Selection Process.

Page 46: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 23 of 57 P.C.M.C.

5. MISCELLANEOUS

5.1 The Selection Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Pune shall have exclusive jurisdiction overall disputes arising under, pursuant to and/or in connection with the Selection Process.

5.2 The P.C.M.C. in its sole discretion and without incurring any obligation or liability, reserves the right, at anytime, to:

(a) Suspend and / or cancel the Selection Process and/or amend and/or supplement the Selection Process or modify the dates or other terms and conditions relating thereto; (b) Consult with any Bidder in order to receive clarification or further information; (c) Retain any information and/or evidence submitted to the P.C.M.C. by, on behalf of and/ or in relation to any Bidder; and/or (d) Independently verify, disqualify, reject and/or accept any and all submissions or other information and/or evidence submitted by or on behalf of any Bidder. 5.3 It shall be deemed that by submitting the Proposal, the Bidder agrees and releases the P.C.M.C. its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in anyway related to or arising from the exercise of any rights and/or performance of any obligations here under, pursuant here to and/or in connection here with and waives any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether present or future. 5.4 All documents and other information supplied by the P.C.M.C. or submitted by a Bidder shall remain or become, as the case maybe, the property of the P.C.M.C. The P.C.M.C. will not return any submissions made here under. Bidder are required to treat all such documents and information as strictly confidential. 5.5 The P.C.M.C. shall not provide any service or facilities to the Consultant during the consultancy period. The Consultant has to arrange of all the facilities to carry out the work. The Financial proposal shall include all the cost. 5.6 The P.C.M.C. reserves the right to make inquiries with any of the clients listed by the Bidder in their previous experience record. 5.7 FORCE Majeure: Force Majeure shall be defined as follows:

“Neither the Client nor the Consulting Engineer shall be considered in default in performance of the obligations under this Agreement if such performance is prevented or delayed by events such as, war, hostilities, revolution, riots, civil commotion, strikes, lockouts, Conflagrations, epidemics, accident, fire, wind, flood, draught earthquake or because of any law, order, proclamation, regulation or ordinance of any act of God, or for any other cause beyond the reasonable control of the party affected provided notice in writing of any such clause with necessary evidence that the obligation under the Agreement is there by affected or prevented or delayed is given within 15 (fifteen) day from the happening of the event with sufficient documentary proof with regard to its existence and its continuance thereafter. As soon as the cause of force majeure has been removed, the party whose ability adducing necessary evidence in support thereof from the date of the occurrence of a case of force majeure, the obligation of the party affected shall be suspended during the continuance of any inability so cause until the case itself and inability resulting there from have been removed and the agreed time of completion of the resulting obligations under this Agreement shall stand extended by a period equal to the period of delay occasioned by such events.”

Page 47: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 24 of 57 P.C.M.C.

SCHEDULE-1 6.0 Terms of Reference (TOR) for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act)

for Old Limit of Pimpari Chinchawad Municipal Corporation (P.C.M.C. OLD LIMIT) Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act)

SCOPE OF WORK The services to be provided as follows: 6.1 Scope of Satellite Images Procurement of latest available Satellite Image – Cloud free true colour satellite images having spatial resolution 0.30 - 0.60 meter shall be procured. In order to create an accurate, true and realistic base map it is essential to correlate the existing surveyed data with high-resolution satellite images (0.30m - 0.60m true color). The Satellite Images shall help in seamless and accurate presentation of P.C.M.C. Old Municipal Corporation Limit 6.2 Scope of Differential GPS Survey Differential Global Positioning System (DGPS) is an enhancement to Global Positioning System that uses a network of fixed ground based reference stations to broadcast the difference between the positions indicated by the satellite systems and the known fixed positions. These stations broadcast the difference between the measured satellite pseudo ranges and actual (internally computed) pseudo and receiver stations may correct their pseudo ranges by the same amount. Control Points established by DGPS in old limit of P.C.M.C. are available. Bidder shall condut the reconnaissance survey to confirm the availability of monuments on the site at their respective locations of these Control Points and use the same for Total Station Survey. 6.3 Scope of Topographical Survey and Traversing Total area of P.C. M. C. (old limit) shall be surveyed systematically. Control points available from DGPS survey shall be used. Closed traverse shall be run starting from a fixed PBM (DGPS) and closing onto another known PBM throughout the area using total station. 6.4 Detail Total Station Survey Total Station survey shall be carried out as stated above using control on 1:1000 scale. In this survey, all existing features such as building front edges, corners, compound wall, fence, gate, all types roads, road divider, footpath, open gutters, sewerage chamber, hand pump, telephone poles, electric poles, lamp Poles, shall be surveyed. 6.5 Data extraction from Satellite Images Data Collected in Total Station survey data shall be superimposed on rectified Satellite images (rectified using DGPS points), and all existing features identified in satellite image such as building footprints, compound, open streams, river, tree covered area, etc shall be marked with respect to Total Station Point and satellite image. 6.6 Revenue Map superimposition Village maps shall be acquired from the Office of Settlement Commissioner, Pune and the City Survey maps shall be acquired from the concerned department if these are not provided by P.C.M.C. and scanned using high resolution scanner. These shall be scanned (if original data is in the form of paper maps) and superimposed on the updated base map generated in above phase. From revenue map, the following features shall be transferred on updated Base map:

Page 48: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 25 of 57 P.C.M.C.

o Survey Boundary & No

o City Survey Boundary & No o River, Nala o Road o Forest area o Any other features shown in these maps

