+ All Categories
Home > Documents > Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and...

Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and...

Date post: 28-Jan-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
96
Page 1 of 96 Transport Department, GNCTD Through Delhi Integrated Multi-Modal Transit System Ltd. REQUEST FOR PROPOSAL (RFP) FOR PROVIDING CONSULTANCY SERVICES BY ARCHITECTS/ DESIGN CONSULTANT (THE “DDC”) FOR PLANNING & DESIGN FOR UPGRADATION/ REHABILITATION/ RE-DEVELOPMENT OF ISBTs AT KASHMERE GATE, ANAND VIHAR & SARAI KALE KHAN IN NCT OF DELHI December, 2008
Transcript
Page 1: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Page 1 of 96

Transport Department, GNCTD

Through

Delhi Integrated Multi-Modal Transit

System Ltd.

REQUEST FOR PROPOSAL (RFP)

FOR PROVIDING CONSULTANCY SERVICES BY ARCHITECTS/ DESIGN

CONSULTANT (THE “DDC”) FOR PLANNING & DESIGN FOR UPGRADATION/

REHABILITATION/ RE-DEVELOPMENT OF ISBTs AT KASHMERE GATE, ANAND

VIHAR & SARAI KALE KHAN IN NCT OF DELHI

December, 2008

Page 2: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 2 of 96

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

Page 3: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 3 of 96

Delhi Integrated Multi Modal Transit System Limited

Consultancy Services For the Planning and Design For Upgradation/ Rehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and

Sarai Kale Khan in NCT of Delhi

Request for Proposal

Issued to:

______________________________________

______________________________________

Issued on:______________________________

Received DD No. dated of Rs. 10,000/-

_______________

Bank Cheque / Pay Order / DD No- ___________ Dated- _____________

Drawn on- ________ Bank Ltd., ______________________

Page 4: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 4 of 96

SCHEDULE OF BIDDING PROCESS

S.No.

Activity

Schedule

Time Date

1

Sale of Request for Proposal (RFP) Document

► Starting From 11.00 AM

30-12-2008

► Up to 4.00 PM 16-01-2009

2 Pre Bid Meeting

3.30 PM 09-01-2009

3 Last date and cut-off time for receipt of Technical & Financial Bid

3.00 PM 19-01-2009

4 Date and time for opening of Technical Bid

3.30 PM 19-01-2009

5 Date and time for opening of Financial Bid

3.30 PM To be intimated later

Page 5: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 5 of 96

CONTENTS

TITLE Page no. Notice Inviting Tender

Section I – Letter of Invitation Section II – Information to Bidders Section III – Terms of Reference Section IV – Technical Proposal -Standard Forms

Section V – Financial Proposal – Standard Forms Section VI – Draft Form of Contract

Section VII -- Preliminary Concept Plan & Traffic Data Section VIII -- Format of Power of Attorney for signing of bid Section IX -- Format of Power of Attorney for Lead Member of Consortium

Section X -- Format of Performance Security Bank Guarantee

Page 6: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 6 of 96

Notice Inviting Tender

Government of National Capital Territory of Delhi

Transport Department

Request for Proposal for Project Architects( Detailed Design Consultants)

For Inter State Bus Terminals(ISBTs), NCT of Delhi

Project Background :

Transport Department, Govt. of NCT of Delhi has entrusted the responsibility of upgradation/ rehabilitation/ re-

development of existing Inter State Bus Terminals (ISBTs) at Kashmere Gate, Anand Vihar & Sarai Kale Khan in

Delhi to Delhi Integrated Multi-Modal Transit System Ltd (“DIMTS”). DIMTS on behalf of Transport Depratment,

invites Request for Proposal (RFP) from the pre-qualified Project Architects (Detailed Design Consultants) for

providing comprehensive Consultancy Services for the planning & design for Upgradation/Rehabilitation/Re-

Development of these ISBTs. The Projects would have two distinct components i.e. Bus Terminal Area &

Commercial Area and the project Architect will be expected to develop plan and design of ISBTs based on futuristic

and modern designs having an efficient operation of the bus system.

Copies of the RFP documents can be collected from the office of DIMTS, 1st Floor, Maharana Pratap I.S.B.T.

Building, Kashmere Gate, Delhi – 110006 [Tele: 011-43090100, Fax: 011-23860966] on all working days till

16.01.2009 between 10:00 Hrs to 16:00 Hrs. The document can also be downloaded from DIMTS‟s website at

www.dimts.in. Interested applicants can contact Engineer in Chief, DIMTS Ltd.,1st Floor, Maharana Pratap

I.S.B.T. Building, Kashmere Gate, Delhi – 110006 [Tele: 011-23861554, Fax: 011-23860966] for any further

information.

The Request for Proposal shall be submitted in the office of DIMTS Ltd. on or before 15:00 hrs till 19.01.2009.

Late or delayed submissions will not be accepted.

Engineer in Chief

Delhi Integrated Multi-Modal Transit System Ltd

Page 7: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 7 of 96

SECTION- I

Letter of Invitation (LOI)

ISSUED SEPERATELY

******

Page 8: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 8 of 96

SECTION-II

INFORMATION TO BIDDERS

1. Introduction 1.1 Definitions

(a) “Employer” means Delhi Integrated Multi-Modal Transit System (DIMTS) working on behalf of Transport Department, GNCTD.

(c) “Project Architect” or “Detailed Design Consultant (DDC)” means any entity or person that may provide or provides the Services to DIMTS under the Contract.

(d) “Contract” means the Contract signed by the Parties and all the attached documents

listed in its Clause 1 i.e. the General Conditions (GC), the Special Conditions (SC), and the Appendices.

(e) “Data Sheet” means such part of the Instructions to bidders used to reflect specific

assignment conditions. (f) “Day” means calendar day. (g) “Government” means the Government of India / Government of N.C.T. of Delhi. (h) Deleted. (i) “LOI” (Section I of the RFP) means the Letter of Invitation sent by DIMTS to the short

listed Project Architects. (j) “Personnel” means professionals and support staff provided by the Detailed Design

Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof.

(k) “Proposal” means the Technical Proposal and the Financial Proposal. (l) “RFP” means this Request For Proposal issued by DIMTS for the selection of Project

Architect. (m) “Services” means the work to be performed by the Project Architect pursuant to the

Contract. (n) “Sub-Consultant” means any person or entity with whom the Project Architect

subcontracts any part of the Services. (o) “Terms of Reference” (TOR) means the document included in the RFP as Section III

which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of DIMTS and the Project Architect, and expected results and deliverables of the assignment.

(p) “Date of Commencement” means the date of issue of letter of acceptance.

1.2 Deleted.

1.3 The DDC‟ are invited to submit Technical Proposals and Financial Proposals as

specified in the Data Sheet (the Proposal) for services required for the Assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and

Page 9: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 9 of 96

ultimately signing of a contract with the selected firm. 1.4 The DDC should familiarize themselves with local conditions and take them into

account in preparing their Proposals. To obtain first hand information on the Assignment and on the local conditions, DDC are encouraged to attend a pre-proposal conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional. The DDC‟ representative should contact the officials named in the Data sheet to arrange for their visit or to obtain additional information on the pre-proposed conference.

1.5 The Project Architect will be required to obtain all necessary approvals/NOC/permit

etc. from statutory local bodies, authority on behalf of Employer. 1.6 Project Architect shall bear all costs associated with the preparation and submission of

their proposals and contract negotiation. The Employer is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the Bidders.

1.7 Employer requires that Project Architect provide professional, objective, and impartial

advice and at all times hold DIMTS‟ interest paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests.

1.7.1 A DDC (including its Personnel and Sub-Consultants) or any of its affiliates shall not

be hired for any assignment that, by its nature, may be in conflict with another assignment of the DDC to be executed for the same or for another Client.

1.7.2 A DDC (including its Personnel and Sub-Consultants) that has a business or family

relationship with a member of the Employer‟s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to DIMTS throughout the selection process and the execution of the Contract.

1.7.3 Project Architect have an obligation to disclose any information of actual or potential

conflict that impacts their capacity to serve the best interest of their Employer, or that may reasonably be perceived as having this effect. Failure to disclose said information may lead to the disqualification of the Project Architect or the termination of its Contract.

1.7.4 If a Project Architect could derive a competitive advantage from having provided

services related to the assignment in question, the Employer shall make available to all DDCs together with this RFP all information that would in that respect give such DDC any competitive advantage over competing DDC‟.

