Você está na página 1de 78

RFP for modernization and development of selected Bus Stands in the State of M.P.

DISCLAIMER
The information contained in this Request for Proposal document (“RFP”)
or subsequently provided to Applicants, whether verbally or in
documentary form by or on behalf of MPRDC, is provided to Applicants
on the terms and conditions set out in this RFP and such other terms and
conditions subject to which such information is provided.

Whilst the information in this RFP and other information compiled by


MPRDC have been prepared in good faith, they are not, and do not purport
to be, comprehensive or independently verified. The information given is
not an exhaustive account of statutory requirements and should not be
treated as a complete or authoritative statement of law. MPRDC accepts
no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein.

This RFP is not an agreement and is neither an offer nor invitation by


MPRDC to the prospective Applicants. The purpose of this RFP is to
provide interested parties with information that may be useful to them in
the formulation of their Proposals pursuant to this RFP. This RFP includes
statements, which reflect various assumptions and assessments arrived at
by MPRDC for the Consultant and may not be appropriate for all persons,
and it is not possible for MPRDC or its advisers to consider the objectives,
technical expertise and particular needs of each party who reads or uses
this RFP. The assumptions, assessments, and information contained in this
RFP, may not be complete, accurate, adequate or correct. Each Applicant
should, therefore, conduct its own investigations and analysis and should
check the accuracy, reliability and completeness of the information
contained in this RFP and obtain independent advice from appropriate
sources.

MPRDC shall have no liability to any person including any Applicant


under any law, statute, rules or regulations for any loss, cost or expense
which may arise from or be incurred or suffered on account of anything
contained in this RFP, including the accuracy, adequacy, correctness,
reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this
RFP or arising in anyway in this Selection Process.
The issue of this RFP does not imply that MPRDC is bound to select an
Applicant or to appoint the Selected Applicant, as the case may be, for the
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 1
RFP for modernization and development of selected Bus Stands in the State of M.P.

Consultancy and MPRDC reserves the right to reject all or any of the
Proposals without assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the
preparation and submission of its Proposal including but not limited to
preparation, expenses associated with any demonstrations or presentations
which may be required by MPRDC or any other costs incurred in
connection with or relating to its Proposal. All such costs and expenses
will remain with the Applicant and MPRDC shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses
incurred by an Applicant in preparation for submission of the Proposal,
regardless of the conduct or outcome of the Selection Process.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 2
RFP for modernization and development of selected Bus Stands in the State of M.P.

MP ROAD DEVELOPMENT CORPORATION LTD.


16-A, Arera Hills, Bhopal- 11 (M.P)
Ph: 0755-2765215/2765196: Fax: 0755-2572643
Website: www.mprdc.nic.in
No. MPRDC/BOT/FR/2010/13459 Bhopal, dated 03.03.2011

INVITATION FOR SELECTION OF CONSULTANT FOR


PREPARATION OF DETAILED PROJECT REPORT FOR
MODERNIZATION AND DEVELOPMENT OF BUS STANDS IN
THE STATE OF MADHYA PRADESH
MP Road Development Corporation Limited (MPRDC) is a premier
organization of the State of Madhya Pradesh notified as State Highway Authority
and engaged in the development of State Highways and infrastructure projects.
MPRDC intends to appoint Consultant for preparation of Detailed Project Report
for modernization and development of selected Bus Stands to be developed on
BOT basis. In phase I, 35 Bus Stands have been identified.
Detailed Request for proposal document (RFP) containing the Terms of
Reference and Scope of Work for this assignment can be obtained from the
office of the Managing Director, MP Road Development Corporation, 16-A,
Arera Hills, Bhopal – 462 011 on payment of non-refundable fee of ` 10,000/-
(Rupees Ten Thousand only) by way of Demand Draft payable at Bhopal
favouring Managing Director, MP Road Development Corporation from
07.03.2011 up to 25.03.2011. The last date of submission of offer is 26.03.2011
up to 15.00 hours.

The RFP document is also available on the MPRDC website


(http://www.mprdc.nic.in). Applicant, who download the RFP document from
the website will be required to pay a non-refundable fee of ` 10,000/- (Rupees
ten thousand only) for the Project drawn in favour of Madhya Pradesh Road
Development Corporation Ltd., payable on any scheduled bank in Bhopal at the
time of the submission of the RFP or at the time of attending the pre-bid
meeting.
The documents can also be obtained by post/courier upon a written request
accompanied by the documents fee plus ` 500.00 (Five hundred) towards postal
and other related charges. MPRDC will not be responsible for any delay in
receiving the applications. MPRDC reserves the right to accept/reject any or all
applications without assigning any reason thereof.
Managing Director

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 3
RFP for modernization and development of selected Bus Stands in the State of M.P.

 
1. PROJECT OUTLINE

1.1 The Government of Madhya Pradesh is giving a great push to the


growth of infrastructure in the state. To facilitate road users and to
attract more interstate traffic, it has been decided to create better
environment and facilities for bus users. The State of Madhya
Pradesh through Madhya Pradesh Road Development Corporation
(MPRDC) plans to modernize, construct and operate selected Bus
Stands equipped with modern basic amenities. In phase-I, These
bus stands are to be upgraded at locations listed in Annexure-A.
The aim for upgrading the Bus stands is to provide an efficient
services and tidy environment. Further, the buses running in the
state will be made GPS enabled with online bus movement
information and ticketing facilities. While designing the concept,
emphasis is being given to cut short the time required and to
provide maximum possible easement to bus users.

It is proposed to implement this project on BOT basis and to


appoint a Consultant to undertake traffic survey, Site Selection and
Bus stand up-gradation plan for selected bus stands.

1.2 Project Background


Bus stand is a hub of commercial activities as bus is a reliable and
widely acceptable mode of transportation. As on date, the systems
are unorganized and the conditions of the bus stands are not
aesthetic as well as procedures are old and have become redundant
in today’s environment. Traditional methods are being followed for
ticketing, enquiry and there is no way whereby the time schedules
and information about running of the buses can be obtained. These
aspects are to be addressed in the project.
1.3 The Model
Project is proposed to be developed on BOT basis wherein
Concessionaire will be given the selected bus stands for development
and in lieu of its investment, it will use the commercial space for
recouping the return. Concession Period and user fee for various
facilities will be pre-decided.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 4
RFP for modernization and development of selected Bus Stands in the State of M.P.

2 INSTRUCTIONS TO APPLICANT

GENERAL

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
this RFP. In case an applicant firm possesses the requisite
experience and capabilities required for undertaking the
Consultancy, it may participate in the Selection Process either
individually (the “Sole Firm”) or as lead member of a consortium
of firms (the “Lead Member”) in response to this invitation. The
manner in which the Proposal is required to be submitted, evaluated
and accepted is explained in this RFP.

2.1.2 Applicants are informed that the selection of Consultant shall be on


the basis of evaluation by MPRDC through the Selection Process
specified in this RFP. Applicants shall be deemed to have
understood and agreed that no explanation or justification for any
aspect of the Selection Process will be given.

2.1.3 The Applicant shall submit its Proposal in the form and manner
specified in this RFP. The Technical proposal shall be submitted as
per Annexure –1 and the Financial Proposal shall be submitted in
the form at Annexure-6. Upon selection, the Applicant shall be
required to enter into an agreement with MPRDC as specified in
Annexure – 7.

2.1.4 The key personnel shall be evaluated on the basis of their


experience in executing eligible assignments. The key
personnel/experts shall have experience in accordance with the
requirements mentioned in the section Minimum Eligibility
Criteria.

2.2 Conditions of Eligibility


2.2.1 To be eligible for evaluation of its Proposal, the firm should have
technical competency and key personnel should have experience in
the transport Sector as specified in RFP document. The detailed
conditions are given in section Minimum Eligibility criteria.
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 5
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.2.2 The Applicant shall enclose with its Proposal, certificate(s) from its
Statutory Auditors stating its revenues from professional fees
during the past 3 years ending 31.03.2010.

2.2.3 The Applicant should submit a Power of Attorney in the name of


person authorized to sign and submit the document.

2.2.4 Any entity which has been barred by the Central / State
Government in India, from participating in any project, and the bar
subsists as on the date of Proposal, would not be eligible to submit a
Proposal.

2.2.5 An Applicant 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 authority or a judicial
pronouncement or arbitration award against the Applicant, nor been
expelled from any project or agreement nor have had any agreement
terminated for breach.

2.3 Conflict of Interest

2.3.1 An Applicant shall not have any conflict of interest that may affect
the Selection Process or the Consultancy. Any Applicant found to
have a Conflict of Interest shall be disqualified. In the event of
disqualification, MPRDC shall forfeit and appropriate the Bid
Security towards damages payable to MPRDC for, inter alia, the
time, cost and effort of MPRDC including consideration of such
Applicant’s Proposal, without prejudice to any other right or
remedy that may be available hereunder or otherwise.

2.3.2 MPRDC requires that the Consultant provides professional,


objective, and impartial advice and at all times hold MPRDC’s
interests paramount, avoids conflicts with other assignments or its
own corporate interests, and acts without any consideration for
future work. The Consultant shall not accept or engage in any
assignment that would be in conflict with its prior or current
obligations to other employers, or that may place it in a position of
not being able to carry out the assignment in the best interests of
MPRDC.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 6
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.4 Number of Proposals


An Applicant is eligible to submit only one Application for the
Consultancy. An Applicant applying individually or as a member of
a consortium shall not be entitled to submit another application
either individually or as a member of another consortium, as the
case may be.

2.5 Cost of Proposal


The Applicants shall be responsible for all of the costs associated
with the preparation of their Proposals and their participation in the
Selection Process. MPRDC 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


Applicants are advised to submit their respective Proposals after
visiting the Project site and ascertaining for themselves the site
conditions, soil conditions, physical and socio-economic conditions,
surroundings, climate, access to the site, availability of water and
other data, applicable laws and regulations or any other matter
considered relevant by them.

2.7 Acknowledgement by Applicant


2.7.1 It shall be deemed that by submitting the Proposal, the Applicant
has:
(a) made a complete and careful examination of the RFP.
(b) received all relevant information requested from MPRDC.
(c) acknowledged and accepted the risk of inadequacy, error or
mistake in the information provided in the RFP or furnished by
or on behalf of MPRDC.
(d) satisfied itself about all information, given in this document,
required for submitting the Application and performance of all
of its obligations there under;
(e) acknowledged and confirmed that it does not have a Conflict of
Interest;
(f) agreed to be bound by the proposal provided by it under and in
terms hereof.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 7
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.7.2 MPRDC shall not be liable for any omission, mistake or error on
the part of the Applicant in respect of any of the above, relating to
RFP or the Selection Process, including any error or mistake therein
or in any information or data given by MPRDC.

2.8 Right to reject any or all Proposals

2.7.2 Notwithstanding anything contained in this RFP, MPRDC 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 MPRDC reserves the right to reject any Proposal if:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) the Applicant does not provide, within the time specified by
MPRDC, the supplemental information sought by MPRDC for
evaluation of the Proposal.