6.7 Sanctioned Layout and Building Permission data superimposition Original sanctioned layout maps and Building Permissions data shall be sought from the concerned department of P.C.M.C. and the same shall be scanned using high resolution scanner. These shall be superimposed on the updated base map generated in above phase. From sanctioned layout map and building permission following features shall be transfer on updated Base map

o Survey Boundary & No o Plot Boundary & No o Nala o Road o Open Space

6.8 Base Map verification Base map generated in above Phase shall be verified for its correctness as per existing ground conditions. Unique Number shall be assigned to each and every existing building footprint (Structure). 6.9 ELU data collection (Attribute Information) Existing land use information as specified by P.C.M.C. and Town Planning department shall be collected with respect to each building footprint (structure) against its unique ID. The existing land use information shall be collected through primary data collection/ field visit (annexure-1 to 5 attached). 6.10 Preparation of Existing Land Use Map & Existing Land Use Report Using the data generated from above phases Existing Land Use Map alongwith a detailed ELU Report (as per section 25 of M.R.T.P. act) shall be prepared and necessary area statistics shall be generated as per the guidelines set by Town Planning department. Information regarding schools, colleges and hospitals as well as report of existing Public Semi Public and Public Amenities will be also handed over to Town Planning department. 6.11 Preparation of Proposed Land Use Map Upon submission of Existing Land Use Map, draft proposed DP roads, reservations and landuse zoning drafted by Town planning Department shall be transferred to digital data (map) to prepare Proposed Land Use Map (as per section 26 of M.R.T.P. act). Necessary area statistics shall also be generated. 6.12 Assistance to Town Planning Department in Preparation of Development Plan After successful submission of Proposed Land Use Map, support shall be provided to town planning department for incorporating modifications suggested by Deputy Director Town Planning, Director Town Planning, Municipal Council Authority and Planning Authority under sections 26-30 of M.R.T.P. act to prepare final Development Plan of P.C.M.C. old limit area. The bidder shall also assist during all stages of preparation of Development Plan.

Page 49: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 26 of 57 P.C.M.C.

DELIVERABLES 6.13 Scope of work will be integral part of deliverables reports, hard copies and soft copy have submitted to Client as per timelines given in Tender and as per clause 6.13.1. 6.13.1 Following deliverables will be part of the respective reports/stages: The selected agency shall provide maps as per scope of work mentioned in tender document (phase wise maps) as well as following set of maps in digital (soft) format as well as in hard copy (printout) format. Map scale will be decided by the Town Planning department.

Eight sets of final Existing Land Use (E.L.U.) map with area statistics and detailed ELU Report

Two uncoloured sets of E.L.U. base map for proposal drafting under section 26, to DDTP Dept.

Single set of Draft Proposed Land Use (P.L.U.) map to Town Planning officer for approval,

Three sets of P.L.U. map to Director, Town Planning department for approval,

Single Corrected set of draft P.L.U. map to Town Planning Officer on approval from Director, Town Planning department,

Six sets of final P.L.U. map (under section 26) with area statistics, for Publication

Single set of P.L.U. map Town Planning officer with updations suggested by Planning Committee

(under section 28/4),

Six sets of draft Development Plan (under section 28/4), on approval from Deputy Director, Director, and Director of Town Planning and Planning Committee,

Six sets of final Development Plan (under section 30/1).

All the surveyed, statistical data as well as the maps mentioned above shall be submitted to PCMC in hard as well as soft format.

6.13.2 The Consultant will make presentation to all stakeholders on Land use Plan.

6.14 FEES AND DURATION OF PROJECT 6.14.1 The Total fees for the carrying out Existing Land Use Survey and preparation of Land Use Map shall be as quoted per Hector basis by agency in INR including service tax as applicable. Final Payment will be made as per the actual survey of planning area. 6.14.2 The period for preparation of Existing Land Use (ELU) as per section 25 of M.R.T.P. act. is 6 months. Time period for Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act) shall be granted by P.C.M.C. as per the direction given by The Town Planning Department. 6.15 TIME & PAYMENT SCHEDULE 6.15.1 The total duration for carrying out Existing Land Use (ELU) as per section 25 of M.R.T.P. act. shall be 6 (Six) months. The Consultant shall deploy its Key Personnel as per the Deployment of Personnel proposed.

Page 50: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 27 of 57 P.C.M.C.

6.15.2 Time schedule for important Deliverables (the "Key Dates") of the Consultancy and the payment schedule linked to the specified Deliverables are given below:

Time Schedule

No. Description of Key activity Duration

01 Reconnaissance Survey Within 15 days from the date mentioned in the notice to proceed with the work.

02 Establishing Ground Control Points by DGPS Subjected to availability of DGPS Control Points. If DGPS survey is required, it shall be carried out within 15 days from the date of work order.

03 Carrying out Existing Land Use Survey Within 4 months from the date of work order.

04 Submission of Draft Existing Land Use Map & Within 5 month from the date of work order. Report

05 Submission of Existing Final Land Use Map& Within 6 month from the date of work order. Report

06 Submission of draft Proposed Land Use Map As per Time scheduled and Input given by Commissioner/ DDTP Town Planning department

07 Submission of Development Plan / revised draft As per Time scheduled and Input given by Development Map commissioner/ DDTP Town Planning department

6.15.3 Payment Schedule Every item in the Bill of Quantities shall be deemed to include all works, functions, labour, and materials and inputs whatsoever necessary for the achievement thereof and/or incidentals thereto or connected therewith complete in all respect in accordance with the contract documents.