1.8 It is DIMTS‟s policy that the DDC observes the highest standard of ethics during the

selection and execution of such contracts. In pursuance of this policy, DIMTS:

(a) defines, for the purpose of this paragraph, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting,

directly or indirectly, of anything of value to influence the action of a public official in the selection process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts

Page 10: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 10 of 96

intentionally or unintentionally in order to influence a selection process or the execution of a contract;

(iii) “collusive practices” means a scheme or arrangement between two or more DDCs with or without the knowledge of the Employer, designed to establish prices at artificial, noncompetitive levels;

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract.

(b) will reject a proposal for award if it determines that the DDC recommended

for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time,

to be awarded a domestic financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a domestic financed contract; and

(d) will have the right to inspect their accounts and records relating to the

performance of the contract and to have them audited by authorized representatives of DIMTS.

1.9 Project Architect, their Sub-Consultants, and their associates shall not be under a

declaration of ineligibility for corrupt and fraudulent practices. Furthermore, the Project Architect shall be aware of the provisions on fraud and corruption stated in the specific clauses in the General Conditions of Contract.

1.10 The Data Sheet indicates how long Project Architects‟ Proposals must remain valid

after the submission date. During this period, Project Architect shall maintain the availability of Key Professional staff nominated in the Proposal. DIMTS will make its best effort to complete negotiations within this period. However, should the need arise, DIMTS may request Project Architect to extend the validity period of their proposals. Project Architect who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, DDC could submit new staff in replacement, who would be considered in the final evaluation for contract award. DDCs who do not agree have the right to refuse to extend the validity of their Proposals.

1.11 Architect/Design Consultancy Firm should have either their Office in National capital

Region /Delhi, or they have to open an office immediately after award of the work.

1.12 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 firm in partnership

(A certified copy of the Power of Attorney shall accompany the Proposal). iii. by a duly authorized person holding the Power of Attorney in case of a

Limited Company or a corporation (A certified copy of the Power of Attorney shall accompany the proposal).

iv. by a duly authorized person holding the Power of Attorney in case of a Joint Venture (A certified copy of the Power of Attorney given by authorized signatories of JV partners shall accompany the proposal).

2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

2.1 DDCs may request a clarification of any of the RFP documents up to the date

indicated in the Data Sheet before the Proposal submission date. Any request for

Page 11: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 11 of 96

clarification must be sent in writing by paper mail, cable, telex, facsimile, or electronic mail to the address for communication indicated in the Data Sheet. DIMTS will respond by cable, telex, facsimile, or electronic mail to such requests and will send copies of the response (including an explanation of the query but without identifying the source of inquiry) to all invited Project Architects who intend to submit proposals.

2.2 At any time before the submission of Proposals, DIMTS may for any reason, whether

at its own initiative or in response to a clarification requested by a bidder, modify the RFP documents by amendment. Any amendment shall be issued in writing through addenda. Addenda shall be sent to all bidders by mail, cable, telex, facsimile, electronic mail or will be posted on the website and will be binding on them. The Employer may at its discretion extend the deadline for the submission of Proposals.

2.3 Bidders can submit bids for any or all ISBTs. However, bidders shall submit separate

bids (technical & financial) for each ISBT. Further, one bidder shall be awarded only one project as per the procedure/provisions contained/described in the RFP document.

3. Preparation of Proposal : - In preparing the proposal, Project Architects are

expected to examine the documents comprising this RFP in detail. Material deficiencies in providing the information requested may result in rejection of a Proposal i.e. non submission of CVs, certificates of turnover, certificate of work experience etc. Bidders are requested to submit proposal in following 2 covers:-

i) Technical Proposal (including documents in support of proof of eligibility) ii) Financial Proposal

3.1 Technical Proposal :

3.1.1 The technical proposal shall be submitted as per the formats given in Section IV of

RFP document. 3.1.2 Technical proposal must include the following information using but not limited to the

formats attached in Section– IV.

i) Proposal submission letter

ii) Power of Attorney for person signing the bid as per para 1.12 of Information

to bidders iii) Turnover of the firm during last 3 years

iv) Firm‟s experience in last 7 years (completed as well as ongoing projects

related to the planning and detailed design of Transit Structures, Inter-Modal Passenger Transfer facilities including Airports, major Railway Stations, Bus Terminals, and Transport Terminals involving major traffic circulation).

The experience certificate from respective clients in support of having completed detailed design and planning of projects of minimum requirement as specified in data sheet for the project size preferably of similar nature as that of proposed project must be furnished. Certificate should indicate clearly the bidder‟s Design/planning experience, details of the project, detail of activities carried out in the project, completion time etc. Scope of services rendered by the firm should be clearly indicated in the certificate obtained from the respective client. Photograph of the completed project should be enclosed with the proposal

Page 12: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 12 of 96

v) The composition of the proposed Team and Task Assignment to individual personnel.

vi) One set of original Curriculum Vitae (CV) need to be recently signed in blue

ink by the proposed key professional staff and also countersigned by an authorized official of the Firm and each page of the CV must be signed. The key information shall be as per the format in the bid. Unsigned copies of CVs shall liable to be rejected.

vii) Proposed work programme and methodology for the execution of the

services illustrated with bar charts of activities, including survey equipment and procedure for quality assurance.

viii) Estimates of the total time effort (Man Hours) to be provided for the

services, supported by bar diagrams showing the time proposed for each Key Professional staff.

ix) Concept design/ model (animated model-optional), for proposed project

x) Comments or suggestion on the TOR, if any.

xi) The Bid should clearly state the lead partner in the Joint venture/consortium

who will be wholly responsible for the performance of contractual obligations under the contract with DIMTS. A detailed Project specific Memorandum of Understanding between the partners of such Joint Venture/Consortium stating their inter-relationship along with their respective roles and obligations and division of Scope of Work should be submitted along with Technical Bid. A Power of Attorney signed by all parties (either individually or collectively) must accompany the Bid authorizing the lead partner to submit and negotiate the Bid on behalf of the Joint Venture/ Consortium.

xii) Change in the composition of consortium shall not be permitted by DIMTS

during the Bidding stage or later.

3.1.3 It may be ensured that the CVs of the proposed key personnel are in the prescribed format as per Form-VII [Section IV]. It may please be ensured that the format is strictly followed and the information furnished therein is true and correct. The CV must indicate the work in hand and the duration till which the person will be required to be engaged in that assignment. No alternate of key professional staff shall be proposed and only one Curriculum Vitae may be submitted for each position.

3.1.4 Deleted. 3.1.5 During preparation of the technical proposal, you must give particular attention to the

following: i. Total assignment period is as indicated in the enclosed TOR. A manning

schedule in respect of requirement of key personnel is also furnished in the TOR, which shall be the basis of the financial proposal. You shall make your own assessment of support personnel both technical and administrative to undertake the assignment. Additional support and administrative staff required for timely completion of the project will be incidental to the total contract cost. It is stressed that the time period and minimum staff deployment for the assignment indicated in the TOR should be strictly adhered to.

ii. No alternative to key personnel may be proposed and only one CV may be

Page 13: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 13 of 96

submitted for each position in the format given at Form-VII. The minimum requirements of Qualification and Experience of all key personnel are listed in Enclosure-II. The proposal not meeting the minimum requirement specified shall not be evaluated further. However, DIMTS reserves the right to vary the minimum requirements in the interest of work without giving any notice.

iii. Where graduation is the required qualification, post graduation in relevant field, i.e. in Arch., Structure Engineering etc. would be considered equivalent to 2 years experience and Ph. D equivalent to another 3 years. Chief Architect, Resident Architect, Structure Engineer, Service Engineers and CAD Operator should be available from beginning of the project. The availability of key personnel must be ensured at site during the period shown in the manning schedule;

vi. The qualification of the key personnel must be furnished in the technical proposal.

vii. An undertaking from the key personnel must be furnished that he will be available for proposed duration of the project assignment.

viii. A good working knowledge of English Language is essential for key professional staff on this assignment. Study reports must be in ENGLISH Language.

3.1.6 The technical proposal must not include any financial information, otherwise it will be

rejected. 3.2 Financial Proposal

3.2.1 The Financial proposal should include the costs associated with the assignment.

These shall cover all the expenditure such as: remuneration for staff (in the field, office etc), preparation of drawing and designs, reports and documents, surveys, geo-technical investigations, taxes etc. (except applicable service tax which will be paid separately), models of the project, presentations and any other cost as applicable etc. Your financial proposal should be prepared strictly using, the formats attached in Section – V. Your financial proposal should clearly indicate the percentage amount asked for by you without any assumptions or conditions attached to such amounts. Conditional offer or the proposal not furnished in the format attached in Section-–V shall be considered non-responsive and is liable to be rejected.