Such misrepresentation/ improper response may lead to the


disqualification of the Applicant. If the Applicant is the Member of
a consortium, then the entire consortium may be disqualified/
rejected. If such disqualification / rejection occurs after the
Proposals have been opened and the highest ranking Applicant gets
disqualified / rejected, then MPRDC reserves the right to consider
the next best Applicant, or take any other measure as may be
deemed fit in the sole discretion of MPRDC, including annulment
of the Selection Process.

B. DOCUMENTS

2.9 Contents of the RFP


2.9.1 This RFP 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.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 8
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.10 Clarifications

2.10.1 Applicants requiring any clarification on the RFP may send their
queries to MPRDC in writing before the date mentioned in Clause
1.7. The envelopes shall clearly bear the following identification:

"Request/ Queries for Additional Information concerning RFP


of Selected Bus Stands"

MPRDC shall endeavor to respond to the queries within the period


specified therein but not later than 3 days prior to the Proposal Due
Date. MPRDC will post the reply to all such queries on the Official
Website from time to time, without identifying the source of
queries.

2.10.2 MPRDC reserves the right not to respond to any questions or


provide any clarifications, in its sole discretion, and nothing in this
Clause shall be taken or read as compelling or requiring MPRDC to
respond to any question or to provide any clarification.

2.11 Amendment of RFP

2.11.1 At any time prior to the deadline for submission of Proposal,


MPRDC may, for any reason, whether at its own initiative or in
response to clarifications requested by an Applicant, modify the
RFP document by the issuance of Addendum/ Amendment through
its official website.

2.11.2 In order to afford the Applicants a reasonable time for taking an


amendment into account, or for any other reason, MPRDC may, in
its sole discretion, extend the Proposal Due Date.

C. SUBMISSION OF PROPOSAL

2.12 Language, Format and signing of Proposal

2.12.1 The Proposal with all accompanying documents and


communications shall be in English Language. The Applicant shall
provide all the information sought under this RFP. MPRDC would
evaluate only those Proposals that are received in the specified
forms and complete in all respects.
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 9
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.12.2 The Applicant shall prepare one original set of the Documents
comprising the Proposal (together with originals/ copies of
documents required to be submitted along with this RFP) and
clearly marked “ORIGINAL”. In addition, the Applicant shall
submit 1 (one) copy of the Proposal marked “COPY”. In the event
of any discrepancy between the original and the copy, the original
shall prevail.

2.12.3 The Proposal shall be typed and signed by the authorized signatory
of the Applicant who shall initial each page, in blue ink. All the
alterations, omissions, additions, or any other amendments made to
the Proposal shall be initialed by the person(s) signing the Proposal.
The Proposals must be properly signed as detailed below:

(i) by the proprietor, in case of a proprietary firm;

(ii) by the partner holding the Power of Attorney, in case of a


partnership firm;

(iii) by a duly authorised person holding the Power of Attorney,


in case of a Limited Company or a corporation; or

(iv) by the authorised representative of the Lead Member, in case


of consortium.

A copy of the Power of Attorney certified under the hands of a


partner or director of the Applicant or a notary public on the
specified form shall accompany the Proposal.

2.12.4 Applicants should note the Proposal Due Date is as specified in


Data Sheet for submission of Proposals. No supplementary material
will be entertained by MPRDC, and that evaluation will be carried
out only on the basis of Documents received by the closing time of
Proposal Due Date as specified in Data Sheet.

2.12.5 Bid Security

The applicant shall furnish as part of its Proposal, a Bid Security of


` 2.00 lacs (Rupees Two lacs) in the form of a Demand Draft/Bank

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 10
RFP for modernization and development of selected Bus Stands in the State of M.P.

Guarantee issued by the Nationalized/Scheduled Bank in India, in


favour of Managing Director, MP Road Development Corporation
Ltd., payable at Bhopal returnable not later than 30 days from the
proposal due date. The Bank Guarantee is to submitted in the
format appended at Annexure-8. The selected applicant’s Bid
Security shall be returned, up on complete the deliverable assigned
to it for the first 4 (four) months of the Consultancy in accordance
with the provisions thereof.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 11
RFP for modernization and development of selected Bus Stands in the State of M.P.

Terms of Reference for the selection of consultant for


Modernization and Development of Bus Stands at
selected locations in the State of Madhya Pradesh.
3.1 Objective of consultancy services

The project mainly consists of upgrading the existing bus stands


either by new construction or by upgrading the existing buildings,
constructing various types of administrative and commercial
buildings, providing ample illumination for entire bus stand
complex, installation of various electronics instruments, suggesting
broad guidelines for necessary software suitable for user
departments and intense networking with the bus stands with central
control room at Bhopal. The bus ticket reservation system will be
made online and all the buses will be made GPS enabled so that the
exact route and running status is available all the time.

MPRDC has decided to select a consultant of repute to undertake the


survey of existing sites and based on the survey suggest the facilities
and infrastructure to be built at the individual bus stands and to
prepare cost estimates of the project in consultation with the experts
engaged by MPRDC.

3.2 The Concept


Increased movement of interstate traffic both in volume & speed
requires up gradation of old conventional bus stops. Modern and
computerized systems are needed to be designed, to facilitate bus
users.

Bus stands are proposed to have two complex, though integrated

(1) Bus stand complex

(2) The facilities centre.

(A) The two segments are proposed to house the following facilities :
(a) Bus Stand Complex
1. Bus parking space with type of pavements

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 12
RFP for modernization and development of selected Bus Stands in the State of M.P.

2. Ticket booking office


3. Dead Storage area
4. Staff recreation space
5. General Store
6. Toilets with effective sewage disposal
7. Canteen
8. Weigh bridge
9. Parking facility for other vehicles
10. Warehousing Facilities.

(b) Facilities Centre :


1. Dhabas/Eateries
2. Super Store/Market
3. Mechanic shops
4. Puncture & Tyre Repair
5. Auto spares
6. General Merchandise
7. Petrol/Diesel Pumps (if space permits)
8. Medical shop/Dispensary
9. Retiring Dormitories/Hotel
10. STD/PCO/Cyber café
11. Pan shop/Cassette Shop/Book Stalls
12. Bank facilities/ATM center.

With this concept, emphasis has to be given on smooth flow of traffic


movement and to provide better facilities to bus users. In addition to it, the
Modernized and computerized Bus Stands are proposed to enhance the
progressive image of the state. The Modernization and computerization of
Bus stands needs to be designed within the available space meeting the
specific requirements of user departments.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 13
RFP for modernization and development of selected Bus Stands in the State of M.P.

3.4 Scope of Work:

The scope of work for the consultancy is as follows:-

3.4.1 The Consultant shall assess the size of bus stands based on the traffic
survey.

3.4.2 Consultant shall assess the existing facilities with the various
departments in terms of land availability

3.4.3 Consultant shall carry out analysis to assess the daily traffic, traffic
composition and directional distribution which will help in assessing
the intensity of traffic. A seven day traffic survey count will have to
be done for the same.

3.4.4 Based on the traffic survey findings:

a. Consultant shall carry out site survey and suitability study for the
earmarked sites.

b. Assess the number of parking lanes to be constructed at each Bus


stand.

3.4.5 Based on the availability of logistics, social infrastructure and traffic


surveys findings, availability of Government land, the Consultant
will study the site for proposed development, and will prepare
Building plans for each Bus Stand, which shall be based on the
potential of the area for commercial development.

3.5 Consultant shall prepare module for online ticketing and making each
bus GPS enabled to facilitate tracking their movement.

3.5.1 Cost Estimations:

3.5.2 The Consultant will prepare cost estimates of the project in


consultation/liaison with MPRDC.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 14
RFP for modernization and development of selected Bus Stands in the State of M.P.

3.6 Deliverables and Time Schedule


The work in all respect shall be completed within a stipulated period
from the date of receipt of work order. Scheduling of the work within
this period is indicated below, which shall be adhered to:

A Inception Report 07 days


B Traffic Survey and Site study
30 days
report.
C Draft report Detailed Plan for Site
120 days
development
D Final Report Within 7 days of approval of
Draft Report.

The Consultant shall submit 3 copies of traffic reports and of site study
report and seven sets of development plans in hard copy and one soft copy
each in editable format. The cost estimates will be prepared separately and
will be supplied in four hard copies and one soft copy in editable format.
All reports and CDs submitted by the Consultant shall be the property of
MPRDC, without any restrictions or legal constraints. The Consultant will
not have the right to disclose any information pertaining to the project,
without the express written permission of MPRDC. The overall
responsibility for the quality of the assignment including the correctness of
Traffic Survey and develop more plan details shall rest with the Consultant.

3.10 Contract Price & Payment Schedule.

The Contract Price shall be a fixed lump sum price inclusive of all taxes, for
the scope of work as outlined in the Terms of Reference. The payment
schedule shall be as follows:
S.No. Mile stones % of Contract
Price
1 Submission of Inception report 10

2 Submission of traffic survey and site identification 30


report
3 Submission of Site development papers 40

Balance 20% will be released on issuance of RFP documents to bidders.


________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 15
RFP for modernization and development of selected Bus Stands in the State of M.P.

Note: The inception report shall include the suitability and legal
feasibility of the site for development on PPP basis

3.11 Detailed Scope of Work


The Scope of Services shall comprise of following:-
1. Site investigation and Surveys such as Engineering Surveys,
environmental survey, soil survey, wind study, traffic survey etc for
each site.
2. Selection and location of Bus Terminus Sites, their suitability and
legal feasibility of developing them on PPP basis..
3. Study of local municipal bye-laws wherever applicable and
obtaining building permission from Municipal Corporation as well
as Town & Country Planning, if required.
4. To prepare drawings and lay out of all building utilities like power,
water, drainage, roads etc from various Govt/Private bodies.
5. Preparation of land plan schedules and utility relocation plan.
6. Concept design of layout and buildings with three alternate design
and obtaining approval of best use option from client.
7. To carry out the traffic count around each bus terminus along with
traffic forecast for buses.
8. Carry out preliminary engineering design including architecture,
structural, M&E, communication cables and other utilities for bus
terminus.
9. Preparation of Rough Cost Estimate.
10. To verify whether preliminary drawing conforms to be a regulation
of various authorities like traffic, Fire Deptt., Environment Deptt.,
Sewage & Water work department etc. as required for sanction of
building plan.
11. Preparation of any other miscellaneous drawings required for the
project.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 16
RFP for modernization and development of selected Bus Stands in the State of M.P.

12. Preparation of Schedules A, B, C, D & H of Concession Agreement.


13. Preparation of Viability Analysis.

DETAILED SCOPE OF WORK


1) Site investigation and engineering surveys, environmental survey,
soil survey, wind study, traffic survey etc for each site:
I. To conduct detailed topographic survey for roads, buildings, streets,
and land, physical features, built-up area, underground and overhead
services/utilities, tress, obstructions and encroachments, existing
drainage system, inventory survey of existing location.