Working Scope of Work in Schedule-1 (6.1 to 6.11) Payment

Phase Disbursement

6.1 On Satellite Image Procurement 05%

6.2 On Completion of Differential GPS Survey 05%

6.3 On Completion of Topographical Survey and Traversing Survey 05%

6.4 On Completion of Detail Total Station Survey

6.5 On Completion of Data extraction from Satellite Images 25%

6.6 On Completion of Revenue Map superimposition on TST Base Map

15%

6.7 On Completion of Sanctioned Layout and Building Permission data

superimposition on TST Base Map

6.8 On Completion of Base Map verification

6.9 On Completion of ELU data collection (Attribute Information) 10%

6.10 On Preparation and submission of Existing Land Use Map & ELU Report to 10%

P.C.M.C.

6.11 Preparation of Proposed Land Use Map 10%

6.12 Assistance to Town Planning Department/ PCMC in Preparation of Development 5%

Plan

6.13 Periodic Assistance to Town Planning Department/ PCMC for revising 10%

Development Plan till final approval by Government

6.16 STUDY ADMINISTRATION & COORDINATION:

A) The P.C.M.C. will function as study contract coordinators to observe the study and provide a

Page 51: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 28 of 57 P.C.M.C.

focal point for interaction with the consultant on behalf of the clients.

B) The Consultant will be required to liaise and coordinate with all the concerned agencies. 6.17 PENALTY CLAUSE

If the deliverable reports are not submitted as per the schedule, 0.5% of the fee for each week of delay beyond the agreed delivery milestone. The aggregate of maximum penalty payable to the client shall be subject to a maximum of 10% of the work order fee for deliverable.

6.18 TERMINATION OF CONTRACT

If the client for any reasons whatsoever decides to terminate the contract, a written notice oftermination to the consultant shall be given with a notice period of 30 days. Fees for the work doneapproved till the time of termination shall be made as mutually decided between client andthe Consultant. If the contract is terminated due to non-submission of reports within prescribedtime schedule, inferior quality of reports, non-obeyance to instructions, then the performancesecurity deposited by consultant will be forfeited. 6.19 ARBITRATION CLAUSE

In the case of any dispute arising upon or in relation to or in connection with the contract thereof shall be amicably resolved through discussions between the client and the consultant, failing which the dispute may be settled under the rule of Indian Arbitration Act, 1996 by three arbitrators appointed, one each by the client and the consultant and the third by mutual agreement of these two arbitrators under such rules. The said arbitrators shall have full power to open up review and revise any decision, opinion, instruction determination certificate or evaluation of the Consultants and the client related to the dispute. In the event of failure of these discussions and judicial resolution becoming necessary, then and only in that event, the matter shall be referred to the courts of State of Maharashtra, India.

6.20 PROPOSAL SUBMISSION Proposals shall be submitted as per e-tendering schedule. 6.20.1 Earnest Money (Bid Security): A lump sum Bid Security amount of Rs. 1,00,000/- one lac only online payment to be submitted. The Bid Security shall be returned after completion of the bid process. 6.20.2 Performance Security: The successful bidder shall submit 5% of the accepted bid cost as Performance Security by way of Bank Guarantee from Nationalized/Scheduled bank in favour of The commissioner, P.C.M.C. along with letter of acceptance prior to signing of the contract. The validity of the performance will be up to one year from the date of submission of the Final ELU & Draft PLU. 6.20.3 The technical proposal and other documents as requested in the TOR along with a lump sum Bid Security amounting Rs. 1,00,000/- One Lac only (online payment) and bear the superscription as „TECHNICAL PROPOSAL‟. 6.20.4 Bidders submitting the financial Proposal in hard copy shall be disqualified. Submissions after the deadline or not in conformity with the specified format will be rejected. P.C.M.C. reserves the right to accept or reject any or all applications without giving any reasons thereof. 6.21 ELIGIBILITY Applicant must meet terms and conditions for eligibility criteria both Technical and Financial. 6.21.1 Technical Criteria

Page 52: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 29 of 57 P.C.M.C.

A) The Applicants must be of National/International repute and registered under Company/Society Act or an Institution recognized by State/Central Government of India (GOI) B) The Applicants must have experience of (a) Existing Land Use Survey and preparation of Land Use Maps for Corporation / Municipal Council having area more than 2000 hector in a single project in Maharashtra State. C) Applicant has never been blacklisted or banned by any Government Department/PSU/Semi Government Agency in India and if blacklisted, blacklisting was duly cancelled and currently not blacklisted. The applicant should submit self- certification to this effect. Any applicant found blacklisted by any Government Department/PSU/Semi Government Agency in India, shall not be considered for this bid. D) Agency must be functional for the last 15 years. E) Documents in support of similar earlier experience including letter of intent/work order issued/contract agreement, certificate of satisfactory performance and completion of carrying out existing Land Use Survey and preparation of land use map should be submitted along with the proposal. 6.21.2 Financial Criteria A) Shall have minimum annual turnover of Rs. One crore from Survey works during any of last 3 years. B) The Net Worth of the applicant should be positive on the close of last financial year and also for last 05 years. C) The applicant has to submit the annual report/audited accounts/balance sheet for last 5 years duly certified by the Chartered Accountant of the agency. Note: All documentary evidence of experience including client‟s references and certificates must be enclosed in support of the same otherwise bid could be rejected.

Page 53: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 30 of 57 P.C.M.C.