4 Submission of Proposals

4.1 The Applicants shall submit the details on issued/downloaded Application (proof of

eligibility, technical bid and financial bid) in hard bound form with all pages signed or initialed numbered serially and by giving an index of submissions. Applications submitted in other forms like spiral bound form; loose form etc will be rejected. Copies of Applications shall not be submitted and considered.

4.2 You must submit only one original proposal before or on due date and time as

indicated in the Data Sheet. Proposal will be sealed in an outer envelope, which will bear the address and information indicated in the Data Sheet. The envelope must be clearly marked:

Project Name “Consultancy Services by Architects/ Design Consultants (DDC) for Planning & Design For Upgradation/ Rehabilitation/ Re-development of ISBT At _________________________”

Do not open, except in presence of the evaluation committee

Page 14: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 14 of 96

4.2.1 This outer envelope will contain two separate envelopes, one clearly marked „Technical Proposal‟ and the second clearly marked „Financial Proposal‟.

4.2.2 Demand draft of Rs. 10,000/- payable towards the purchase of RFP document, in case

the same has been downloaded from the website, shall be furnished in a separate envelope along with each Bid.

4.2.3 The technical and financial proposal must be prepared in indelible ink and must be

signed by the authorized representative of the Project Architects. The letter of authorization must be confirmed by a written power of attorney accompanying the proposals. The person or persons signing the proposal must initial/stamp all pages of the technical and financial proposals.

4.3 The proposal must contain no interlineations or overwriting except as necessary to

correct errors (use of correction fluid not allowed) made by the DDCs themselves, in which cases such corrections must be initialed by the person or persons signing the proposal.

4.4 Your completed Technical and Financial proposal must be delivered on or before the

time and date stated in Data Sheet. After the dead line for submission of proposals, the Technical Proposal shall be opened by the evaluation committee. The Financial Proposal shall remain sealed and deposited with DIMTS until all submitted proposals are opened publicly.

4.5 Your proposal must be valid for the number of days stated in the Data Sheet from the

closing date of submission of proposal. 5. Proposal Evaluation 5.1 The following procedure will be adopted in evaluating the proposal. The firms failing to meet minimum requirement will be declared non-responsive.

5.1.1 The experience of similar works, concept Design/model/animated model of the work,

presentation of the concept design, and original CV of the key personnel etc. of the firm will be evaluated applying pre-defined marking criteria given in the DATA SHEET.

5.1.2 The financial proposal of all eligible firms who are found responsive in technical

evaluation shall be opened. The work shall be awarded to the firm on the basis of Quality- Cost (80:20) based System.

5.2 Evaluation of Technical Proposal The evaluation will be carried out as per the

evaluation criteria specified in the Data Sheet. 5.3 Opening/Evaluation of Financial Proposal 5.3.1 After the evaluation of technical proposal is completed, DIMTS may notify those

bidders whose proposals did not meet the minimum qualifying mark or were considered nonresponsive to the RFP and Terms of Reference, indicating that their Financial Proposals shall be returned unopened after completing the selection process. DIMTS will simultaneously notify the bidders that have secured the minimum qualifying mark, indicating the date and time set for opening the financial proposals. The notification may be sent by registered letter, telex, facsimile or electronic mail.

5.3.2 The financial bids for three ISBTs shall be opened in the following order :

(i) Kashmere Gate

Page 15: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 15 of 96

(ii) Anand Vihar (iii) Sarai Kale Khan

The financial bids of bidder for 2nd & 3rd ISBTs shall not be opened if he is determined H1 (bidder with highest Technical-cum-Financial Score) for the 1st ISBT. Similarly, the financial bid of bidder for 3rd ISBT shall not be opened if he is determined H1 for the 2nd ISBT.

5.3.3 The Financial proposals shall be opened publicly in the presence of the qualified/ responsive bidders‟ representatives who choose to attend. The name of the DDC, the technical scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened.

5.3.4 Deleted.

5.3.5 The bidder shall submit the financial proposal in Indian Currency only and shall also be

paid accordingly, if selected.

5.3.6 The Evaluation Committee will determine whether the Financial Proposals are

complete. The Proposal shall include all taxes, duties, fees, levies and other charges imposed under the applicable law; and applied to Project Architects as well as their personnel. Service Tax as applicable shall however be paid extra.

5.3.7 The lowest Financial Proposal will be given a financial score of 20 (Twenty) points.

The financial scores of the other financial proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical-cum-financial scores using the weights [T(w)= the weight given to the Technical Score; F(w)=the weight given to the financial score; T(w)+F(w)=1] indicated in the Data Sheet]. The firm achieving the highest combined technical-cum-financial score will be invited for negotiations, if required.

6. DIMTS Role and Responsibilities

DIMTS shall discharge all the obligations connected with the project and engagement of the Project Architect as follows:

a) Shall provide detailed requirements of the project‟ b) Shall provide site plan showing boundaries. c) Shall pay all the fees, levies, security deposits and expenses in respect of

statutory sanction.

7 Contract Negotiations

7.1 Prior to the expiration period of proposal validity, DIMTS will notify the most preferred

Project Architect in writing by registered letter, cable, telex or facsimile and invite him to negotiate the Contract.

7.2 Negotiations normally take two to three days. The aim is to reach agreement on all

points and initial a draft contract by the conclusion of Negotiations.

7.3 Negotiations will commence with discussion on technical proposal, the proposed

methodology (work plan), staffing and any suggestions made to improve the TOR including concept design, the staffing and bar charts, which will indicate activities, staff and periods in the field and in the home office, staff months, logistics and reporting. The financial proposal is subject to rationalization. Special attention will be paid to optimize the required outputs from the Project Architect within the available budget and to define clearly the inputs required from DIMTS to ensure satisfactory implementation

Page 16: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 16 of 96

of the Assignment.

7.4 Changes agreed upon will then be reflected in the financial proposal.

7.5 Having selected Project Architect, among other things, on the basis of an evaluation of

proposed key professional staff, DIMTS expects to negotiate, within the proposal validity period, a contract on the basis of the staff named in the proposal and, prior to contract negotiations, will require assurances that the staff will be actually available. DIMTS will not consider substitutions during contract negotiations except in cases of incapacity of key personnel for reasons of health. Similarly, after award of contract DIMTS expects all of the proposed key personnel to be available during implementation of the contract. DIMTS will not consider substitutions during contract implementation except under exceptional circumstances and that too by only equally or better qualified and experienced personnel and as per the contract condition.

7.6 The negotiations will be concluded with a review of the draft form of Contract. DIMTS

and the Project Architect will conclude negotiations to finalize the contract. 8. Performance Security 8.1 The Project Architect shall provide security for his performance of the contract to

DIMTS within 10 days after the receipt of the Letter of Acceptance. The Performance security shall be in the form of an unconditional bank guarantee from any nationalized bank or scheduled bank in India or foreign bank, valid upto 24 months from date of issue of “Letter of Acceptance” and extendable up to a suitable period as desired by DIMTS as mentioned below:

i) The bank guarantee shall be from State Bank of India or its subsidiaries, any Indian Nationalized Bank, IDBI or ICICI, Any Foreign Bank (issued by a branch outside India) with a counter guarantee from SBI or its subsidiaries or any Indian Nationalized Bank, Any scheduled commercial Bank approved by RBI having a net worth of not less than Rs. 500 Crore as per the latest Annual Report of the Bank, In the case of a Foreign Bank (issued by a branch in India), the net worth in respect of the Indian operations shall be taken into account.

ii) The bank guarantee issued by a Cooperative Bank shall not be accepted. The amount of the bank guarantee shall be 10% (Ten percent) of the Contract Price. The performance security shall be denominated in the types and proportions of currencies in which the Contract Price is payable. The same shall be furnished to the Employers in the proforma included in the Bidding documents.

iii) DIMTS shall have the right to encash or invoke the Performance Bank Guarantee in case of failure on the part of the Project Architect to adhere to its Deliverable in terms of the Contract or any deficiency, defect, inadequacy either in the design /drawing/ engineering and documentation which the Project Architect fails to rectify or remedy within a reasonable time or as may be instructed by DIMTS.