II. To conduct Surveys / Contouring & Investigations of Project and


Project Influence Area.

III. Field surveys would include Total Station Survey, environmental


survey, Site Survey, demand survey, Market Survey and soil survey.

2) Study of local municipal bye-laws wherever applicable:


I. Detail study of local bye laws and legal feasibility of site for its
development on PPP basis.
II. To make client aware of rules and regulations for planning of the
project.
III. To study structural, Fire, civil, and National codes required for the
project.
IV. To conduct meetings with local municipal authority pertaining to
municipal laws & their development plan.
V. Take permission and clearances from concerned departments.
3) To obtain drawings and lay out of all utilities like power,
water, drainage, roads etc from various Govt./Private bodies:
I. Collection of secondary data
II. To obtain Road maps, drainage system, water system and various
layouts from the local and private bodies.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 17
RFP for modernization and development of selected Bus Stands in the State of M.P.

III. Make detail drawing, layout and maps from the layouts received from
local bodies.
IV. Study the Future Developments proposed in the vicinity of the project
area and its surroundings and assess its impact on the project.
4) Concept design drawing of Bus terminus and associated buildings with
three alternate Design and obtaining from client approval of best use
option:
Consultant is expected to develop the concept plan and further
planning/design of INTERCITY BUS TERMINAL SYSTEM based on
futuristic and modern designs taking into account following broad
parameters:
• design period of 30 years
• interconnectivity between various modes of transport and the
proposed mass transit system
• requirements for bus bays, fuel station and maintenance depot
• facilities and amenities required for passengers
• passenger vehicle parking
• circulation pattern- flow of passengers, buses
• quantum and nature of commercial space
• Idle parking of buses/ cars
• Movement area, exit, entry for buses and connectivity to main road.

The architectural design of the bus terminal shall give it the facet of a
quality/ signature building having an efficient operation of the bus system.
The design of the bus system shall be based on following features:

• Segregated traffic movement in terms of type, flow and function


• Segregation of terminal and non-terminal activities/ traffic;

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 18
RFP for modernization and development of selected Bus Stands in the State of M.P.

• Unidirectional flow of all modes of transport;


• Pedestrian traffic shall not conflict with other modes of transport.
• Co-ordination of different activities in terms of functional and spatial
inter-relationships
• Timely dissemination of vehicular and related necessary information
to passengers
• Provision of necessary facilities/utilities to meet the requirement of
all user groups
• Adequate parking for private vehicles
• Ticket distribution system to users

5) To carry out the traffic count around each proposed bus terminus
along with traffic ground forecast for buses:

I. Analyze the traffic, travel and network characteristics of project area.


II. Review the existing traffic circulation and mobility patterns within the
study area.
III. Identify both the captive and external travel pattern amongst the
residents of the local planning area.
IV. The Consultant will:
Describe existing transport operations in terms of:
• traffic flows;
• Car, two wheeler, Cycle, Bus and other commercial vehicle
movement in terminus area and around.
• Identify key intersections and congestion points
• Identify major travel trends.
V. The Consultant will forecast:
• Travel trends, existing and future.
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 19
RFP for modernization and development of selected Bus Stands in the State of M.P.

• Bus volumes, current and future year scenarios;


• Traffic volumes, current and future year scenarios; and
• Car, pedestrian and cycle volumes, current and future year scenarios.
• Origin, destination study of buses.

6) Carry out preliminary engineering design including architecture,


structural & communication cables:

VI. Preparation of Preliminary Drawings with respect to proposed


development at the site.
VII. They shall include Structural & Architectural drawings, compliant to
Public Health Environment and should include Macro & Micro level
utilities, connectivity and infrastructure facilities.
VIII. To understand basic design & services of the project, including civil
work, Electronic & Electrical, Structural Designs etc.
IX. Mapping of location of existing utilities.

7) Preparation of, Rough Cost Estimates:


I. Preparation of Rough Cost Estimate.
II. Undertaking costs analysis for repair and maintenance of project work.

8) To verify whether preliminary drawing conforms to be a regulation


of various authorities like traffic, Fire Deptt., Environment Deptt.,
Sewage & Water work department etc. as required for sanction of
building plan:

I. The planning, design of the buildings/terminal/commercial area is to


follow all rules, regulations and bye-laws of local statutory bodies.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 20
RFP for modernization and development of selected Bus Stands in the State of M.P.

II. The consultant shall undertake Environmental Impact Assessment, if


required.

III. The Consultant shall have to co-ordinate with Local authorities and
attend meetings with Clients, other Govt. Departments, as and when
required, including meeting with the contractors.

9) Preparation of plan for online ticketing, and making bus


movement in the state GPS enabled.

10) Consultant will have to suggest necessary legal framework to be


adopted to implement the project on BOT basis and will have to
prepare various draft amendments required in the existing legal
framework for the same.

11) The Detailed Project Report:


The Detailed Project Report will include the following:
I. Preparation of Master Plan
II. Network Integration Strategy
III. Land use and planning
IV. Environmental Impact Assessment
V. Socio –cultural Impact Assessment
VI. Economic Cost Benefit Analysis

I. Preparation of Master Plan


As per the requirements of this project, the Consultant shall prepare
Master Plan. The Master Plan shall integrate various facilities planned
on the project sites with the developments in the vicinity (both
existing and proposed). The Consultant shall chalk out any bulk land
allotment to various business segments i.e. commercial plans,

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 21
RFP for modernization and development of selected Bus Stands in the State of M.P.

recreational plans, housing and the other facilities in the conceptual


plan, which shall be detailed out in the Master Plan. The Master Plan
shall contain Client’s requirements as well as ancillary facilities.
While planning, the leasable component of land shall be borne in
mind and worked out by the Consultant.

II. Network Integration Strategy


A Network Integration Strategy will be developed to facilitate the
efficient integration of bus terminals with broader transport network.
This strategy will involve:
1) Inter-modal access;
2) GPS enabled Bus operations, online ticketing and bus movement
tracking.

II-1) Inter-modal access


Inter-modal access locations are areas that bring together different
modes of transport, allowing passengers to change their mode of
travel. For example, this can include bus–rail interchanges, taxis, and
other modes of transport. For this Consultant will suggest:
• Route optimization strategies;
• Passenger demand
• Parking and control requirements; and
• Inter modal movement of traffic and how it is to be regulated.

II-4) GPS enabled Bus operations, online ticketing and bus movement
tracking
In order to optimize bus operations, consultant will suggest strategies
to be adopted for making the bus movement in the State GPS enabled.
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 22
RFP for modernization and development of selected Bus Stands in the State of M.P.

Further online ticketing with facility of advance reservation system &


computerized online bus movement tracking is to be provided for
which consultant will suggest adequate strategy.

III. Land use and planning


The Consultant should:
• Identify current land use within and adjacent to the area of the
proposed bus Terminal, including adjacent activity centers.
• Identify use of directly affected private property and acquisition
issues, if any.
• Determine compatibility of the Bus Terminal with the desired
intent of City Plan as per the relevant planning scheme
provisions and emerging urban renewal opportunities.
• Consider requirements of the project under relevant State
Planning policies.

IV. Environmental Impact Assessment


A thorough study must be carried out of the existing status of
environment and then assessment must be projected on the basis of
additional measures which will be taken to implement and the
mitigation strategy for containing the EI. If the EI is going to reduce
existing problems that must be pointed out categorically.
• Description of existing environment
• Ecology
• Hydrology / hydraulics Water quality
• Description of existing environment – groundwater
• Noise and vibration
• Air quality

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 23
RFP for modernization and development of selected Bus Stands in the State of M.P.

• Impacts of greenhouse gas emissions


• Soils, topography and geo-morphology
• Climate (micro-climate)
• Waste management and water requirements
• Plantation and land scaping in terminus area and around.

V. Socio –cultural Impact Assessment


A thorough study must be carried out for the Socio-Cultural Impacts
which will include
• Social Environment
• Cultural heritage and impact
• Urban design, landscape, street furniture, signage
• Design of vehicles and bus stops Existing and future parking
demand.
• Provision of public utilities such as toilets, drinking water, shops
Telephones, restaurants etc
• Rehabilitation and resettlement assessment
• Design criteria for advertisers and regulation of hoarding sizes
• Communication and outreach
VI. Economic Cost Benefit Analysis

The Consultant shall work out Broad Cost Estimates w.r.t. the
privatisation options and existing economic scenario for all major
project components and utilities for the project. The same shall be
based on the latest SOR issued by PWD Govt. of Madhya Pradesh.
12) The consultant will prepare Land Acquisition papers, in case any
land acquisition is suggested or required for any of the bus
stands.

13) Viability Analysis

Preparation of viability analysis for the project. The analysis shall


inter-dia cover the following.
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 24
RFP for modernization and development of selected Bus Stands in the State of M.P.

i. Cost Estimate & Revenue.

ii. Cash Flow Analysis

iii. Internal Rate of Return

Cost Estimates of Revenue: The Consultant shall identify the cost estimate
and the various sources of revenue that can be generated from all sources in
the implementation of the project and other property development.

Cash flow analysis: The Consultant shall prepare a cash flow statement
indicating the cost, other liabilities and revenues.

Internal Rate of Return: The Consultant shall work out the financial and
economic rate of return of the project. They shall also conduct a sensitivity
analysis especially considering the future development of various business
segments in the vicinity of area.

In phase-I, 35 bus stands have been identified for development. In case of


increase/reduction in the number of bus stands to be developed, the fee of
the Consultant will be proportionately adjusted.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 25
RFP for modernization and development of selected Bus Stands in the State of M.P.

ANNEXURE-A
LIST OF BUS STANDS TO BE DEVELOPED ON BOT BASIS

S.No. Name of Division Name of Bus Stand


Bhopal
1 Jawahar Chowk, Bus Stand
2 Hoshangabad
3 Chachoda
4 Beenaganj
5 Guna
6 Sagar
7 Chhatrasaal
8 Habibganj
Gwalior
9 Gwalior
10 Gwalior (Kampu)
11 Shivpuri
12 Dabra
13 Porsa
14 Ambah
14 Bhind
Indore
16 Indore (Gangwal)
17 Dhar
18 Pandhana
19 Nepanagar
20 Julwania
Ujjain
21 Neemuch
22 Suwasara
Jabalpur
23 Jabalpur
24 Sehora
25 Katni
26 Damoh
27
________________________Dindori
________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 26
RFP for modernization and development of selected Bus Stands in the State of M.P.

28 Narsingpur
29 Mandla
30 Narayanganj
31 Gadasarai
32 Seoni
33 Chhindwara
34 Chakghat
35 Nagpur

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 27
RFP for modernization and development of selected Bus Stands in the State of M.P.