SCHEDULE-2 7.0 GUIDANCE NOTE ON CONFLICT OF INTEREST A) This Note further explains and illustrates the provisions of Clause 2.3 of the Tender and shall be read together there within dealing with specific cases. B) Consultants should be deemed to be in a conflict of interest situation if it can be reasonably concluded that their position in a business or their personal interest could improperly influence their judgment in the exercise of their duties. The process for selection of consultants should avoid both actual and perceived conflict of interest. C) Another form of conflict of interest called "scope-creep" arises when consultants advocate either an unnecessary broadening of the terms of reference or make recommendations which are not in the best interests of the P.C.M.C. but which will generate further work for the consultants. Some forms of contractual arrangements are more likely to lead to scope-creep. For example, lump-sum contracts provide fewer incentives for this, while time and material contracts provide built in incentives for consultants to extend the length of their assignment. D) Every project contains potential conflicts of interest. Consultants should not only avoid any conflict of interest, they should report any present/ potential conflict of interest to the P.C.M.C. at the earliest. Officials of the P.C.M.C. involved in development of a project shall be responsible for identifying and resolving any conflicts of interest. It should be ensured that safeguards are in place to preserve fair and open competition and measures should be taken to eliminate any conflict of interest arising at any stage in the process.

Page 54: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 31 of 57 P.C.M.C.

8.0 Appendix Appendix I – Technical proposals forms Appendix 1 A APPLICATION LETTER (On the Letter Head of the Bidder) To The commissioner, Pimpari Chinchawad Municipal Corporation (Location, Date) Dear Sir / Madam, Sub: Appointment of the consultant for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation (P.C.M.C.) Old limit Area & Assistance to Town Planning Department in Preparation of Proposed Land Use Map and Development Plan (u/s 26 to 30 of M.R.T.P. act) Being duly authorized to represent and act on behalf of.............................. (Hereinafter referred to as "the Bidder") and having reviewed and fully understood all of the requirements of the bid document and information provided, the undersigned Hereby apply for the project referred above. We are enclosing the Technical Bid and Financial Bid in one original plus one copy with the details as per the requirements of the Bid Document, for your evaluation. The following is the content of the proposal; 1............................ 2............................ 3............................ We here by confirm the validity of our proposal for 120 days from the date of submission. Yours sincerely, Authorized Signature: Name and Title of Signatory Seal of the Company

Page 55: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 32 of 57 P.C.M.C.

Appendix-1B CORPORATE INFORMATION OF BIDDER 1. Name of the organization 2. Permanent address Tel:

Fax:

Email-id: 3. Name of the Authorized person for submitting proposal: Mobile

No.:

Email-id:

(Attach Authorization letter of Competent Authority) 4. Registration details

Registered under: Registration year:

Registration No.:

(Attach copy of Registration certificate) 5. Online payment details of Bid Security.

Amount:

Online payment transaction No.: Issuing

Date:

Name of the Bank: 6. Whether the Agency functional for the past 05 years: Y/N 7. Whether the Agency was ever blacklisted: Y/N

If yes whether that blacklisting was not cancelled: Y/N (If yes,

attach copy of same and the affidavit) 8. Brief professional background of the organization 9. Average Annual Turnover (last 5 financial years) 10. qualification of the key person and staff, the agency should submit the list of staff with qualification. Authorized Signature Name and Title of Signatory Seal of Company Note: The application should provide the Financial Capability based on own financial statement. Financial capability of the Bidder parent company or its subsidiary or any associates company should not be considered for computation of the Financial Capacity of the Bidder. The Bidder shall provide audited Annual Reports as required under this Bid document.

Page 56: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 33 of 57 P.C.M.C.

Appendix-1C

ELIGIBLE ASSIGNMENTS OF THE BIDDER A statement supported by documentary evidence establishing fulfilment of all the Minimum Eligibility Criteria by the bidder to be provided.

Sl. No. Client Address Name of the Value of Work completed on Eligible consultancy fess (date) Assignment (in INR) (Attach certificate of successful completion issued by client)

Page 57: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 34 of 57 P.C.M.C.

Appendix-1D BANK GUARANTEE FOR PERFORMANCE SECURITY

To The commissioner,

Pimpari Chinchawad Municipal Corporation (Location, Date)

WHEREAS [name and address of Consultant] (here in

after called "the Technical Consultant") has under taken, in pursuance of Contract No. dated 2015

to execute the appointment of consultant for Preparation of Existing Land use Map (u/s 25 of

M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Area & Assistance

to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s

26 to 30 of M.R.T.P. act " the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Consultant shall furnish

you with a Bank Guarantee by a recognized bank for the sum specified there in as security for

compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf

of the Consultant, up to a total of [amount of Guarantee]

[in words], such sum being payable in the types

and proportions of currencies in which the Contract Price is payable, and we undertake to pay you,

upon your first written demand and without cavil or argument, any sum or sums within the limits

of

[Amount of Guarantee] as aforesaid

without your needing to prove or to show grounds or reasons for your demand for the sum

specified therein.

We here by waive the necessity of your demanding the said debt from the Consultant before

presenting us with the demand.

Page 58: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 35 of 57 P.C.M.C.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed there under or of any of the Contract documents which may be made between you

and the Consultant shall in any way release us from any liability under this guarantee, and we here by waive

notice of any such change, addition or modification.

This guarantee shall be valid until the date ----------------------------------------------------------

Yours truly, -------------------------------------------------------------

Signature and seal of the guarantor : ------------------------------------------------------------ Name of Bank/Financial Institution : -------------------------------------------------------------

Address: ------------------------------------------------------------

Date:------------------------------------------------------------- 1

An amount to be inserted by the Guarantor, representing 5% of the Contract Price and denominated in IndianRupees.

Bidder

Page 59: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 36 of 57 P.C.M.C.