8.2 Signing of the Agreement After confirmation of the performance security, DIMTS

will notify the date and venue to the firm to attend the office for formal signing of the contract agreement on Rs.100 stamp paper. The cost of the stamp paper will be borne by the consultancy firm and the stamp paper will be in the joint name of DIMTS and Architectural firm.

However, the Contract Agreement shall be signed within 30-days of issue of Letter

acceptance.

Page 17: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 17 of 96

9. Indemnification: 9.1 The Project Architect will indemnify DIMTS for any direct loss or damage that occurs

due to deficiency in services in carrying out all services as per scope of work and TOR. 9.2 Escalation: No escalation shall be payable for the services. 10. Award of Contract 10.1 The Contract will be awarded after successful Negotiations with the preferred Detailed

Design Consultant. If negotiations fail, DIMTS may invite the 2nd

higher scorer Detailed Design Consultant for Contract negotiations.

10.2 The selected DDC is expected to commence the Assignment from the date of issue of

Letter of acceptance. 11. Confidentiality

Information relating to evaluation of proposals and recommendations concerning awards shall not be disclosed to the bidders who submitted the proposals or to other persons not officially concerned with the process, until the winning bidder has been notified that it has been awarded the contract.

Page 18: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 18 of 96

DATA SHEET

(References to corresponding paragraphs of SECTION - II are mentioned alongside) 1. The Name of the Assignment is: Consultancy Services by Architects/ Design

Consultants (DDC) for the planning & design for Upgradation/Rehabilitation/ Re-Development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan.

(Ref. Para 1.3) 2. Date and Time of Pre-Proposal Conference

Date: 09.01.2009 (15:00 hours) Venue: DIMTS, 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi – 110006

Address for Communication: Engineer-In-Chief, Delhi Integrated Multi Modal Transit System Limited, 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi – 110006 Tele: 011-23861554, Fax: 011-23860966 Website: http://www.dimts.in

(Ref. Para 1.4)

3. Proposals must remain valid 90 days after the submission date (Ref. Para 1.10)

4. Clarifications may be requested up to 08.01.09.

The addresses for requesting clarifications: Engineer-In-Chief, Delhi Integrated Multi Modal Transit System Limited, 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi – 110006 Tele: 011-23861554, Fax: 011-23860966 Website: http://www.dimts.in

(Ref. Para 2.1) 5. The Project Architect and their personnel shall pay all taxes, custom duties, fees,

levies and other impositions levied under the law (except service tax, as applicable, which shall be reimbursed to Project Architect).

(Ref. Para 3.2.1) 6. The number of copies of the proposal required to be submitted: 01 (One) no. in original 7. The address is (Ref. para 4.2)

Engineer-In-Chief, Delhi Integrated Multi Modal Transit System Limited, 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi – 110006 Tele: 011-23861554, Fax: 011-23860966 Website: http://www.dimts.in

The envelopes must be clearly marked:

i. ORIGINAL PROPOSAL; ii. DOCUMENTS IN PROOF OF ELIGIBILITY & TECHNICAL PROPOSAL or

FINANCIAL PROPOSAL as Appropriate; and,

Page 19: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 19 of 96

iii. DO NOT OPEN, EXCEPT IN PRESENCE OF THE EVALUATION COMMITTEE

On the outer envelope. iv. Project Name:_______________ v. Name and Address of Project Architect

8. The date and time of proposal submission are: 19.01.2009 (Upto 15:00 hrs) (Ref. Para 4.4)

9. Proposal Validity period (days, date): 90 days (Ref. Para 4.5) 10. Evaluation of the Proposal:

(Ref. Para 3 & 5) 10.1 Relevant Experience:

(Ref. Para 3.1 & 5.1)

The experience of the bidders related to the planning and detailed design of Inter-Modal Passenger Transfer facilities including Airports, major Railway Stations, Bus Terminals, and Transport Terminals involving major traffic circulation) shall be considered as below: One work costing more than Rs.100 crores will be considered equivalent to Two works costing more than Rs.60 crores, or Three works costing more than Rs.40 crores, or Five works costing more than Rs. 25 crores In case of Joint Venture experience of both the members shall be added up.

10.2 Audio-Visual Presentation: The bidders are required to make an Audio-Visual

presentation on concept design/model in DIMTS for the Technical Evaluation of the proposal. The bidders are expected to include their proposed Concept Plan, isometric views and are encouraged to present walk through, models or any other mode of display means in their audio-visual presentation. DIMTS intends to award prize monies of Rs. 50,000/- (Rupees Fifty Thousand), Rs.40,000/- (Rupees Forty Thousand) and Rs. 30,000/- (Rupees Thirty Thousand) to the best three Concept Plans adjudged, for each ISBT. Marks will be allotted to the bidder based on their level of presentation as per predefined marking criteria. It may be noted that the award money paid to the successful bidders, if any, shall be adjusted from the first payment due to them.

After making the audio-visual presentation the bidder shall submit the soft copy of the same to DIMTS.

10.2.1 The evaluation of the Technical Proposal, including evaluation of concept design/

model and proposed key personnel, shall be carried out as per pre-defined marking criteria given as under. The minimum essential requirement of the key personnel is given in Enclosure-II of RFP. Each key person must meet the minimum essential requirement in order to qualify in the evaluation.

Page 20: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 20 of 96

10.2.1.1 Evaluation Criteria

Sl. No. Description Maximum marks

A Main /branch office of the Firm in NCR/Delhi

05

B No of completed/commissioned or under execution projects of planning & design of Bus Terminals, Airport Terminals, Railway Terminals, Truck Terminals (incl. traffic circulation area) as Planning & Design Consultant etc. * Work Experience Certificate issued by the respective Client should be submitted for each work experience otherwise the same will not be considered for evaluation.

20

C Awards received for prestigious/innovative works from Government / Professional Bodies during last 10 years

05

D Adequacy of work plan, approach & methodology 10

E Presentation on Concept design /model 30

F Qualification and Relevant Experience of proposed key personnel

30

Minimum qualifying marks will be 50 percent individually for (B), (D), (E) & (F), overall qualifying marks will be 60 percent for opening of financial proposal.

10.2.1.2 Details of Evaluation

A. Main /branch office of the Firm in NCR/Delhi If yes : 5 marks (In case of JV any member may have an office at Delhi) If no : 0 marks

B. Firms relevant experience(Completed Projects) : Total Points = 20

C. Awards received during last 10 years : Total Points = 5

One award 2

Two awards 3

Three or more awards 5

Specific experience of planning & design of Bus Terminals, Airport Terminals, Railway Terminals, Truck Terminals (incl. traffic circulation area) costing more than Rs. 100 crores or equivalent as indicated in 11.1 above (In case of combination of Projects in terms of cost, marks will be allotted on pro rata basis)

One Project 10

Two Projects 15

Three Projects or more 20

Page 21: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 21 of 96

D. Adequacy of the proposed work plan and methodology in response to the TOR: Total Points = 10

(a) Understanding TOR 4

(b) Proposed Methodology including Quality Assurance Plan 4

(c) Work Programme and Manning Schedule 2

E. Presentation on Concept design /model : 30 marks

F. Qualifications and competence of the key staff for this Project (Total points

100 to be weighted to 30 points).

S.No. Position Points

1 Team Leader-cum-Chief Architect 20

2 Resident Architect 10

3 Structural Engineer (Civil) 10

4 Service Engineer (Civil) 10

5 Service Engineer (Electrical) 10

6 Air-Conditioning /Lift Specialist 5

7 CAD Operator 5

8 Fire fighting and security specialist 5

9 Interior Decorator 5

10 Communication and Networking Engineer/Specialist 5

11 Landscape Specialist 5

12 Traffic & Transportation Expert 10

*The detailed criteria for assessment of qualifications and competence of the key personnel is given in enclosure – II.

10.3 Technical-cum-Financial Score: The formula for determining the final score of each bidder is given below:

Total Points = T (w) x T (s) + F (w) x LEC / EC, where T (w) stands for weight of the technical score – 80 % (Eighty Percent) T(s) stands for technical score – arrived by adding up the marks scored by the bidder in (A), (B), (C), (D), (E) & (F) above. F(w) stands for weight of the financial proposal – 20 (Twenty) EC stands for Evaluated Cost of the financial proposal LEC stands for Lowest Evaluated Cost of the financial proposals The Evaluated Cost of the Financial Proposal (EC) will be determined by multiplying the percentage fee quoted by the bidder with the estimated value of the ISBT as given in the Form –II of Section – V. The proposals will be ranked in terms of total points scored. The proposal with the highest total points (H-1) will be considered for award of Contract and will be called for negotiations, if required.