MINIMUM ELIGIBILITY/QUALIFICATION CRITERIA

Eligibility/Qualification Criteria

The minimum eligibility criteria for bidders participating in the selection


process are:-

i) should have done traffic survey of atleast 5 (five) projects of


National/State Highway/Expressway. Each project must be
of minimum 50 Km. length.

ii) should have provided consultancy to atleast two building


projects which included preparation of architectural plans,
each costing ` 25.00 crores (excluding land cost).

iii) should have provided consultancy of software development


for online system of management for two projects each
costing minimum ` 1.00 crores.

iv) Should have minimum of five years relevant experience in the


field of Project Consultancy and average turnover of the
firm/bidder should be ` 3.00 crore during the past 3 years
ending 31.03.2010 from consultancy services.

v) In case of consortium, the minimum eligibility criterion shall


be reckoned as the sum total of the turnover of each member
and lead member of the consortium should fulfill at least 60%
of the criterion and the other members should fulfill atleast
40% of the minimum eligibility criterion.

The applicants shall submit details as per the formats specified in


Annexure. In case of a Joint Venture, not more than two firms are allowed
to form the Joint Venture. The JV’s proposal should be accompanied by a
certified copy of legally binding Memorandum of Understanding (MOU),
signed by all firms to the joint venture confirming the following therein:

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 28
RFP for modernization and development of selected Bus Stands in the State of M.P.

(i) Date and place of signing;


(ii) Purpose of Joint Venture (must include the details of contract works
for which the joint venture has been invited to bid);
(iii) A clear and definite description of the proposed administrative
arrangements for the management and execution of the assignment;
(iv) Delineation of duties/responsibilities and scope of work to be
undertaken by each firm along with resources committed by each
partner of the JV for the proposed services;
(v) An undertaking that the firms are jointly and severally liable to the
Employer for the performance of the services and,
(vi) The authorized representative of the joint venture.

In case of Joint venture, the duties, responsibilities and powers of lead firm
shall be specifically included in the MOU/agreement. It is expected that the
lead partner would be authorized to incur liabilities and to receive
instructions and payments for and on behalf of the Joint Venture. For a JV
to be eligible for bidding, the experience of lead partner and other partner
should be as indicated in data sheet.
A firm can bid for this project either as a sole consultant or in joint venture
with other consultant. However, alternative proposals i.e. one as a sole or in
JV with other consultant and another in JV with any other consultant will
be summarily rejected.
Bids “in Association” or as an Associate Consultant will be deemed to have
made in Joint Venture and will be evaluated accordingly.

The client’s certificate are mandatory and projects claimed as experience


but not supported by client’s certificate will not be considered for
evaluation.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 29
RFP for modernization and development of selected Bus Stands in the State of M.P.

CRITERIA FOR EVALUATION


Technical evaluation

4.1.1 The Technical Proposal of the bidders will be evaluated on the basis
of experience of the firm and experience of Key Personnel. Only
those Applicants whose technical proposals score 70 marks or more
out of 100 shall qualify for opening of financial bid. However the
bidder will have to fulfill the benchmark criterion for eligibility:-

No. Description Weightage %


1 Experience of traffic survey of
atleast 5 project of
20
NH/SH/Expressway of 50 Km.
length in each project.
2 Experience of consultancy for
40
building work project
3 Experience of Software
20
Development
3 Financial strength 20
Total 100

Qualification and competence of following professional/sub professional


staff for the assignment shall be evaluated. The weightage for various key
staff are as under:-

S.No. Staff Position Weightage %


1 Team Leader 40
2 Traffic Planner 20
3 Architect 20
4 Electronic Engineer 20
Total 100

Sub criteria for qualification of key Personnel (i.e Professional staff)


General qualifications including Experience in Region and language.

General Qualifications including Experience in


30 %
Region and language
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 30
RFP for modernization and development of selected Bus Stands in the State of M.P.

Adequacy for the project 65%


Permanent Employment with the firm 5%
Total 100%
4.2. Evaluation of Financial Proposal

4.2.1 The inter-se weightage for minimum qualification of bidder and key
personnel shall be 40:60.

4.2.2 For financial evaluation, the total cost indicated in the Financial
Proposal, will be considered.

4.2.3 MPRDC will determine whether the Financial Proposals are


complete and unconditional. The cost indicated in the Financial
Proposal shall be deemed as final and reflecting the total cost of
services.

4.2.4 The Selected Applicant shall be the first ranked Applicant (having
quoted the lowest fee). 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.

4.2.5 The single currency for price conversion is INR. For evaluation of
bid proposals, the foreign currency conversation rate of 1US Dollar
= INR 45.00 and 1 Euro = INR 60 shall be used.

4.2.6 The weightage given to technical proposal is 80%.


The weightage given to financial proposal is 20%.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 31
RFP for modernization and development of selected Bus Stands in the State of M.P.

DATA SHEET
Selection of consultant for Modernization and Development of Bus
Stands at selected locations in the State of MP to be developed on BOT
basis.

1 The description and the objectives of the Assignment are given in the
Terms of Reference

2 Pre-Proposal Conference shall be held at 1130 hrs on 18.03.2011 at


MPRDC’s meeting hall.

3 The Proposal shall remain valid up to 180 days after last date of
submission

4 Clarification may be requested 10 days prior to last date of submission.


5 The address for communication is:

Managing Director,
MP Road Development Corporation Ltd.
16-A, Arera Hills Bhopal
Ph. 0755-2765215,2765196
Fax: 0755-2572643

6 Language of documents and correspondences will be English.

8. The date and time of proposal submission are: 26.03.2011 up to


1500 hrs.

Commencement of Assignment: The firm shall begin carrying out the


services within seven days of the effectiveness of the Consultancy
Agreement.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 32
RFP for modernization and development of selected Bus Stands in the State of M.P.

MINIMUM QUALIFICATION
FOR KEY PERSONNALS
(The age of the Key Personnel should not be more than 65
years on the last date of submission of proposal)

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 33
RFP for modernization and development of selected Bus Stands in the State of M.P.

MINIMUM QUALIFICATION OF KEY PERSONNEL

1. TEAM LEADER

This is the senior most position and the expert engaged as the team
leader shall be responsible for reviewing the entire project
preparation with MPRDC. He shall undertake Project site visits and
shall guide, supervise, coordinate and monitor the work of other
experts in his team. He will prepare cost estimates of the project in
consultation with MPRDC. The candidate should have a proven
record of preparing, organizing and managing of project preparation
of large magnitudes, financed by international lending agencies and
others.

This position requires a Senior Engineer who shall be a graduate in


Civil Engineering with Postgraduate qualification in engineering. He
should have a minimum 20 years of experience including 5 years of
experience in Infrastructure (Building) Project Preparation and cost
estimation of such Projects. He should have handled as Team Leader
or similar capacity at least two Project Preparation of major
Infrastructure (Building) Projects each costing more than ` 200.00
million.

2. TRAFFIC PLANNER

Traffic Planner shall be responsible for the traffic study and forecast.
He should be a graduate in Civil Engineering from a recognized
University with post graduate qualification in Transportation and
Traffic Management. He should have a minimum of 10 years
experience in traffic survey works out of which a minimum of 5
years should be in Highway sector. He should have experience of
traffic study and forecast of atleast five highway/expressway
projects each costing more than ` 250.00 million. Experience in
developed countries would be preferred.

3. ARCHITECT

The incumbent should be Bachelors in Architecture with minimum


15 years experience in Architecture and Building design related

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 34
RFP for modernization and development of selected Bus Stands in the State of M.P.

works. He should have handled atleast 5 projects of building and


infrastructure projects each costing ` 8.00 crores excluding land cost.
The project handling here means full time engagement in preparation
of Architectural design and the projects should have been completed
in all respect.

4. ELECTRONIC ENGINEER

The incumbent should be graduate in Computer Engineering with


specialization in preparation of Software. He should have
experience in working with Electronic and Software related work
and should have handled atleast two projects of Software preparation
related to online system management each costing ` 3.00 crores
(Software assignment only).

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 35
RFP for modernization and development of selected Bus Stands in the State of M.P.

REPORTING REQUIREMENTS

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 36
RFP for modernization and development of selected Bus Stands in the State of M.P.

REPORTING REQUIREMENTS

Reports

The consultant will prepare and submit the following reports to


MPRDC:-

Sl. Report Frequency Due Date No. of No.


No. Copies of
CDs
1. Inspection report One Time Within 7 days
after
3 1
commencement of
services.
2 Traffic Survey One Time Within 30 days
and Site study after
3 1
report. commencement of
services.
3 Draft report and One Time Within 90 days
Detailed Plan for after
7 1
Site development commencement of
services.
4 Final report One Time Within in one
week of
3 1
submission of
Detailed plan

The Inception Report shall contain the details of initial meeting held with
the Client and decisions taken therein, the status of resources mobilized by
the Consultants and the consultant’s perception for the project. The report
shall also include the Master Work Programme and Resources Mobilization
plan for the assignment.

Note: The inception report shall include the suitability and legal
feasibility of the site for development on PPP basis

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 37
RFP for modernization and development of selected Bus Stands in the State of M.P.

FORMATS FOR SUBMISSION OF


TECHNICAL AND FINANCIAL
PROPOSAL

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 38
RFP for modernization and development of selected Bus Stands in the State of M.P.

FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL

Annexure-1 Technical proposal submission form


Annexire-2 Firm’s comments and suggestions on the Terms of
Reference and on data, services, and facilities to be
provided by the MPRDC
Annexiure-3 Approach paper on methodology and work plan for
performing the assignment
Annexure-4 Composition of the Team and Task(s) of each Team
member
Annexure -5 Curriculum Vitae of proposed Professional Staff
Annexure-6 Format of Financial Report
Annexure-7 General Condition of Contract
Annexure-8 Draft form of Bank Guarantee for Bid Security

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 39
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure-1

Technical Proposal submission Form.

FROM (Name of Firm) To: (Name and Address of Client)


___________________ Managing Director
__________________ MP Road Development Corpn.
Ltd., 16-A, Arera Hills, Bhopal

Dear Sir,

Subject: Submission of technical proposal for modernization and


development of Bus Stands at selected locations in the state
of Madhya Pradesh
.
We, the undersigned, offer to provide the consulting services for the
above in accordance with your Request for Proposal dated ________. We
are hereby submitting our Proposal, which includes this Technical Proposal
and a Financial Proposal sealed under separate envelopes for the above
mentioned work.

If negotiations are held during the period of validity of the Proposal


i.e. before ________ we undertake to negotiate on the basis of the proposed
staff. Our Proposal is binding upon us and subject to the modifications
resulting from contract negotiations.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 40
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure - 2
COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE
TERMS OF REFERENCE AND ON SERVICES AND FACILITIES
TO BE PROVIDED BY THE MPRDC.

On the Terms of Reference (not more than one page):


1.
2.
3.
4.
On the services and facilities to be provided by the MPRDC (not more than
one page)
1.
2.
3.
4.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 41
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure- 3

APPROACH PAPER ON METHODOLOGY AND WORK PLAN


FOR PERFORMING THE ASSIGNMENT

(not more than two pages)

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 42
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure- 4

COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF


EACH TEAM MEMBER

1. Technical/Managerial Staff

S. Name Position Task


No.
1
2
3
4

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 43
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure -5

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED


PROFESSIONAL STAFF

Proposed Position :.....................................................................................