Appendix-1E

FORM OF AGREEMENT This agreement is made on the …………………………… day of 2015 between Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit having its office at---------------------------------------------------------hereinafter called the “Employer” of the one part and ----------------------------------------------(Name of the Consultant) -------------------------------------- mailing address of consultant herein after called “The Consultant” of the other part. Whereas the Employer is desirous of certain tasks be performed viz. as the Consulting firm appointed as “the appointment of consultant for carrying out existing land use survey & preparation ofland use map for P.C.M.C. area Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act ” and has accepted the proposal of the consultant as referred in the assignment. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement words and expression shall have the same meaning as are respectively assigned to them in the conditions of Tender Document thereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement viz.

a. The proposal Document of the Consulting firms for the Appointment as the appointment of consultant for carrying Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit Area & Assistance to Town Planning Department in preparation of Plan (u/s 26 to 30 of M.R.T.P. act. b. All amendments to the proposal document for consulting firms for the Appointment consultant for carrying Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Old Limit Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act as issued by the Employer prior to submission of bids, queries of bidders, if any. c. Award letter issued by the Employer vide No……………………dated …………and all correspondence exchanged between the Employer and the Consultant up to the date of award letter as specifically referred to in the said award letter. 3. In consideration of the payment to be made by the Employer to the Consultant as Hereinafter mentioned the Consultant hereby covenants with the Employer to execute and complete the works in all respects in conformity with the provisions of the contract. 4. The Employer hereby covenants to pay the Consultant in consideration of the completion of the works the Consultancy charges in the manner prescribed in the proposal document and accepted by the Consultant.

IN WITNESS WHEREOF the parties hereto have caused their respective common seals to be hereunto affixed (or have hereunto set their respective hands and seals) the day and year first above written.

Page 60: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 37 of 57 P.C.M.C.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

By the said By the said

Name Name

On behalf of Consultant in the On behalf of Employer in the Presence of: Presence of:

Name Name

Address: Address:

Page 61: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 38 of 57 P.C.M.C.

Appendix-1F

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID

(On Non-judicial stamp paper of Rs.500/- or if in India or such equivalent document duly attested by Notary Public)

Power of Attorney

Know all men by these presents, we (name and address of the registered office of the Bidder) do hereby constitute, appoint and authorize Mr. / Ms R/o (name and address of residence) who is presently employed with (Company Name) and holding the position of as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to the Bid of name of the Bidder) for the appointment of consultant for carrying Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act, including signing and submission of all documents and providing information/responses to Pimpari Chinchawad Municipal Corporation Old limit representing us in all matters in connection with our Bid for the said assignment, if qualified, till the whole of completion of assignment.

We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us.

Accepted For

(Signature) (Signature)

(Name, Title and Address of the Attorney) (Name, Designation and Address)

Note:

To be executed by the Applicant.

The mode of execution of Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. Also,wherever required, the executant(s) should submit for verification the extract of the charter documents and documents such as a resolution/Power of Attorney in favour of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the executant(s).

Page 62: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 39 of 57 P.C.M.C.

Appendix- 1G (i)

ORGANISATION CHART AND MANNING SCHEDULE

Page 63: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 40 of 57 P.C.M.C.

Appendix- 1G (ii)

DETAILS OF EXPERTS

(To be deployed for this Assignment)

Sl. No. Key Position Name of Name of Qualification Years of Remarks Staff Firm Exp.

1

2

3

4

5

6

7

8

9

10

Page 64: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 41 of 57 P.C.M.C.

Appendix 1G (iii)

DETAILS OF SURVEY EQUIPMENT’S & SOFTWARE’S OWNED BY BIDDER

Sl. Name and type of Qty Model/Sl. Year of purchase Remarks No. instrument/equipment No.

Total stations

Others

Page 65: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 42 of 57 P.C.M.C.

Appendix- 1G (iv)

FORMAT OF CURRICULUM VITAE (CV) OF PROPOSED KEY EXPERTS AS PER CLAUSE 3.1.7

Page 66: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 43 of 57 P.C.M.C.

Appendix- 1H (i)

GENERAL APPROACH AND METHODOLOGY

Page 67: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 44 of 57 P.C.M.C.

Appendix- 1H (ii) WORK PROGRAMME

THE BIDDER SHOULD INDICATE ALL TASKS PROPOSED TO BE CARRIED OUT IN DETAIL.

Page 68: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 45 of 57 P.C.M.C.

Appendix- 1H (iii)

COMMENTS / SUGGESTIONS OF THE CONSULTANTS ON THE SCOPE OF WORK

1.

2.

3.

4.

5.

Page 69: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 46 of 57 P.C.M.C.

Appendix- 1H (iv)

ADDITIONAL INFORMATION

(The consultant may submit any other additional information relevant to this project)

Page 70: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 47 of 57 P.C.M.C.

Appendix-1I

FINANCIAL CAPACITY OF THE APPLICANT

No. Financial Year Turn Over (in INR)

1 2014-2015

2 2015-2016

3 2016-2017

Total

(The bidder to attach audited annual report, balance sheets, profit and loss account and audit reports certified by C.A.)

Page 71: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 48 of 57 P.C.M.C.

APPENDIX-II FINANCIAL PROPOSAL

Appendix-II

FINANCIAL PROPOSAL SUBMISSION FORM (On the Letter Head of the Bidder) (Location, Date)

To The commissioner,

Pimpari Chinchawad Municipal Corporation (Location, Date)

This offer is valid for a period of 120 days from the date of opening of the bid (bid due date)

Signature of Witnesses: Signature:

Name: Name:

Address: Designation:

For and on behalf of Address:

Note: The payment will be made only in Indian Rupees. The fee shall be quoted in Indian Rupees only.