(Ref. Para 5.3)

11. Commencement of Assignment (Date): The Project Architect shall commence the services from the date of issue of Letter of Acceptance.

(Ref. Para 10.2)

*****

Page 22: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 22 of 96

SECTION - III

TERMS OF REFERENCE (TOR) 1. General 1.1 Delhi Integrated Multi-Modal Transit System Limited (DIMTS), a joint venture company

between Infrastructure Development Finance Company Limited, India‟s premier infrastructure advisory group, and Government of National Capital Territory of Delhi (GNCTD), has been set up with an objective to augment public transport in Delhi through a city-wide integrated multi-modal network of mass transit system/s. It aims to provide user friendly public transport services and to set up a mechanism for growth of public transport to keep pace with increase in demand.

1.2 Following Inter-State Bus Terminals are operating in Delhi at present :

a. Anand Vihar b. Kashmere Gate c. Sarai Kale Khan Transport Department, Delhi, through DIMTS is desirous of undertaking a major upgradation/rehabilitation/ re-development of existing ISBTs at Anand Vihar, Kashmere Gate & Sarai Kale Khan

1.3 Transport Department, Delhi has entrusted the responsibility of upgradation/ rehabilitation/ re-development of the said ISBT to Delhi Integrated Multi-Modal Transit System Ltd (“DIMTS”).

1.4 DIMTS will be providing the following reports to the Project Architect: (a) Plans of existing ISBTs (b) Traffic Study Report for ISBTs (c) Preliminary Concept Plans for redevelopment of ISBTs available with DIMTS

1.5 The Project would have two distinct components:

1. Bus Terminal Area 2. Commercial Area

The Anand Vihar & Sarai Kale Khan ISBTs are operating from temporary structures for which comprehensive model has to be developed for construction of main ISBT operations area along with the maximum development for commercial land use as permissible in the Master Plan. The Kashmere Gate ISBT is operating from a developed complex wherein large number of Government offices and kiosks/shops are also existing. Accordingly, the development of concept for this ISBT shall have to be planned for making provision for hotel, public utilities, parking etc. in order to generate maximum revenue as permissible in the Master Plan. For hotel development in all these three ISBTs, the detailed planning shall not be in the scope of the work and only area is to be earmarked by of the Project Architect.

1.6 Project Architect is expected to develop the concept plan and further planning/design of ISBT based on futuristic and modern designs taking into account following broad parameters:

design period of 40 years

Page 23: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 23 of 96

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, taxi, auto stand, rickshaw stand etc

Commercial space 1.7 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;

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 private vehicles

1.7.1 The Project Architect shall endeavor to plan & design the ISBT as “Green building” to reduce the overall impact of the built environment on human health and the natural environment by:

Efficiently using energy, water, and other resources Protecting occupant health and improving employee productivity Reducing waste, pollution and environmental degradation

Accordingly, the DDC shall suggest the model for claiming certified emission reduction (CER) credits to get registered under Clean Development Mechanism (CDM).

1.8 The plans/designs/drawings shall detail out features such as walkways, disability

access, lifts, staircases, landscaping etc and should be an efficient blend of form and function, to create an impressive landmark while catering to all other user requirements. DDC shall also prepare drawings necessary for statutory approvals, ensure compliance with applicable codes, standards and legislations, as applicable, and assist DIMTS in obtaining the statutory approvals thereof, if required. The planning, design of the buildings/terminal/commercial area is to follow all rules, regulations and bye-laws of Delhi Development Authority and other statutory bodies.

2.0 Role of Project Architect or Detailed Design Consultant (DDC): 2.1 The Project Architect shall provide comprehensive services in project

conceptualization covering space utilization, Preliminary Project Report, Project cost estimation, Detailed Architectural, Engineering and services design, Detailed Project Report, Preparation of contract Documents etc. The Preliminary project report shall cover all project components.

2.2 The DDC shall take all necessary statutory approval from all authorities including DDA,

MCD, DUAC, Jal Board, Pollution Control Board, Airport Authority of India, MoEF etc.

Page 24: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 24 of 96

Preparation of all submission drawings / materials and models for these approvals will be responsibility of the DDC.

2.2.1 All Environmental Impact Assessment, as required has to be done by the DDC. 2.3 The DDC shall have constant and regular interaction with DIMTS for formulating the

design philosophy and parameters, preparation of preliminary designs/ drawings/ specifications.

2.4 The DDC shall have to carry out reconnaissance survey topography of all existing

services and other constraints existing in and around the site. 2.5 The DDC shall also prepare the bid documents for call of tenders for execution of work

in suitable packages. The Detailed Estimate showing details of measurement, BOQ, draft tender document, analysis of rates etc. shall have to be prepared and submitted by the DDC to DIMTS for formal approval.

2.6 The services of the Project Architect shall be available during execution phase also. All

necessary modification/corrections shall have to be carried out by DDC as and when the need arise.

2.7 The Project Architect and the Sub-Consultants may also have to visit the ongoing

works during execution stage to ensure that the works are being executed as per approved scheme of the Project Architects. Rendering advice during this phase also shall be responsibility of the Project Architect.

2.8 DDC will assist DIMTS regarding the sequence and methodology of construction.

2.9 DDC will prepare a construction scheduling and phasing plan keeping in view that the

services from ISBTs are to continue, remain functional during construction and should not be adversely affected.

2.10 The DDC shall have to co-ordinate with DIMTS and attend meetings with DIMTS, other

Govt. Departments, as and when required, including meeting with the contractors. 2.11 The Project Architect shall also assist DIMTS in preparing presentation and

presentation materials. 3.0. SERVICE TO BE RENDERED BY THE PROJECT ARCHITECT AT DIFFERENT

STAGES OF WORK

The Project Architect shall provide comprehensive services broadly described hereinafter. However, it should be clearly understood that the description of services is only broad and the Project Architect shall be required to perform any other services which may be required, whether or not expressly mentioned hereinafter for the entire project requirement and satisfaction of DIMTS. Services to be rendered by the Project Architect at different stages of work are as under: (a) Conceptual design stage

The DDC shall

i) Review the concept drawings supplied by DIMTS or alternately he may develop a new plan acceptable to DIMTS.

Page 25: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 25 of 96

ii) Interact with DIMTS, modify the concept design, if required, incorporating necessary changes and submit revised/modified conceptual design/ model with animated model and drawings with reference to the requirements given, providing details of useful area, circulation area, plinth area, ground coverage, FAR, services and broad specifications etc.

Obtain approval to the proposal at concept stage from DIMTS

(b) Preliminary drawings/design stage : The Detailed Design Consultants shall

i) Prepare report on site evaluation, state of existing buildings, if any; evaluation of need for retaining/discarding any existing structures, utilities and analyze the impact of existing and/ or proposed development on its immediate environs.

ii) Conduct detailed topographic survey of the project site. iii) Carry out surveys of all existing services and other constraints

existing in and around the site. iv) Undertake preliminary planning on the basis of approved concept

design and observation of DIMTS and give details of floor plans, structural system, lighting arrangements, Central air-conditioning and ventilation system, emergency power supply system (DG), security system, IT and communication Networking system, sanitary and fire fighting services, location of wet riser installation, lift, underground sumps, pumping stations, electric sub station, any other services required, landscape design, interior design, development plan showing interconnectivity between various modes of transport , integration with transport/road network in the surrounding/vicinity of ISBTs, bus bays, fuel station and maintenance depot, facilities and amenities required for passengers, vehicle parking, circulation pattern- flow of passengers/ buses, commercial space Idle parking of buses/ cars, traffic/pedestrian circulation plans, pedestrian walkways, bus parking, bus bays, horticulture etc.

v) Prepare and submit preliminary drawings, designs, analysis of rates, specifications of various item/ materials, preliminary cost estimates etc.

vi) Suitably modify the preliminary drawings, designs, analysis of rates, specifications of various item/ materials, preliminary cost estimates etc. as discussed with Employer and obtain approval of the Employer to the final preliminary drawings/designs.

vii) Utility plans along with complete design (existing and new)

(c) DDA /Statutory bodies‟ approval stage i) The DDC shall prepare and submit required number of copies of

drawings to MCD, DDA, DUAC and/ or other Statutory bodies and obtain their approval as necessary according to the local acts, laws and regulations etc. and make any changes without any extra cost as desired by such authorities and resubmit the till their approval is obtained. Such approvals shall include approvals from any local bodies/statutory bodies constituted by State or Central Govt. including inter- alia MCD, DDA, DUAC, DVB, DGCA, DWSSD and Chief Fire Officer etc.

ii) Carrying out EIA, submission of the same and getting approval from concerned authorities.