Name of Firm:..........................................................................
Name of Staff ..................................................................................
Profession ......................................................................................
Date of Birth : .................................................................................
Years with Firm/Entity : ...........................................
Nationality : ..............................
Membership of Professional Societies.........................................
Detailed Task Assigned : ................................................................
Key Qualifications :
[Give an outline of staff member’s experience and training most pertinent
to tasks on assignment. Describe degree of responsibility held by staff
member on relevant previous assignments and give dates and locations. Use
about half a page.]
____________________________________________________________

Education :

[Summarize college/university and other specialized education of staff


member, giving their names, dates attended, and degrees obtained. Use
about one quarter of a page.]
____________________________________________________________

Note:-
a) Personnel is to affix his recent photograph on first page of CV.
b) Complete address and phone number of the Personnel is to be
provided.

c) Document for proof of age is to be enclosed.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 44
RFP for modernization and development of selected Bus Stands in the State of M.P.

d) Document for proof of qualification is to be enclosed.

e) Age of the personnel shall not be more than 65 years.


Employment Record :

[Starting with present position, list in reverse order every employment held.
List all positions held by staff member since graduation, giving dates, name
of employing organizations, titles of positions held, and locations of
assignments. For experience in last ten years, also give types of activities
performed and client references, where appropriate. Use about three
quarters of a page.]

Languages :

[For English language indicate proficiency: excellent, good, fair, or poor; in


speaking, reading, and writing]

Employment with the Firm:

[Details about the tenure of Employment with the bidding firm may be
provided]

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 45
RFP for modernization and development of selected Bus Stands in the State of M.P.

Certification

I, ……………………the undersigned, (Name and Address) certify that I


have not left any assignment with the consultants engaged by MPRDC for
any continuing work of MPRDC without completing my assignment. I will
be available for the entire duration of the current project (named…..). If I
leave this assignment in the middle of the completion of the work, MPRDC
would be at liberty to debar me from taking any assignment in any of the
MPRDC works for an appropriate period of time to be decided by MPRDC.
I have no objection if my services are extended by MPRDC for this work
in future.
Date: ………………
(Day/Month/Year)

…………………………………………………………..
“[Signature of Staff member and authorized representative of the Firm]”

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 46
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure-6

FINANCIAL PROPOSAL SUBMISSION FORM

FROM : (Name of Firm) TO :


Managing Director,
MP Road Development
Corporation Ltd.
16-A, Arera Hills Bhopal
Ph. 0755-2765215,2765196
Fax: 0755-2572643

Subject: MODERNIZATION AND DEVELOPMENT OF BUS


STANDS AT SELECTED LOCATIONS IN THE
STATE OF MP

We, the undersigned, offer to provide the consulting services for the above
in accordance with your Request for Proposal dated __________. Our
financial proposal is for the sum of [Amount in words and figures]. This
amount is inclusive of all taxes except the service tax. We have included
costs of Key Professionals, Sub Professionals, infrastructure costs,
traveling, lodging, boarding, and other incidental costs in our financial
proposal.

Our financial proposal shall be binding upon us subject to the modifications


resulting from contract negotiations, up to the expiration of the validity
period of the proposal.

We undertake that, in competing for (and, if the award is made to us, in


executing) the above contract, we will strictly observe the laws against
fraud and corruption in force in India namely “Prevention of Corruption
Act 1988”.

We understand you are not bound to accept any proposal you receive.

We remain,
Yours sincerely,

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 47
RFP for modernization and development of selected Bus Stands in the State of M.P.

Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 48
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexire-6(a)

FINANCIAL PROPOSAL

From: To
The Managing Director,
MP Road Development Corporation Ltd.
Bhopal.

Sir,

Sub: SELECTION OF CONSULTANT FOR MODERNIZATION


AND DEVE LOPMENT OF BUS STANDS AT SELECTED
LOCATIONS IN THE STATE OF MP

I/We______________________________________________Consu
ltants/Consultancy Firm herewith enclose Price Proposal for Selection of
my/our Firm/Organization as Consultant for modernization and
development of Bus Stands at selected locations.

We have read and understood all the terms and conditions mentioned
in this Request for Proposal (RFP) and agree to abide by them. In
confirmation of the terms and conditions mentioned in the RFP, we quote
rates including all taxes, cess, duties, etc (excluding service tax) as follows:

In figures In words

Yours faithfully,
Signature ___________________
Full Name __________________
Designation __________________
Address ___________________
(Authorized
Representative)

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 49
RFP for modernization and development of selected Bus Stands in the State of M.P.

DRAFT CONTRACT
AGREEMENT

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 50
RFP for modernization and development of selected Bus Stands in the State of M.P.

Annexure-7
II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions
Unless the context otherwise requires, the following terms wherever
used in this Contract have following meanings:

a) “Applicable Law” means all laws, promulgated or brought into


force and effect by GoMP and/or the Government of India
including rules, regulations and notifications made there-under, and
judgments, decrees, injunctions, writs and orders of any court or
record, applicable to this agreement and the exercise performance
and discharge of the respective rights and obligations of the parties
hereunder, as may be inforce and effect during the subsistence of
this agreement
.
b) “Client” means the MP Road Development Corporation Ltd.
c) “Consultants” means (Name of the Consultants)
d) “Contract” means the Contract signed by the Parties, together with
all documents/Appendices attached hereto and includes all
modifications made in terms of the provisions of Clause 2.6
hereof,

e) Deleted
f) Deleted
g) “Effective Date” means the date on which the Contract comes into
force and effect pursuant to Clause 2.1 hereof;

h) “Government” means the Government of India.


i) “Local Currency” means the Indian Rupees.
j) “Personnel” means the Client or the Consultants, as employees and
assigned to the performance of the Services or any part thereof.

k) “Party” means the Client or Consultants, as the case may be, and
“Parties” means both of them.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 51
RFP for modernization and development of selected Bus Stands in the State of M.P.

l) “Services” means the work to be performed by the Consultants


pursuant to this Contract for the purpose of the project as per the
Description of Services given in TOR hereto;

m) “Starting Date” means the date referred to in Clause 2.3 hereof;


n) “Sub-Consultants” means any person or entity to whom/which the
Consultants subcontract any part of the Services in accordance with
the provisions of Clause 3.7(c) hereof;

o) “Third Party” means any person or entity other than the


Government the Client and the Consultants.

p) “Engineer” means the person appointed by the Client to act as


Engineer for the purposes of the Contract and named as such as
Contract/ Correspondences.

1.2 Relations between the Parties

Nothing contained herein shall be construed as establishing a


relation of master and servant or of agent and principal as
between the Client and Consultants. The Consultants, subject to
this Contract, have complete charge or Personnel performing
the Services and shall be fully responsible for the services
performed by them or on their behalf hereunder.

1.3 Law Governing Contract

This Contract, its meaning and interpretation, and the relation


between the Parties shall be governed by the Applicable Laws of
the Govt. of MP and /or the Government of India.

1.4 Language
This Contract has been executed in English Language, which shall
be the binding and controlling language for all matters relating to
the meaning of interpretation of this Contract.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 52
RFP for modernization and development of selected Bus Stands in the State of M.P.

1.5 Headings

The headings shall not limit, alter or affect the meaning of this
Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be given or


made pursuant to this Contract shall be in writing. Any such
notice, request or consent shall be deemed to have been given or
made when delivered in person to an authorized representative of
the Party to whom the communication is addressed, or when sent
by registered mail, telex, telegram or facsimile to such Party at the
addresses specified as under:

For the Client:


Attention: Managing Director,
MP Road Development Corporation Ltd.,
16-A, Arera Hills,
Bhopal.
For the Consultant :
---------------------
…………………...
-----------------------
1.6.2 Notice will be deemed to be effective as follows:
a) In the case of personal delivery or registered mail, on
delivery;

b) In the case of telexes, (24) hours following confirmed


transmission;

c) In the case of telegrams, (24) hours following confirmed


transmission; and

d) In the case of facsimiles, (24) hours following confirmed


transmission.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 53
RFP for modernization and development of selected Bus Stands in the State of M.P.

1.7 Location
The services shall be performed at such locations as are specified in
TOR hereto and, where the location of a particular task is not so
specified at such locations, in India, as the Client may approve.

Authorized Representatives

Any action required or permitted to be taken and any document required or


permitted to be executed under the Contract by the Client or the
Consultants be taken or executed by the officials as under:

For MPRDC : Managing Director, MP Road Development


Corporation Ltd, Bhopal.

For Consultant.
----------------------
---------------------
------------------------

1.9 Taxes and Duties

1.9.1 The consultant and the personnel shall pay the taxes and other
impositions levied under the existing amendment or enacted laws
during life of this contract and the client shall perform such duties
in regard to the deduction of such taxes as may be lawfully
imposed.

1.9.2 Service Tax

The client shall, however, pay to the consultants all amounts due as
service tax in accordance with the applicable law of the Govt.
of India.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 54
RFP for modernization and development of selected Bus Stands in the State of M.P.

2. COMMENCEMENT, COMPLETION, MODIFICATION AND


TERMINATION OF CONTRACT.

2.1 Effectiveness of Contract


This Contract shall come into force and effect on the date (The
“Effective Date”) of the Client’s notice to the consultants instructing
to begin carrying out the services.

2.2 Termination of Contract for Failure to Become Effective.

If this Contract has not become effective within two (2) months of the
date hereof, either Party may, by not less than two (2) weeks written
notice to other Party, declare this Contract to be null and void, and in
the event of such a declaration by either Party, neither Party shall have
any claim against the other Party with respect hereto.

2.3 Commencement of Services


The consultants shall commence the services not later than on a date
(starting Date) 7 (seven) days after the Effective Date or on such date
as the parties may agree in writing.

2.4 Expiration of Contract


Unless terminated earlier pursuant to Clause 2.9 hereof, the Contract
shall expire when pursuant to the provision hereof, the services
have been completed and payments of remuneration and
reimbursable expenditure ` have been made.

2.5 Entire Agreement


This contract contains all covenants, stipulations and provisions
agreed by the Parties. No agent or representative of either party
has authority to make, and the parties shall not be bound by or be
liable for, any statement, representation, promise or agreement not
set forth herein.

2.6 Modifications
Modifications of the terms and conditions of this Contract, including
any modification of the scope of the services, may only be made
by written agreement between the Parties. Pursuant to Clause 7.2
hereof, however, each party shall give due consideration to any
proposals for modifications made by the other Party.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 55
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.7 Force Majeure


2.7.1 Definition
a) For the purpose of this Contract, “Force Majeure” means an event
which is beyond the reasonable control of a Party, and which
makes a Party’s performance of its obligations hereunder
impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited
to, war, riots, civil disorder, earthquake, fire, explosion, storm,
flood or other adverse weather conditions, strikes, lockouts or
other industrial action are within the power of the Party invoking
Force Majeure to prevent, confiscation or any other action by
Government Agencies.

b) Force Majeure shall not include (i) any event which is caused by
the negligence or intended action of a Party or such Party’s Sub
Consultants or agent or employees nor (ii) any event which a
diligent Party could reasonably have expected from either of the
parties (A) take into account at the time of the conclusion of this
Contract, and (B) avoid or overcome in the carrying out of its
obligations hereunder;

c) Force Majeure shall not include insufficiency of funds or failure to


make any payment required hereunder.