Dear Sir / Madam,

Sub: Appointment of the consultant for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Area & Assistance to Town Planning Department in Preparation of Proposed Land Use Map and Development Plan (u/s 26 to 30 of M.R.T.P. act)

I/We have perused the tender documents, as per the Scope of Work to the Tender Document And other details and am / are willing to undertake and complete the assignments as per terms and conditions stipulated in the proposal document. Our offer inclusive of all taxes (except service tax), incidentals, overheads, travelling expenses, printing and binding of reports, all sundries, all other expenditure for execution of this services/assignment covering all 'Terms and Conditions' (as per this tender) is Rs............per Hector (i.e. in words Rupees ........................................). I / We also agree with the stage-wise and percentage-wise payments as mentioned in this document.

Page 72: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 49 of 57 P.C.M.C.

Financial Proposal On the Letter Head of the Bidder and scan copy must be submit on for Online submission

(Format for Financial Proposal)

Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation (P.C.M.C.) Old limit Area & Assistance to Town Planning Department in Preparation of Proposed Land Use Map and Development Plan (u/s 26 to 30 of M.R.T.P. act)

1 Name of the Organization

2 Permanent address

Tel: Fax: Email-id:

3 Authorized person for submitting proposal (Attach Authorization letter of Competent Authority)

Name: Mobile No.: Email-id:

4 Rate of per Hector for Carrying out Existing Land use Rs……………………… per Hector Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation Old limit (P.C.M.C.) Area & (Amount in words (………….............. Assistance to Town Planning Department in .............….......…................. per Hector ) Preparation of Proposed Landuse Map and inclusive of taxes Development Plan (u/s 26 to 30 of M.R.T.P. act)

Declaration:

I/We hereby declare that the information provided above is true, complete and correct to my/our knowledge and I hereby vow to abide by all the terms and conditions mentioned in the Tender. If any of the information given by me/us is found to be false/incomplete, then my bid/work allotted will be cancelled.

Name and designation of the authorized person: Signature:

Date place

Page 73: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 50 of 57 P.C.M.C.

9.0. GENERAL CONDITIONS OF CONTRACT 9.1. Definitions and Interpretation In the contract (as hereinafter) defined the following words and expressions shall have the meanings hereby assigned to them except where the context otherwise requires: a. "EMPLOYER", Pimpari Chinchawad Municipal Corporation, acting through it‟s the commissioner, or any other officers so nominated by the Pimpari Chinchawad Municipal Corporation. b. "BIDDER/S" means the person or persons, firm, corporation or company who submits the BID for the subject work. c. "AWARD PRICE" means the sum named in the Bid / proposal submitted by the successful Bidder with any modification thereof or addition thereto or deduction there from as may be made under the provisions contained in the proposal document. d. "PROJECT OFFICER" means the officer appointed by Pimpari Chinchawad Municipal Corporation for the Carrying survey for Preparation of Existing Land use Map (u/s 25 of M.R.T.P. act) for Pimpari Chinchawad Municipal Corporation(P.C.M.C.) old limit Area & Assistance to Town Planning Department in Preparation of Proposed Landuse Map and Development Plan (u/s 26 to 30 of M.R.T.P. act) e. “TECHNICAL CONSULTANT ASSIGNMENT” means the services to be provided by the Consultant as detailed in this bid document under Terms of Reference brought out in this document. NOTE: i. Singular and Plural: Words importing the singular only also include the plural and vice versa where the context requires. ii. Headings: The headings as mentioned in the proposal document shall not be taken to be part thereof tender document or be taken into consideration in the interpretation or construction thereof or of the contract. 9.2. Commencement of Assignment The successful Bidder shall commence the work immediately from the date of issue of award letter by Pimpari Chinchawad Municipal Corporation to carry out the same expeditiously at whatever point or points and in each portion as the Employer may direct. 9.3. Care and Diligence The Bidder shall exercise all reasonable care and diligence in the discharge of all technical, professional and contractual duties to be performed by them under this contract and shall be fully responsible to the Employer for the proper, efficient and effective execution of their duties. 9.4. Signing of Agreement Within the maximum 15 days upon the receipt of the letter of award by the successful Bidder, they shall prepare and submit the agreement format in line with the draft enclosed to the proposal document. On approval of the Employer the agreement shall be signed by both the successful bidder and the employer, after payment of stamp duties as may be necessary by the successful Bidder. If the Bank Guarantee and the Agreement is not signed within fifteen days, the next lowest bidder will be called to negotiate to the lowest rate and agreement will be executed with the negotiated bidder.

Page 74: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 51 of 57 P.C.M.C.

9.5. Taxes & Duties The Consultants shall pay all taxes, levy, duty which they may be liable to pay to the Government of Maharashtra and Government of India or other authorities under any law for the time being in force in respect of or in accordance with the execution of work as on the date of opening. Any new statutory tax/levy arising after the above date in respect of or in accordance with the execution of this work will be reimbursed by Pimpari Chinchawad Municipal Corporation subject to submission of documentary proof of payment. 9.6. Confidentiality

The Consultants shall treat all the documents and information received From Pimpari Chinchawad Municipal Corporation and all other related documents / communications in confidence and shall ensure that all who have access to such material shall also treat the min confidence. The Consultants shall not divulge any such information unless Pimpari Chinchawad Municipal Corporation authorizes this in advance in writing. The Consultants further shall return all the documents received from Pimpari Chinchawad Municipal Corporation from time to time after completion of the work related to those documents. 9.7. Suspension of Consultancy Services