Page 26: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 26 of 96

(d) Detailed Design Stage The DDC shall

i) Carryout detailed geotechnical/sub soil investigations necessary for facilitating design of various structures.

ii) Prepare detailed Architectural, Structural, Services drawings including drawings showing details of all utilities and internal & external services, specifications after incorporating all revision.

iii) Prepare and submit final tender document and tender drawings required for tendering of construction project.

iv) Obtaining approval of local and other authorities of the modifications, if required from time to time and make necessary changes as required by them.

v) Prepare complete Architectural, Structural and services design & drawings and working details, schedules, specifications and bills of quantities to describe the whole project adequately for the purpose of taking Employer approval and of all the local bodies and for placing the main and other subsidiary contracts by DIMTS.

vi) Preparation and submission of model of the work to a suitable scale as and when required by DIMTS. The cost of the model shall be borne by the DDC.

vii)The structural design will have to be vetted by a Proof consultant referred by DIMTS.

(e) Construction Stage:

The services of the Project Architect shall be available during execution phase also. The Project Architect is expected to periodically visit and inspect the site of work and any deviations with approved designs/drawings should be brought to the notice of DIMTS. The Project Architect shall supply such further Architectural and Structural working drawings, sketches specifications and details which may be required for proper execution of the work and advise DIMTS on changes, if necessary for technical reasons. All necessary modification/corrections in the drawings/designs, as per site requirements, shall have to be carried out by Project Architect as and when the need arises.

4. Approvals By DIMTS After the Architect/Detailed Design Consultancy Firm has submitted the necessary documents for a particular stage, DIMTS will give the approval in a reasonable time.

5. OBLIGATIONS OF THE PROJECT ARCHITECT/DESIGN CONSULTANCY FIRM

i) The Project Architect / Design Consultant shall carry out the services with due diligence and efficiency and in conformity with sound architectural, engineering, administrative and financial practices. They shall execute and complete the work in all respects to the satisfaction of the Employer and do all other things required to be done for such execution and completion.

ii) The Project Architect / Design Consultant shall act at all times so as to protect the

interest of the Employer and will take all reasonable steps to keep all expenses to the minimum consistent with sound and engineering practices and giving due consideration to economic aspects

6. TIME PERIOD FOR THE SERVICE

i) Project Preparation Stage: 120 days from date of commencement. All works, final reports, drawings and documentation shall be completed within this time schedule.

ii) Project Implementation/Execution Stage : 15 months from date of commencement

Page 27: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 27 of 96

for Kashmere Gate ISBT, Anand Vihar & Sarai Kale Khan ISBTs. iii) If the project is delayed due to any reason what so over, no additional cost will be

payable to the Project Architect for these services. iv) DIMTS shall give approval on all sketches, drawings, reports and recommendations

and other matters and proposals submitted for decision by the DDC in a reasonable time frame.

7. PROJECT TEAM AND PROJECT OFFICE OF THE PROJECT ARCHITECT

i) The Project Architect shall be required to form a multi-disciplinary team for this

assignment. The DDC Team shall be manned by adequate number of experts with relevant experience in the execution of similar detailed design assignments.

ii) List of suggested key personnel to be fielded by the DDC with appropriate man-

month of each consultancy services is given in Enclosure I as per DIMTS‟s assessment.

iii) A Manning Schedule for key personnel mentioned above is enclosed at Enclosure

I and Enclosure II along with broad job- description and qualification. The information furnished in Enclosures I & II are to assist the SSCs to understand the Employer‟s perception about these requirements and shall be taken by the DDCs for the purpose of Financial Proposal and deployment schedule etc. in technical proposal to be submitted by them. Any deviation proposed may be recorded in the comments on TOR. All the key personnel mentioned will be evaluated at the time of evaluation of technical proposal. DDCs are advised in their own interest to frame the technical proposal in an objective manner as far as possible so that these could be properly assessed in respect of points to be awarded as part of evaluation criteria as mentioned in Data sheet. The personnel concerned should sign the bio-data of the key personnel on every sheet and the authorized signatory of the Project Architect should also sign the last sheet of each bio-data.

iv) Project Architect /Design Consultancy Firm should have either their Office in

National capital Region /Delhi, or they have to open an office immediately after award of the work and before signing of the agreement, manned by senior personnel during the project duration. All the project related office work shall be carried out by the Project Architect in this office unless there are special reasons for carrying out part of the office work elsewhere. The address of the camp office including the details of personnel including their Telephone and FAX numbers will be intimated by the Project Architect to DIMTS before commencement of the services

8. REPORTS TO BE SUBMITTED BY THE PROJECT ARCHITECT TO DIMTS:

i) Concept design and drawing report ii) Preliminary Design Report: This volume shall contain design calculations, Drawings

supported by computer printout of calculations wherever applicable. The Report shall clearly bring out the various features of design standards adopted for the study. The analyses and interpretation of data and the selection of design parameters shall be included as an Appendix to the Design Report. The detailed design for all features should be carried out as per the requirements of the Design Standards for the project. However, there may be situations wherein it may has not been possible to strictly adhere to the design standards due to the existing site conditions, restrictions and other considerations. The report should clearly bring out the details of these aspects and the standards adopted. Report on site evaluation,

Page 28: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 28 of 96

state of existing buildings, if any; and analyze the impact of existing and/ or proposed development. Detailed topographic survey. Survey Report of all existing services and other constraints existing in and around the site. Preliminary drawings, designs, analysis of rates, specifications of various item/ materials, preliminary cost estimates

iii) Documents for approval of DDA /Statutory bodies and EIA Report iv) Submission of Tender Documents, Specifications , Cost , Rate Analysis, Bill of

Quantities and tender drawings : Tender packages for the project may be single package or split as per discussion with the appointed Project Architect and DIMTS.

v) Detailed Design Report

Volume – I : Materials Report: The Materials Report shall contain details concerning the proposed sources for construction materials. The materials Report shall also include details of sampling, testing and test results obtained in various physical properties of Material. The information shall be presented in tabular form. The material Report should also clearly indicate the locations of alternate possible sources of material.

Volume-II : Detailed geotechnical/sub soil investigations report Volume-III : Detailed Architectural, Structural, Services drawings including

drawings showing details of all utilities and internal & external services, specifications etc.

Volume -IV : Design Report : Design calculations for all components of work Volume -V : Technical Specifications: The Technical Specifications for all

components of works . Volume -VI : Rate Analysis: This volume will present the analysis of rates

for all items of works. The details of unit rate of materials at source, carriage charges, any other applicable charges, labour rates, and machine charges as considered in arriving at unit rate of each item will be included in this volume.

Volume – VII : Cost Estimates: This volume will present the cost of each item

of work as well as a summary of total cost. Volume – VIII: Bill of Quantities: This volume shall contain detailed Bill of

Quantities for all items of works for each tender package. Volume – IX : Tender document and tender drawings including, Price BoQ

specifications, test procedure, list of manufacturer etc: tender packages for the project may be single package or split as per discussion with the appointed Project Architect and DIMTS. The Project Architect shall submit tender document and drawings for each tender package

Volume X : Model of the project to a suitable scale 9. INTERACTION WITH DIMTS

i) During entire period of service, the Project Architect shall interact continuously with DIMTS as per the contract and provide any clarification as regards methods being followed and carry out modification as suggested by DIMTS. A

Page 29: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 29 of 96

programme of various activities shall be provided to DIMTS and prior intimation shall be given to DIMTS regarding start of key activities such as boring, survey etc. so that inspections by DIMTS officials could be arranged in time.

ii) DIMTS officers and other Government officers permitted by DIMTS may visit the

site at any time, individually or collectively to acquaint themselves with the field investigation and other works.

iii)The Project Architect shall be required to submit 5 copies of concise monthly

Progress Report by the 5th day of the following month to DIMTS so that progress could be monitored by DIMTS. These reports will indicate the activities performed by various key personnel. Frequent meetings with the Project Architect at site office or at DIMTS, are foreseen during the currency of project preparation.

iv)All equipment, software and books etc. required for satisfactory services for this

project shall be obtained by the Project Architect at their own cost.