2.7.2 No Breach of Contract


The failure of the Party to fulfill any of its obligations hereunder
shall not be considered to be a breach of, or default under this
Contract in-so-far as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event has
taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms
and conditions of the Contract.

2.7.3 Measures to be taken


a) A party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfill its obligations
hereunder with a minimum of delay.

b) A Party affected by an event of Force Majeure shall notify the other


Party of such event as soon as possible, and in any event not later

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 56
RFP for modernization and development of selected Bus Stands in the State of M.P.

than fourteen (14) days following the occurrence of such event,


providing evidence of the nature and cause of such event, and shall
similarly give notice of the restoration of normal conditions as soon
as possible.

c) The Parties shall take all reasonable measures to minimize the


consequences of any event of Force Majeure.

2.7.4 Consultation
Not later than thirty (30) days after the Consultants, as a result of an
event of Force Majeure, have become unable to perform a material
portion of the Services, the Parties shall consult each other with a
view to agreeing on appropriate measures to be taken in the
circumstances.

2.7.5 Extension of Time


Any period within which a Party shall, pursuant to this Contract,
complete any action or task, shall be extended for a period equal to
the time during which such Party was unable to perform such action
as a result of Force Majeure.

2.7.6 Payments
During the period of their inability to perform the Services as a
result of an event of Force Majeure, the Consultants shall be entitled
to continue to be paid under the terms of this Contract subject to
consultation as per Clause 2.7.4 hereof which may include costs
necessarily incurred by them during such period exclusively for the
purpose of discharging their obligations under the Contract and in
reactivating the services after the end of such period.

2.9 Suspension.
The Client may, by written notice of suspension to the Consultants,
suspend all payments to the Consultants hereunder if the
Consultants fail to perform any of their obligations under this
Contract, including the carrying out of the Services, provided that
such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the consultants to remedy such failure within a
period not exceeding fifteen (15) days after receipt by the
Consultants of such notice of suspension.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 57
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.9 Termination
2.9.1 By the Client

The Client may, by not less than fifteen (15) days written notice of
termination to the Consultants (except in the event listed in
paragraph (f) below, for which there shall be written notice of not
less than thirty (30) days), such notice to be given after the
occurrence of any of the event specified in paragraphs (a) through
(g) of this Clause 2.9.1, terminate this Contract.

a) If the Consultants fail to remedy a failure in the performance of their


obligations hereunder, as specified in a notice of suspension
pursuant to Clause 2.8, hereinabove, within fifteen (15) days of
receipt of such notice of suspension or within such further period
as the Client may have subsequently approved in writing;
b) If the Consultants or if any of their members become insolvent or
bankrupt or enter into any agreement with their creditors for relief
or debt or take advantage of any law for the benefit of debtors or go
into liquidation or receivership whether compulsory or voluntary;
c) If the Consultants fail to comply with any final decision reached as
a result of arbitration proceedings pursuant to Clause 8 hereof;
d) If the Consultants submit to the Client, a statement which has a
material effect on the rights, obligations or interests of the
Client and representation or statement, made/submitted by the
Consultants of any part thereof is found to be false;

e) If, as a result of Force Majeure, the Consultants are unable to


perform a material portion of the services for a period of not less
than sixty (60) days;

f) If the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract;

g) If the Consultants, in the judgment of the Client has engaged in


corrupt or fraudulent practices in competing for or in execution
the Contract.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 58
RFP for modernization and development of selected Bus Stands in the State of M.P.

For the purpose of this Clause:


Corrupt practice means the offering, giving, receiving or soliciting or
anything of value to influence the action of a public official in the
selection process or in contract execution. “Fraudulent practice”
means a misrepresentation of facts in order to influence a selection
process or the execution of a contract to the detriment of the Client,
and includes collusive practice among Consultants (prior to or after
submission of proposals) designed to establish prices at artificial
non-competitive levels and to deprive the Borrower of the benefits
of free and open completion.

2.9.2 By the Consultants


The Consultants may, by not less than thirty (30) days written notice
of termination to the Client (except in the event listed in the
paragraph (e) below for which there shall be written notice of not less
than sixty (60) days), such notice to be given after the occurrence of
any of the events specified in paragraphs (a) through (e) of this
Clause 2.9.2 terminate this Contract.

a) If the Client fails to pay any money due to Consultants pursuant to


this Contract and not subject to dispute pursuant to Clause 8
hereof within thirty (30) days after receiving written notice from the
Consultants that such payment is overdue;

b) If the Client is in material breach of its obligations pursuant to this


Contract and has not remedied the same within forty five (45)
days (or such longer period as the Consultants may have
subsequently approved in writing) following the receipt by the
Client of the Consultants notice specifying such breach’

c) If as a result of Force Majeure, the Consultants are unable to perform


a material portion of the services for a period of not less than sixty
(60) days; or

d) If the client fails to comply with any final decision reached as a


result of arbitration pursuant to Clause 8 hereof

e) If the Consultants, in its sole discretion and for any reason


whatsoever decides to terminate the Contract.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 59
RFP for modernization and development of selected Bus Stands in the State of M.P.

2.9.3 Cessation of Rights and Obligations


Upon termination of this Contract, pursuant to Clause 2.2 or 2.9
hereof, or upon expiration of this Contract pursuant to Clause 2.4
hereof, all rights and obligations of the Parties hereunder shall
cease, except (i) such rights and obligations as may have accrued on
the date of termination or expiration (ii) the obligation of
confidentiality set forth in Clause 3.3 hereof, (iii) the Consultants’
obligations to permit inspection, copying and auditing of their
accounts and records set forth in Clause 3.6 (ii) hereof, (iv) the
Consultants’ obligations regarding default in performance of the
service in accordance with the provisions of the Contract and for
any loss suffered by the Client, whereof, as a result of such default,
and (v) any right which a Party may have under the Applicable
Law.

2.9.4 Cessation of Services


Upon termination of this Contract, by notice of either Party to the
other, pursuant to Clauses 2.9.1 or 2.9.1 hereof, the Consultants
shall, immediately upon dispatch or receipt of such notice, take all
necessary steps to bring the services to a close in a prompt and
orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to
documents prepared by the Consultants and equipment and
materials furnished by the Client, the Consultants shall proceed as
provided, respectively by Clause 3.9 or 3.10 hereof.

2.9.5 Payment under Termination


Upon termination of this Contract pursuant to Clause 2.9.1 or 2.9.2
hereof, the Client shall make the following payments to the
Consultants (after offsetting against these payments any amount
that may be due from the Consultants to the Client):

i) Remuneration pursuant to Clause 6 hereof for Services satisfactorily


performed prior to the effective date of termination:

(ii) Reimbursable expenditure pursuant to Clause 6 hereof for


expenditure actually incurred prior to the effective date of
termination; and

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 60
RFP for modernization and development of selected Bus Stands in the State of M.P.

(iii) Except in the case of termination pursuant to paragraphs (a) through


(d) of Clause 2.9.1 hereof, reimbursement of any reasonable cost
incidental to the prompt and orderly termination of the Contract
including the cost of the return travel of the Consultants personnel
and their eligible dependents.

2.9.6 Disputes about Events of Termination


If either Party whether an event specified in Clause 2.9.1 or in
Clause 2.9.2 hereof has occurred, such Party may, within forty five
(45) days after receipt of notice of termination from the other Party,
refer the matter to arbitration, pursuant to Clause 8 hereof, and this
Contract, shall not be terminated on account of such event except in
accordance with the terms of any resulting arbitral award.

3. OBLIGATIONS OF THE CONSULTANTS


3.1 General
3.1.1 Standard of Performance

The consultant shall perform the Services and carry out their
obligations hereunder with all due diligence, efficiency and
economy, in accordance with generally accepted professional
techniques and practices, and shall observe sound management
practices, and employ appropriate advanced technology and safe
effective equipment, machinery, material and methods. The
Consultants shall always act, in respect of any matter relating to this
Contract, or to the Services, as faithful adviser to the Client, and
shall at all times support and safeguard the Client’s legitimate
interests in any dealing with Sub-Consultants or Third Parties.

3.1.2 Law Governing Services


The Consultants shall perform the Services in accordance with the
Applicable Law and shall take all practicable steps to ensure that
any of the Personnel and agents of the Consultants comply with
Applicable Law.

3.2 Conflict of Interests


3.2.1 Consultants not to benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 hereof


shall constitute the Consultants sole remuneration in connection

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 61
RFP for modernization and development of selected Bus Stands in the State of M.P.

with the contract or the services, and subject to Clause 3.2. hereof,
the Consultants shall not accept for their own benefit any trade
commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the
Discharge of their obligations hereunder, and the Consultants shall
use their best efforts to ensure that any of the personnel and agents
of either of them, similarly shall not receive any such additional
remuneration.

3.2.2 Procurement
If the Consultants, as part of the services, have the responsibility of
advising the Client, on the procurement of goods, works or services,
the Consultants shall comply with any applicable procurement
guidelines of Client and shall at all times exercise such
responsibility in the best interest of the client.

3.2.1 Consultants and Affiliates not to engage in certain activities.

The Consultants agree that during the term of this Contract and after
its termination, the Consultants and any entity affiliated with the
Consultants, as well as any sub-Consultants and any entity affiliated
with such sub-Consultants, shall be disqualified from providing
goods, works or services (other than the Services and any
continuation thereof) for the project to the Services.

3.2.4 Prohibition of Conflicting Activities

Neither the consultants nor their Sub-Consultants nor the personnel


of either of them shall engage, either directly or in directly, during
the term of this Contract, in any business or professional activities
in India which would conflict the activities assigned to them under
this Contract.

3.3 Confidentiality
The Consultants, their Sub-Consultants and the Personnel of either
of them shall not, wither during the term or within two (2) years
after the expiration of this Contract, disclose any proprietary or
confidential information relating to the Project, the Services, its
Contract or the Client’s business or operations without the prior
written consent of the Client.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 62
RFP for modernization and development of selected Bus Stands in the State of M.P.

3.4 Liability of the Consultants


Subject to additional provisions, as under, the Consultants liability
under this Contract shall be as provided by the Applicable law.

(a) Except in case of gross negligence or willful misconduct on the part


of the Consultants or on the part of any person or firm acting on
behalf of the Consultants in carrying our the services, the
Consultants, with respect to damage caused by the Consultants to the
Client’s property, shall not be liable to the Client:

(i) For any indirect or consequential loss or damage; and

(ii) For any direct loss or damage that exceeds (A) total payments
for Professional Fees and Reimbursable Expenditures made or
expected to be made to the Consultants hereunder or (B) the
proceeds, the Consultants may be entitled to receive from any
insurance maintained by the Consultants to cover such a
liability, whichever of (A) or (B) is higher.