If any of the following events shall have happened and be continuing the Pimpari Chinchawad Municipal Corporation may on written notice to the Consultants suspend in whole or in part, payment due thereafter to the Consultants under the contract. A default shall have occurred on the part of the Consultants in the execution of the contract. Any other condition which makes it unable for other party by reason of force Majeure” as referred to in Clause No. 6.10 to successfully carry out the assignment/s or to accomplish the purpose of the contract. 9.8. Termination of Consultancy Services 9.8.1. Termination of Consultancy Services by Pimpari Chinchawad Municipal Corporation (P.C.M.C.) If any of the following events shall have happened and be continuing, Pimpari Chinchawad Municipal Corporation (P.C.M.C.) may on written notice to the Consultants terminate the contract. Any of the conditions referred to in Clause No.6.10 shall continue for a period of 15 days after Pimpari Chinchawad Municipal Corporation (P.C.M.C.) shall have given written notice to the Consultants of the suspension of payment to the Consultants under the contract. In any event, Pimpari Chinchawad Municipal Corporation (P.C.M.C.) may terminate the contract at any time by giving not less than 7 days (seven days) prior notice to the Consultants.

9.8.2. Termination of the Consultancy Service by the Consultants The Consultants shall promptly notify Pimpari Chinchawad Municipal Corporation (P.C.M.C.) in writing of any situation or of the occurrence of any event beyond the reasonable control of the Consultants that makes it impossible for the Consultants to carry out its obligations hereunder. Upon confirmation in writing by Pimpari Chinchawad Municipal Corporation (P.C.M.C.) of the existence of any such situation or event, or upon failure of Pimpari Chinchawad Municipal Corporation (P.C.M.C.) to respond to such notice within fifteen (15) days of receipt thereof, the Consultants shall be relieved from all liability from the date of such receipt for failure to carry out such obligations and the Consultants may thereupon terminate the Contract by giving not less than thirty (30) days prior written notice thereof.

9.9. Termination Procedure Upon termination of the contract under Clause 6.8 on receipt of notice of termination under Clause On giving notice of termination under Clause 6.8.2 the Consultants shall take immediate steps to terminate the Services in a prompt and orderly manner and reduce loses and to keep further

Page 75: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 52 of 57 P.C.M.C.

expenditure to a minimum. Upon termination of the contract (unless such termination shall have been occasioned by the default of the Consultants), the Consultants shall been titled to be reimbursed such pro-rata cost as shall have been duly incurred prior to the date of such termination. 9.10. Force Majeure If either party is temporarily unable by a reason of Force Majeure or the laws or regulations of India to meet any of its obligations under the contract, and if such party gives to the other party written notice of the event within 14 days (fourteen days) after its occurrence, such obligations of the party as it is unable to perform by reason of the event, shall be suspended for as long as the inability continues. Neither party shall be liable to the other party for loss or damages stained by such other party arising from any event referred to in Clause (a) above or delays arising from such event. The term "Force Majeure" as employed herein, shall mean "Act of God, Strike, Lock-outs or other Industrial Disturbances, Insurrection, Riots, Epidemics, Land Slides, Earth quakes, Storms, Lightening, Floods, Wash Outs, Civil Disturbance, Explosions and any other similar event not within the control of either party, and which, by the exercise of due diligence, neither party is able to overcome. 9.11. Responsibility of TC during the Assignment During the currency of the assignment the Consultant is required to assist Pimpari Chinchawad Municipal Corporation (P.C.M.C.) in responding the queries, clarification and amendments. 9.12. Facilities to be made available to Consultant Pimpari Chinchawad Municipal Corporation (P.C.M.C.)will not provide office accommodation or any other facilities to the Consultant. Consultant shall make their own arrangements and cost for the same shall be deemed to be included in their offer. 9.13. Dispute between the Consultants and Pimpari Chinchawad Municipal Corporation (P.C.M.C.) In case of any dispute between Pimpari Chinchawad Municipal Corporation (P.C.M.C.) and the Consultants, all reasonable efforts shall be made for an amicable settlement in the first instance. Unresolved dispute between the Consultant and Pimpari Chinchawad Municipal Corporation (P.C.M.C.) shall be in accordance with provisions of the Indian Arbitration and Conciliation Act, 1966 or any statutory modifications thereto under jurisdiction of Bombay High Court at Mumbai, Maharashtra. 9.14. Performance Security Within seven days of the receipt of the award letter from Employer, the successful bidder/s shall furnish to the Employer a Performance Security in the form of a Bank Guarantee of a Indian Nationalised Bank for a period of 12 months, enforceable and encashable at Pimpari Chinchawadi for an amount equivalent to 5% of the awarded cost/fee as per the draft annexed at Appendix-4 of the Tender Document. Failure of the successful bidder to lodge and subsequently renew the required Bank Guarantee shall constitute sufficient grounds for the termination of the contract and forfeiture of bid security. The performance security shall remain in force until the satisfactory completion of the contract and will be discharged thereafter. The obtaining of such guarantee(and the cost of guarantee) shall be at the expense of the BIDDER/S.

Page 76: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 53 of 57 P.C.M.C.

Annexure -1

Data sheet for Property Use and Existing Land Use Information Collection

Unic ID /GIS ID: Location: a) Village/Peth/TPS/congested/non congested ( )

b) Survey No/CTS No/FP No/Layout Plot No ( )

Layout : a) Approved (Yes/No), b)Not Approved /Gunthewari Ownership: Private/Govt./Trust Type of Construction: RCC/load bearing/shed /pucca /

semipucca / kuccha/ etc Floor: G/G+1/G+2/G+3/G+4/G+5/G+6/G+7/G+8/G+9/G+10/G+11/G+12 (G+ ) Parking Facility: (Yes/No)

No of tenements in structure: a) residential tenements b) non residential units

Existing Use: Residential / Commercial/ Industrial / PSP / Public Utility/ mixed use

Details of Land use

Landuse Specific use

Residential Wada structure, Chawl, Apartment, Bungalow, Row house,

slum, hutments, gunthewari, Professional offices, hostels,

others,

Commercial convenience/Retail shop, shopping mall, whole sale shops, multiplexes, Tapri/Khoka, Pavement hawkers, hotels,

Motels, Restaurants, Category hotels, Office, Bank,

showroom, Cinema/ Theatre, Market, Marriage Hall,

Service centers, Petrol pump,

Public Semi PHC, Dispensary, Hospital, Temples, Masjid/Darga, Public Gurudwara, Govt./Semi Govt. Office, Church, Nursery

school, Primary School, secondary School, College, Town

hall, Meditation Hall, community halls, Auditorium, Post

office, jail, other

Page 77: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 54 of 57 P.C.M.C.