10. PAYMENT SCHEDULE

The Project Architect will be paid consultancy fee as a percentage of the financial quote as per the schedule given below:

S. No.

Stages of Works ref. para 3 Cumulative Payment

1 Approval of concept design and drawing 10%

2 Approval of preliminary design and drawing 20% (Minus fees paid earlier)

3 Approval of statutory bodies 40% (Minus fees paid earlier)

4 Submission of Tender Documents, Specifications , Cost , Rate Analysis, Bill of Quantities and tender drawings

50% (Minus fees paid earlier)

5 Submission/approval of Final working/good for construction drawings

65% (Minus fees paid earlier)

6 During Construction stage

On completion of 20% of the work

70% of the total fees less fees paid earlier

On completion of 40% of the work

75% of the total fees less fees paid earlier

On completion of 60% of the work

80% of the total fees less fees paid earlier

On completion of 80% of the work

90% of the total fees less fees paid earlier

On 100% completion of work 100% of the total fees less fees paid earlier

11. DATA AND SOFTWARE 11.1 The floppy diskettes/CD‟s containing all basic as well as the processed data from all

field studies and investigations, report, appendices, annexure, documents and drawings shall be submitted to DIMTS at the time of the submission of the Final Report. The data is broadly classified as follows:

Page 30: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 30 of 96

i. Engineering Investigations: Soil Exploration, Sub-soil Exploration, Material test reports

ii. Rate Analysis: The Project Architect shall submit the rate analysis for various

works items including the data developed on computer in this relation so that it could be used by DIMTS later for the purpose of updating the cost of the project.

iii. Structural Design & Drawing: : The Project Architect shall submit the Design,

drawing, rate analysis, cost estimates, as built Drawing etc. including the data developed on computer in this relation so that it could be used by DIMTS later for the purpose of updating the cost of the project.

11.2. Software: The DDC shall also hand-over to DIMTS floppies/CD‟s containing any

general software including the structural/interior model which has been specifically developed for the project. The floppy diskettes/CD‟s should be properly indexed and a catalogue giving contents of all floppies/CD‟s and print-outs of the contents (data from field studies topographic data and drawings) should be handed over to DIMTS at the time of submission of the Final Report.

******

Page 31: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 31 of 96

Enclosure-I

Manning Schedule

SI. No

Key Personnel

Total Project Assignment in Man months

At Design Office during planning/design stage

At design office during construction stage

Minimum No. of man days at site during construction stage

1 Team Leader -cum Chief Architect

During full planning/design stage

During full construction period

Once in a month for first Six months of construction period, twice in a month during second six months of construction period and at least one day per week for rest of the construction period

2 Resident Architect

During full planning/design stage

During full construction period

Twice in a month during first ten months of construction period and at least two days per week for rest of the construction period

3 Structural Engineer (Civil)

During full planning/design stage

During execution of relevant services/works as and when required

Twice in a week for first eight months of construction period, once in a week during second six months of construction period and one day per month for rest of the construction period )

4 Service Engineer (Civil)

During full planning/design stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

5 Service Engineer (Electrical)

During full planning/design stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

6 Air-Conditioning /Lift Specialist

During full planning/design stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

7 CAD Operator During full planning/design stage

During execution of relevant services/works as and when required

As per site requirement

Page 32: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 32 of 96

SI. No

Key Personnel

Total Project Assignment in Man months

At Design Office during planning/design stage

At design office during construction stage

Minimum No. of man days at site during construction stage

8. Fire fighting and security specialist

During full planning/design stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

9.

Interior Decorator

During full planning/design

stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

10. Communication and Networking engineer/Speciali st

During full planning/design

stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

11. Landscape and Horticulture Specialist

During full planning/design

stage

During execution of relevant services/works as and when required

Once in a week as per site requirement during execution of relevant work

12. Traffic & Transportation Expert

During full planning/design

stage

During execution as and when required

Once in a month as per site requirement during execution of work

Note: 1. If Construction period of main project or any other sub work is increased/extended,

manning schedule will be adjusted accordingly without any extra cost payable to Project Architect.

2. Monthly/Weekly meeting with the employer and others as per clause 2.10 of the TOR of Phase-I.

3. If the contract period of the project will be extended due to any reasons, the minimum number of visit of the design team during construction stage, as described above will be incidental to the contract.

Page 33: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 33 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

1. Team Leader -cum- Chief Architect

i) Educational Qualification

Essential Graduate in Architecture

Desirable Post Graduate in Architecture

ii) Essential Experience

a) Total Professional Experience Minimum 15 years

b) Particular Experience in similar projects

Minimum 2 projects of planning & design of Bus Terminals, Airport Terminals, Railway Terminals, Truck Terminals (incl. traffic circulation area)

c) Experience in similar capacity Minimum 8 years

Duties: The Team Leader will be overall in-charge of the project throughout the period of the contract and coordinate with all other experts of this contract and other contract of the project. He shall be directly responsible for design & planning of the project and regulating the civil work contracts relating to this project. For this purpose, he shall be assisted by Key Personnel and other support engineers/personnel. He shall deal directly with the key Personnel and other support staff to ensure design planning and the construction process is well controlled as per established specification controls to avoid later quality control stage problems. He will interact with the Project Directors and the Employer. All the drawings, design and other documents prepared by the Architect/Design Consultancy Firm shall be cross-checked by him before submission to the employer. All the drawings and documents etc. shall be signed before issue.

Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (18 to 20 Yrs) 12

3) Total Professional Experience (15 to 18 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 34: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 34 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

2. Resident Architect

i) Educational Qualification

Essential Graduate in Architecture

Desirable Post Graduate in Architecture

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience in similar projects

Minimum 1 project of planning & design of Bus Terminals, Airport Terminals, Railway Terminals, Truck Terminals (incl. traffic circulation area)

c) Experience in similar capacity Minimum 6 years

Duties: He will be reporting and assisting the Team Leader in planning and designing of the project and also for all the other activities related to the project. His main area of working will be focused to the planning & design activities. He will be required throughout the currency of the project. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (15 to 20 Yrs) 12

3) Total Professional Experience (10 to 15 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 6-8 years 15

2) 8-10 years 20

3) > 10 years 25

(b) Experience in similar projects 40

1) 1 project 30

2) 2 projects 35

3) 3 or more projects 40

Total 100

Page 35: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 35 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

3. Structural Engineer (Civil) i) Educational Qualification

Essential Graduate in Civil Engineering

Desirable Post Graduate in Structural Engineering

ii) Essential Experience

a) Total Professional Experience Minimum 15 years

b) Particular Experience in similar projects

Minimum 2 projects of design of multistory buildings with basements (8 storey incl. 2 level of basements) with the design experience of RCC structure, steel structure, foundation and water retaining structures etc.

c) Experience in similar capacity Minimum 8 years

Duties: His duties will involve understanding the design provisions of structure. He will be responsible for structural design of the building/structures and review of structural designs during execution as per site conditions. For this purpose, he will work in close coordination with the Supervision Team and the Contractor during execution. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (25 Yrs & Above) 15

2) Total Professional Experience (20 to 25 Yrs) 12

3) Total Professional Experience (15 to 20 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 36: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 36 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

4. Service Engineer (Civil)

i) Educational Qualification

Essential Graduate in Civil Engineering

Desirable Post Graduate in Public Health, Hydraulics or Environment Engineering

ii) Essential Experience

a) Total Professional Experience Minimum 15 years

b) Particular Experience in similar projects

Minimum 2 projects of multistory buildings with basements (8 storey incl. 2 level of basements) or Inter State Bus Terminus or Airports etc. with the work of plumbing design, pipeline networking

c) Experience in similar capacity Minimum 8 years

Duties: He shall be responsible for the planning and designing of all service components of the building and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction including drainage, sewerage, ventilation and safety aspects. He shall also be responsible for preparation of reports, documents and drawings related to the components. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (25 Yrs & Above) 15

2) Total Professional Experience (20 to 25 Yrs) 12

3) Total Professional Experience (15 to 20 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 37: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 37 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

5. Service Engineer (Electrical)

i) Educational Qualification

Essential Graduate in Electrical Engineering

Desirable Post Graduate in Electrical or Electronics & Communication Engineering

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience in similar projects

Design of electrical systems, DG sets etc. for minimum 2 projects of multistory buildings with basements (8 storey incl. basements) or Inter State Bus Terminus or Airports etc.