(b) This limitation of liability shall not affect the Consultants liability, if
any for damage to third Parties caused by the Consultants or
any person or firm acting on behalf of Consultants in
carrying out the services.

3.5 Insurance to be taken out by the consultants


The Consultants:
(i) shall take out and maintain at his own cost and shall cause
any Sub-Consultants to take out and maintain at his own cost,
but on terms and conditions approved by the Client, insurance
against the risks and for the coverage, specified as under
and

(ii) at the Client’s request shall provide evidence to the Client


showing that such insurance has been taken out and
maintained and that the current premiums therefore have
been paid.

(a) Third Party motor vehicle liability insurance (as per Motor Vehicles
act 1988) in respect of motor vehicle operated in India by the

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 63
RFP for modernization and development of selected Bus Stands in the State of M.P.

Consultants or t heir Personnel or any Sub-Consultants or


their Personnel, with a minimum coverage for the Project period.

(b) Third Party liability insurance, with a minimum coverage of Rs. 0.5
million per accident with number accidents to be identified by
the Consultants and got approved by the Client for Project
Period.

(c) Professional liability insurance, with a minimum coverage equal to


the total amount of the Contract value except the out of pocket
expenses. This liability shall be valid for a period of five years
after completion of the Services.

(d) Employer’s liability and worker’s compensation insurance in respect


of the Personnel of the Consultants, in accordance with the relevant
provisions of the Applicable Law, as well as, with respect to such
personnel, any such life, health, accident, travel or other insurance
as may be appropriate; and

(e) Insurance against loss of or damage to


(i) equipment purchased in whole or in part with funds under this
Contract,
(ii) the Consultants’ property used in the performance of the Services,
and
(iii) any documents prepared by the Consultants in the Performance
of the Services.

3.6 Accounting, Inspection and Auditing


The Consultants (i) shall keep accurate and systematic accounts and
records of the Services hereunder, in accordance with
internationally accepted accounting principles and in such form and
detail as will clearly identify all relevant time charges and cost, and
the basis thereof (ii) shall permit the Client or its designated
representative periodically and up to one year from the expiration or
termination of this Contract, to inspect the same and make copies
thereof as well as to have them audited by auditors appointed by the
Client.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 64
RFP for modernization and development of selected Bus Stands in the State of M.P.

3.7 Consultants’ Actions requiring Client’s prior Approval


The Consultants shall obtain the Client’s prior approval in writing
before taking any of the following actions:

(a) Deployment of personnel as listed in TOR.

(b) Appointing such number of Personnel as are not listed in


TOR (”Consultants, Sub-Consultants” and “Consultants Key
Personnel”);
(c) Entering into a subcontract for the performance of any part of the
Services, being understood (i) that the selection of Sub-Consultants
and the terms and conditions of the subcontract shall have been
approved in writing by the Client prior to the execution of the
subcontract, and (ii) that the Consultants shall remain fully liable for
the performance of the Services by the Sub-Consultants and its
Personnel pursuant to this Contract;

(d) Taking any action under a concession agreement for the project
designing the Consultants as “Engineer” for which action,
pursuant to such civil works Contract, the approval of the
Client as “Employer” is required;

(e) Substitution of any Personnel if required on grounds beyond


reasonable Control of the Consultant;

(f) Purchase of equipment required for performing the services.

3.8 Reporting Obligations


The Consultants shall submit to the Client reports and documents
specified in TOR hereto in the form and the numbers and within
the time period set forth in the said TOR.

3.9 Documents prepared by the Consultants to be the Property of the


Client
All plans, drawings, specifications, designs, reports and other
documents prepared by the Consultants in performing the Services
shall become and remain the property of the Client, and the
Consultant shall, not later than upon termination or expiration of this
Contract, deliver all such documents to the Client, together with a
detailed inventory thereof. The Consultants may retain a copy of such

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 65
RFP for modernization and development of selected Bus Stands in the State of M.P.

documents but shall not use these documents for purposes unrelated
to this Contract without the prior written approval of the Client.

3.10 Equipment and Materials Furnished by the Client


No equipment and material will be provided by the client.

4. CONSULTANTS’ PERSONNEL AND SUB-CONSULTANTS


4.1 General
The Consultants shall employ and provide such qualified and
experienced Personnel as are required to carry out the Services.

4.2 Description of Personnel


a) The list of Consultants key personnel and their estimated periods of
engagement have been described in TOR.

b) If additional work is required beyond the scope of the Services


specified in TOR the estimated periods of engagement of Key
Personnel set forth in TOR may be increased by agreement in
writing between the Client and the Consultants provided that
any such increase shall not, except as otherwise agree, cause
payments under this Contract to exceed the ceilings set forth in
Clause 6.1 (b) of this Contract.

4.3 Approval of Personnel


The Key Personnel listed by title as by name in TOR are hereby
approved by the Client. In respect of other personnel which, the
Consultants propose to use in carrying out of the Services, the
Consultants shall submit to the Client for review and approval a copy
of their biographical data. If the Client does not object in writing
(stating the reasons for the objection) within thirty (30) calendar days
from the date of receipt of such biographical data and (if applicable)
such Personnel shall deemed to have been approved by the Client.
The removal and/or replacement of personnel is covered under
Clause 4.5 hereof.

4.4 Working Hours, Overtime, Leave etc.


a) Working hours and holidays for the Consultants’ Personnel shall
match with that of the Client. To account for travel time at site,
Services shall be deemed to have commenced (or finished) from the
time of departure from the place of origin (site office of consultant)

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 66
RFP for modernization and development of selected Bus Stands in the State of M.P.

for the project site or time of arrival at the place of origin after the
services.

f) The Personnel shall not be entitled to be paid for overtime nor to


take paid sick leave or vacation leave. The Consultant’s
remuneration shall be deemed to cover these items. Any taking of
leave by personnel shall be subject to the prior approval by the
Consultants who shall ensure that absence for leave purposes will
not delay the progress and adequate supervision of the Services.

g) The man-month shown against each personnel shall be exclusive of


leave period. The period for which the Consultant’s personnel will
be on annual leave or on sick leave shall not be charged on the bill.
The work of the personnel of the Consultants will have to be
adjusted within regulatory working hours, without any overtime
according to the requirement at sit.

4.5 Removal and/or Replacement of Personnel


a) No charges shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Client. Such person
shall be inducted only after approval by the Client and replacements
shall invite penalty. The remuneration will be reduced to 90% for
such replacements from the first time and 80% after the second
replacement.

b) If the Client (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal
action, or (ii) has reasonable cause to be dissatisfied with the
performance of any of the personnel. Then the Consultants shall, at
the Client’s written request specifying the grounds authorize,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Client. Such person shall be included
only after approval by the Client.

c) Any of the Personnel provided as a replacement under clauses (a)


and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 67
RFP for modernization and development of selected Bus Stands in the State of M.P.

to the number of eligible dependents) the Consultants may wish to


claim as a result of such replacement, shall be subject to the prior
written approval by the Client. Except as the Client may otherwise
agree, (i) the Consultants shall bear all additional travel and other
costs arising out of or incidental to any removal and/or replacement,
and (ii) the remuneration to be paid for any of the Personnel
provided as a replacement shall not exceed the remuneration which
would have been payable to the Personnel replaced.

5. OBLIGATIONS OF THE CLIENT


1.1 Assistance and Exemptions
The Client shall use its best efforts to ensure that the Government
shall:

(a) provide the Consultants, sub-Consultant and Personnel with work


permits and such other documents as shall be necessary to enable
the consultant, Sub-Consultants or Personnel to perform the
Services;

(b) assist for the Personnel and, if appropriate, their eligible dependents
to be provided promptly with all necessary entry and exit visas,
residence permits, exchange permits and any other documents
required for their stay in Government’s country;

(c) facilitate prompt clearance through customs of any property for the
Services and of the personal effects of the Personnel and their
eligible dependents;

(d) issue to officials, agents and representatives of the Government all


such instructions as may necessary or appropriate for the prompt
and effective implementation of the Services;

(e) assist the Consultants and the Personnel and any sub-Consultants
employed by the Consultants for the Services from any
requirement to register or obtain any permit to practice their
profession or to establish themselves either individually or as a
corporate entity according to the Applicable Law;

(f) grant to the Consultants, any Sub-consultant and the Personnel of


either of them the privilege, pursuant to the Applicable Law, of

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 68
RFP for modernization and development of selected Bus Stands in the State of M.P.

bringing into Government’s country reasonable amounts of foreign


currency for the purposes of the Services or for the personal use of
the Personnel and their dependents and of withdrawing any such
amounts as may be earned by the Personnel in the execution of the
Services; and

(g) provide to the Consultants, Sub-consultants and Personnel any such


other assistance as felt necessary.

5.2 Access to Land


The Client warrants that the Consultants shall have free and
unimpeded access to all land in Madhya Pradesh in respect of
which access is required for the performance of the Services. The
Client will be responsible for any damage to such land or any
property thereon resulting from such access and will indemnify the
Consultants and each their personnel in respect of liability for any
such damage, unless such damage is caused by the default or
negligence of the Consultants any Sub-consultants or the Personnel
of either of them.

5.3 Facilities to be Provided by the Client


5.3.1 The Client shall nominate an authorized representative to liaise with
the Consultants on all matters connected with this agreement. In
turn, the Team Leader of the Consultants for the work shall act as
the Liaison officer for the Consultants to liaise with the
representative of the Client.

5.3.2 The Consultants’ engineer and staff shall not be provided any facility
by the Client.

5.4 Payment
In consideration of the Services performed by the Consultants under
this Contract the Client shall make to the Consultants such payments
and such manner as is provided in Clause 6 of the Contract.

6.0 PAYMENTS TO THE CONSULTANTS


6.1 Cost Estimates
An estimate of the cost of the Services payable in local currency is
set forth in TOR.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 69
RFP for modernization and development of selected Bus Stands in the State of M.P.

6.2 Payments to the Consultants

All payments shall be made by the Client to the Consultants in


Indian Rupees as per the following schedules:-
S.No. Mile stone % of Contract
Price
1 Submission of Inception report 10

2 Submission of traffic survey and site 30


identification report
3 Submission of Site development papers 40

Balance 20% will be released on completion of Land Acquisition or


on issuance of Request for Proposal (RFP) documents to bidders;
whichever is earlier.

a. Remuneration for personnel/staff employed for Construction


Supervision, at the rates specified for such Personnel in TOR, based
on their actual deployment. The other costs shall be paid at the fixed
rates for the items as given in TOR.

b. For items listed as reimbursable cost in TOR, shall be operated with


prior consent of the Client and payments shall be made based on
actuals.

c. For items listed under Out of Pocket Expenses in TOR shall be paid
by the Client as per fixed costs given in TOR.