Annexure -2 Data sheet for Primary School and High School (Educational Facility Information Collection)

Name of School:

Type of School: Play group/ Anganwadi /Primary /High/College Location: Village Name/Survey No/CTS No/FP No/Layout Plot No Type of school : Private/Govt./Trust/Others Year of establishment: Owner Ship of Land: Private/Govt./Trust/Rent/Municipal

Corporation Location & distance of village/city from majority of students come category of students: Male/Female

Public utilities Water treatment E.S.R Garbage Disposal, ST, slaughter house, Burial Ground, Dhobi Ghat, , MSEB, Smashan Bhumi, Fire Brigade.

Defence All defence activities as per ownership

Industrial small scale, medium scale, House Hold, Large scale, paper

products, service, Domestic, IT, Rubber/ Plastic, Metal, Brick Klin, Industrial godown, Food products, Beverages, Tobacco, Textile, Wood/Engg products, Leather Products, Other

Transport &Roads, Bus Terminal, Railway Line/Station, Airport,

Communicatio Rickshaw stand, Container Depot, Railway yard, Parking

n plaza, Truck Terminal, Taxi stand, Bus depot, Telecom

line, radio/radio station, Telephone exchange

Recreational CPG, PG, Parks, Garden, Deorai, All layout O/S, Green Spaces Belt, Zoo, Stadium, Amusement park, other

Agriculture Agriculture, Horticulture

Water Bodies River, Nalla, Canal, Lake,

Forest Forest

Vacant/Open land

Page 78: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 55 of 57 P.C.M.C.

Total number of class rooms

Total built up area in square meter

Premises area in square meter

Open space /play ground: (Yes/No)

Parking area: (Yes/No)

Structure details: RCC/load bearing/shed /pucca /

semipucca /kuccha/ etc. Staff strength: Number of teachers

Future scope for expansion. (Yes/No)

Annexure -3

Data sheet for Clinics/Dispensary/Hospitals/Primary Health Centers/ Health Centers (Health Facility Information Collection):

Name Hospital/Clinic/PHC:

Name of Doctor:

Location; Village Name/Survey No/CTS No/FP No/Layout Plot No

Category: Clinic/Hospital/Maternity Home/Other

Type of Property : Private/Govt/Trust/Rent/others

Year of establishment

Location & distance of village/city From where majority of Patients come

Occupation of patients: : Agriculture, Industry, Service or Other

Type of services & treatment facilities available Ambulance facility:(Yes/No) If Yes Total No of Ambulance ( ) Total no. of beds

Premises are in square meter

Total Built up area in square meter

Parking area: (Yes/No)

Structure details: RCC/load bearing/shed /pucca / semipucca /

kuccha/ etc

Services Details: Source of water supply, solid waste quantity kg/day & Method of disposal

Staff strength: No. of doctors, no. of midwives, no. of visiting

Page 79: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 56 of 57 P.C.M.C.

Doctors frequency

Grants & aid from govt.& other agencies

Future scope for expansion(Yes/No)

Annexure -4

Data sheet for Industries Information Collection :

Industries Name:

Owners Name:

Detail Information of Industrial Production: ( ) Location; Village Name/Survey No/CTS No/FP No/Layout Plot No.

Type of Structure : RCC/load bearing/shed /pucca / semipucca / kuccha/ etc

Category of Industries:

Year of establishment

Type of industry: Small scale / Medium / Large / Other (Specify) Area of industry sq.mt.

Production details for the last Year (Gross production in terms of units)

Product Name Gross Gross Gross Product

Product Product (average)

(Peak) (Lean) Production and sales details

Name of Product Quantity/annum Sold to Place where

sold

a) Sold to- 1. Industries 2. Private shops 3. Agents 4. Direct marketing 5. Other’s b) Place where Sold

1. PCMC Area 2.PMC Area 3. Bombay 4. Other cities 5. Pune

Page 80: य िवभाग ०१ २०१७ १८ शु दीप ¢क ३ · 2017-10-23 · 2) ADCC Infocad Limited. 3) Vision Solutions 4) CRISIL RISK & INFRASTRUCTURE SOLUTIONS

Pimpri Chinchwad Municipal Corporation (P.C.M.C.) Tender for ELU & PLU Assistance

Contractor Page 57 of 57 P.C.M.C.

Districts Raw material consumption and other details

Name of product Raw Brought Place of

material from production

Code. a )Brought from-1. Industries, 2. Private shops, 3. Agents, 4. Direct Marketing, 5.other’s b) Place of procurement

1. PCMC Area 2. PMC Area 3. Bombay 4. Other cities 5. Pune Districts 6. Maharashtra 7. Other states 8. import

employment details

Total employment Skilled Unskilled Female

(no) labour (no) labour (no) Participation (no) (including owner)

Temporary/ Male/ Male/ Temporary/ Permanent Female Female Permanent