6.3 Currency of Payment:


Indian Rupees

6.4 Mode of Billing and Payment

a) The Client shall pay to the Consultants an interest free advance


payment as specified hereunder and as otherwise set forth below.
The advance payment will be due at effective date after provision by
the Consultants to the Client of a Bank Guarantee by a Bank
acceptable to the Client in local currency. Such Bank Guarantee
shall (i) remain effective until the advance payments have been

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 70
RFP for modernization and development of selected Bus Stands in the State of M.P.

completely set off as provided hereinafter, and (ii) be in the form set
forth in TOR hereto or in such other form as the Client shall have
approved in writing. The advance payment shall be paid within thirty
days after above provisions are complied with.

b) Deleted.

c) As soon as practicable but not later than fifteen (15) days after the
end of each calendar month, during the period of the services, the
Consultants shall submit to the Client in duplicate itemized
statements of the amounts payable pursuant to Clauses 6.2 for such
month. For the items of which monthly rates have been specified,
receipted invoices, vouchers will not be required. Each such separate
monthly statements shall distinguish that portion of the total eligible
costs which pertains to remuneration from that portion which
pertains to reimbursable expenditures. Services Tax as applicable
law of the Govt. of India will be charged on total fees and will be
payable by the Client.

d) The Client shall make the payment of the Consultants’ monthly


statements within thirty (30) days after the receipt by the Client of
such statements with supporting documents. Only such portion of a
monthly statement that is not satisfactorily supported may be
withheld from payment. Should any discrepancy be found to exist
between actual payment and cost authorized to be incurred by the
Consultants; the Client may add or subtract the difference from any
subsequent payments. The interest at 7% per year on local currency
shall become payable as from the above due date on any amount
due but not paid on such due date.

e) The final payment under this Clause shall be made only after the
final report and final statement identified as such shall have been
submitted by the Consultants and approved as satisfactory by the
Client. The services shall be deemed completed and finally
accepted by the Client and final report and final statement shall be
deemed approved by the Client as satisfactory, ninety (90) calendar
days after receipt of the final report and final statement by the
Client unless the Client within such ninety (90) days period gives
written notice to the Consultants, specifying in detail, deficiencies
in the services, the final report or final statement. The Consultants
________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 71
RFP for modernization and development of selected Bus Stands in the State of M.P.

shall thereupon promptly make any necessary corrections and upon


completion of such corrections the foregoing process shall be
repeated. Any amount which the Client has paid or caused to be
paid in accordance with this clause in excess of the amount actually
payable in accordance with the provisions of the Contract shall be
reimbursed by the Consultants to the Client within thirty (30) days
after receipt by the Consultants of notice thereof. Any such claim
by the Client for reimbursement must be made within three (3)
calendar months after receipt by the Client of a final report and a
final statement approved by the Client in accordance with the
above.

f) Payments for remuneration made in accordance with Clause


GC 6:2(a) in foreign and/or local currency shall be paid
without any adjustment to inflation.

Notwithstanding any other provisions in the agreement in this


regard, this provision will prevail and over ride any other
provision to the contrary in this agreement.

g) All payments under this contract shall be made to the


following accounts of the Consultants:

Current A/c No. ………………

Bank Address : …………………………………

7. FAIRNESS AND GOOD FAITH

7.1 Good Faith


The Parties undertake to act in good faith in respect to each other’s
rights under this Contract and to adopt all reasonable measures to
ensure the realization of the objectives of this Contract.

7.2 Operation of the Contract


The Parties recognize that it is impractical in this Contract to provide
for every contingency which may arise during the life of the
Contract and the Parties hereby agree that it is their intention that
this contract shall operate fairly as between them and without
detriment to the interest of either of them and that if during the term

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 72
RFP for modernization and development of selected Bus Stands in the State of M.P.

of this Contract either Party believes that this Contract is operating


unfairly, the Parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of such
unfairness but on failure to agree on any action pursuant to this
Clause shall have the right of dispute subject to arbitration in
accordance with Clause 8 thereof.

8.0 SETTLEMENT OF DISPUTES


8.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes
arising out of or in connection with this Contract or the
interpretation thereof.

8.2 Right to Arbitration and Rules of Procedure


Any dispute between the parties as to matters arising pursuant to this
Contract which cannot be settled amicably within sixty (60) days
after receipt by one Party of the other Party’s request for such
amicable settlement shall be referred to the adjudication of a
Committee of three arbitrators. The Committee shall be composed of
one Dispute Review Expert to be nominated by the Client, one to be
nominated by the Consultants and the third, who will also act as the
chairman of the committee but not as an umpire, who will be chosen
jointly by the two arbitrators.

Save as otherwise provided in the Contract, the arbitration shall be


conducted in accordance with the provisions of the Arbitration and
Conciliation Act 1996 and any statutory modification or enactment
thereof and shall be held at Bhopal and at such time as the
committee of arbitrators may determine. The decision of the
majority of the Arbitrators shall be final and binding as may be
determined by the Arbitrators.

Performance under the Contract shall continue during the arbitration


proceedings and payments due to the Consultants by the Client shall
not be withheld, unless they are the subject matter of the arbitration
proceedings.

All awards shall be writing and such awards shall state reasons for
the awards.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 73
RFP for modernization and development of selected Bus Stands in the State of M.P.

8.3 Miscellaneous
If any arbitration proceedings hereunder.
a) proceedings shall, unless otherwise agreed by the Parties, be
held in Bhopal.

b) The English language shall be the official language for all


the purposes, and

c) The decision of majority of the arbitrators shall be final and


binding and shall be enforceable in any court of competent
jurisdiction and the Parties hereby waive any objections to or
claims of immunity in respect of such enforcement.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 74
RFP for modernization and development of selected Bus Stands in the State of M.P.

FORMATS OF BANK
GUARANTEE

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 75
RFP for modernization and development of selected Bus Stands in the State of M.P.

  DRAFT OF BANK GURANTEE FOR BID SECURITY

1. In Consideration of the Madhya Pradesh Road Development


Corporation Ltd. (hereinafter called “MPRDC” which expression
shall include any entity which MPRDC may designate for the
purpose) having agreed, inter-alia, to consider the bid of
…………………………(hereinafter referred to the “Bidder” which
expression shall include their respective successors and assigns)
which will be furnished in accordance with the terms of reference,
for the project *************** envisaging selection of
Consultant for preparation Detailed Project Report of selected Bus
Stand to be developed on BOT basis in Madhya Pradesh on BOT
basis (hereinafter called the ToR) in lieu of the Bidder being
required to make a cash deposit,

2. We………………………………having its Head Office at


……………(name of the bank address of the issuing branch),
hereinafter called the “Bank” which expression shall include our
successors and assigns, as to bind ourselves our successors and
assigns do at the instance of the Bidder hereby unconditionally and
irrevocably undertake to pay as primary obligor and not as surely
only to MPRDC without protest or demand and without any proof or
condition the sum of Rs. 2,00,000.00 (Rupees two lacs only).

3. We ……………………………(name and address of the issuing


branch) .having its Head Office at ………………………….. do
hereby unconditionally and irrevocably undertake to pay forthwith
(and in any event within five days) the amounts due and payable
under this Guarantee without any delay or demur merely on a written
demand from MPRDC stating that the amount claimed is due by
reason of the occurrence of any of the events referred to in the ToR.
Any such demand made on the Bank by MPRDC shall be
conclusive as regards the amount due and payable by the Bank
under this Guarantee. However, the Bank’s liability under this
Guarantee shall be restricted to an amount not exceeding Rs.
2,00,000.00 (Rupees Two lacs only).

4. We …………………………(Name and address of the issuing


branch) having its Head Office at …………………………
unconditionally undertake to pay to MPRDC any money so

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 76
RFP for modernization and development of selected Bus Stands in the State of M.P.

demanded under this Guarantee notwithstanding any dispute or


disputes raised by the Bidder or any other party including in any suit
or proceeding pending before any court or tribunal relating thereto or
any instructions or purported instructions by the Bidder or any other
party to the Bank not to pay or for any cause to withhold or defer
payment to MPRDC under this Guarantee. The Bank’s liability
under this Guarantee is irrevocable, unconditional, absolute and
unequivocal. The payment so made by the Bank under this
Guarantee shall be valid discharge of the bank’s liability for
payment hereunder and the Bidder shall have no claim against the
Bank for making such payment.

5. We ………………… (name and address of the issuing branch)


having its Head Office at……………………. further agree that the
Guarantee herein contained shall remain in full force and effect up
to and until 1700 hours on the date which falls 45 days beyond the
Proposal Validity period i.e. …………..(hereinafter called “the End
Date”). Unless a demand or claim under this Guarantee is made on
the Bank by MPRDC in writing on or before the said End Date, the
Bank shall be discharged from all liability under this Guarantee
thereafter.

6 We …………………………(name and address of the issuing


branch) having registered office at have its Head Office at
………………………………., further agree with MPRDC that
MPRDC shall have the fullest liberty without the Bank’s consent
and without affecting in any manner the Bank’s obligation hereunder
to vary and of the terms and conditions of the ToR or to extend or
postpone the time of performance by the Bidder or any other Party
from time to time or postpone for any time or from time to time
any of the powers exercisable by MPRDC against the Bidder or any
of them and to enforce or to forbear from enforcing any of the terms
and conditions relating to the ToR and the Bank shall not be relieved
from its liability by reason or any forbearance act or omission on the
part of MPRDC, or any indulgence given by MPRDC to the Bidder
or any other party or by any such matter or thing whatsoever which
under the law relating to securities would, but for this provision,
have the affect of so relieving the Bank.

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 77
RFP for modernization and development of selected Bus Stands in the State of M.P.

7. To give full effect to the obligations herein contained, MPRDC shall


be entitled to act against the Bank as primary obligor in respect of all
claims subject of this Guarantee and it shall not be necessary for
MPRDC to proceed against the Bidder or any other party before
proceeding against the Bank under this Guarantee and the Guarantee
herein contained shall be enforceable against the Bank principal
obligor.

8. This Guarantee will not be discharged or affected in any way by the


liquidation or winding up or dissolution or change or constitution or
insolvency of any individual member of the Bidder or any other
party or any change in the legal constitution or insolvency of the
Bidder or any other party or any change in the legal constitution of
the Bank or MPRDC.

9. We ……………..(name and address of the issuing branch) having its


Head Office at ……………, lastly undertake not to revoke this
Guarantee during its currency except with the previous consent of
MPRDC in writing.

Notwithstanding any contained herein .

a) Our liability under this Bank Guarantee shall not exceed Rs.
2,00,000.00 (Rupees Two lacs only).

b) The Bank Guarantee shall be valid up to ………………..

c) We are liable to pay the guaranteed amount or any part thereof


under this Bank Guarantee only and only if you serve upon us a
written claim or demand on or before ………………..

Date this ……………day of …………20** at ………….

1. Witness………………. (Signature)
Name ………………………
2. Witness …………………(Signature)
Name ……………………
Banker’s Signature & Stamp

________________________________________________________
MPRDC-Bhopal NIT No. No. MPRDC/BOT/FR/2010/ 13459 dated 03.03.2011 78

Você também pode gostar