c) Experience in similar capacity Minimum 8 years

Duties: He shall be responsible for the planning and designing of all electrical components of the building and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction. He shall also be responsible for preparation of reports, documents and drawings related to the components. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (15 to 20 Yrs) 12

3) Total Professional Experience (10 to 15 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 38: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 38 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

6. Air-Conditioning/Lift Specialist

i) Educational Qualification

Essential Graduate in Mechanical Engineering

Desirable Post Graduate in Mechanical Engineering or Equivalent

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience Design of HVAC systems for minimum 2 projects of centrally air-conditioned multistory buildings

c) Experience in similar capacity Minimum 6 years

Duties: He shall be responsible for the planning and designing of all HVAC components of the building and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction. He shall also be responsible for preparation of reports, documents and drawings related to the components. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (15 to 20 Yrs) 12

3) Total Professional Experience (10 to 15 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 6-8 years 15

2) 8-10 years 20

3) > 10 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 39: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 39 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

7. CAD Operator i) Educational Qualification

Essential Diploma in Civil Engineering, Conversant with design of multistory buildings using latest software

Desirable Graduate in Engineering, certificate in computer course related with CAD

ii) Essential Experience

a) Total Professional Experience Minimum 8 years

b) Particular Experience in similar projects

Minimum 2 projects of planning/design of multistory buildings or Inter State Bus Terminus or Airports etc.

c) Experience in similar capacity Minimum 5 years

Duties: He shall be assisting the Team Leader. He is proposed to be deployed during the planning and designing period as well as in construction period for some duration to assist the Team Leader in discharging all his day-to-day functions. His main responsibilities include preparation and modification in building designs and drawings pertaining to all components of the building, interior work etc. as required during planning & the execution of works, besides discharging any other work assigned to him by the Team Leader. Such modifications will be required to be done on appropriate Design Software. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant graduation 20

3) Relevant diploma 15

(b) Professional Experience 15

1) Total Professional Experience (15 Yrs & Above) 15

2) Total Professional Experience (12 to 15 Yrs) 12

3) Total Professional Experience (8 to 12 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 5-8 years 15

2) 8-10 years 20

3) > 10 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 40: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 40 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

8. Fire Fighting and Security Specialist

i) Educational Qualification

Essential Graduate in Fire Engineering or equivalent

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience in similar projects

Design of fire fighting and security systems for minimum 2 projects of multistory buildings(8 story incl. basement)

c) Experience in similar capacity Minimum 5 years

Duties: He shall be responsible for the planning and designing of all fire fighting and fire safety components of the building and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction. He shall also be responsible for preparation of reports, documents and drawings related to the components.

Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (15 to 20 Yrs) 12

3) Total Professional Experience (10 to 15 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 41: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 41 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

9. Interior Decorator

i) Educational Qualification

Essential Graduate in Civil Engineering/ Architecture

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience in similar projects

Experience in Interior Designing for minimum two projects of multi storied building or airports or ISBTs or any other major public building

c) Experience in similar capacity Minimum 06 years

Duties: He shall be responsible for all planning and design of interiors and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction. He shall also be responsible for preparation of reports, documents and drawings related to the components. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (15 to 20 Yrs) 12

3) Total Professional Experience (10 to 15 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 6-8 years 15

2) 8-10 years 20

3) > 10 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 42: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 42 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

10. Communication and Networking Engineer / Specialist i) Educational Qualification

Essential Graduate in Electronics / Telecommunication

Desirable Post Graduate in Electronics / Telecommunication

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience minimum two projects of multi storied building or airports or ISBTs or any other major public building

c) Experience in similar capacity Minimum 8 years

Duties: He shall be responsible for planning and design of communication and networking system for the building and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction. He shall also be responsible for preparation of reports, documents and drawings related to the components. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) or Graduation with relevant PG Diploma

20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (15 Yrs & Above) 15

2) Total Professional Experience (12 to 15 Yrs) 12

3) Total Professional Experience (10 to 12 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 43: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 43 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

11. Landscape & Horticulture Specialist i) Educational Qualification

Essential Graduate in Architecture

Desirable Post Graduate in Architecture with specialization in Landscape Architecture

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience Design/planning of Landscaping & Horticulture work for minimum 2 projects of multistory buildings or airports or ISBTs or any other major public building.

c) Experience in similar capacity Minimum 8 years

Duties: He shall be responsible for the planning and designing of all Landscape and Horticulture components of the building and shall coordinate with all other experts of the project. He shall report to the Team Leader. He shall be directly responsible for regulating the Design Process involving various activities which may be required during project designing and planning. He shall be responsible for implementing the Design Provisions, guiding and tackling the day-to-day construction of same components, rectifying any apparent mistakes, checking and controlling related aspects. He should be capable of rendering suggestions in tackling the problems likely to be encountered during construction. His activities also involve Design, Preparation of Detailed working drawings, scrutiny of all drawings submitted to the Contractor in respect of construction. He shall also be responsible for preparation of reports, documents and drawings related to the components.

Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) or Graduation with relevant PG Diploma

20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (15 Yrs & Above) 15

2) Total Professional Experience (12 to 15 Yrs) 12

3) Total Professional Experience (10 to 12 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 8-10 years 15

2) 10-12 years 20

3) > 12 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 44: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 44 of 96

Enclosure-II

Duties, Qualification and Experience Requirement of Key Personnel

12. Traffic & Transportation Expert

i) Educational Qualification

Essential Graduate in Civil Engg.

Desirable Post Graduate in Traffic/Transportation Engg.

ii) Essential Experience

a) Total Professional Experience Minimum 10 years

b) Particular Experience in similar projects

Minimum 2 projects of planning & design of Inter State Bus Terminus or Airports(incl. traffic circulation area)

c) Experience in similar capacity Minimum 6 years

Duties: The Traffic & Transportation Expert will be responsible for traffic data analysis and planning of traffic circulation plan, segregation of traffic(pedestrian/vehicular) movement in terms of type flow and function, segregation of terminal and non-terminal activities/ traffic, interconnectivity between various modes of transport, circulation pattern- flow of passengers, buses etc. Evaluation Criteria

Sub-Criteria Max. Marks

A. General Qualification 35

(a) Educational Qualification 20

1) Relevant post graduation (PG) 20

2) Relevant graduation with non relevant PG 15

3) Relevant Graduation 12

(b) Professional Experience 15

1) Total Professional Experience (20 Yrs & Above) 15

2) Total Professional Experience (15 to 20 Yrs) 12

3) Total Professional Experience (10 to 15 Yrs) 10

B. Adequacy for the project 65

(a) Experience in similar positions/capacity 25

1) 6-8 years 15

2) 8-10 years 20

3) > 10 years 25

(b) Experience in similar projects 40

1) 2 projects 30

2) 3 projects 35

3) 4 or more projects 40

Total 100

Page 45: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 45 of 96

Enclosure III Schedule for Submission of Reports and Documents Submission Time w. e. f Date of Commencement of Consultancy Services

Stage

Activity

No. of sets

/copies of

reports

Time Period for

assignment from the date of award

Remarks

Concept design/ concept model (animation model) / drawing

1 With the technical proposal

1 Submission of revised concept design/model (animation model)/ drawing

3 15 days from the date of commencement

2 Preliminary designs, drawings & cost estimates

5 35 days from the date of commencement

3 Approval of plans/drawings from statutory bodies like DDA, DUAC, MCD and clearances from other agencies, if required.

60 days from date of commencement

4 Submission of Tender Documents, Specifications , Cost , Rate Analysis, Bill of Quantities and tender drawings

80 days from the start date

Detailed design report and final good for construction drawings

5 120 days from the date of commencement

Approval of statutory bodies for final drawings/plans

Coordinated working drawings for execution of works at different stage during construction period

5 Time to time as per required for each component of the building

Monthly progress report 2 Each and every month from award of the contract to completion of construction work.

Page 46: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 46 of 96

SECTION IV

(Form-I)

TECHNICAL PROPOSAL FROM: TO: Sir: SUBJECT: Request For Proposal for Providing Consultancy Services By Architects/ Design Consultants (The “DDC”) for Planning & Design for Upgradation/Rehabilitation/ Re-Development Of ISBT At - ________________________

Regarding Technical Proposal

We, the undersigned, offer to provide the detail design consulting services for the above in accordance with your Request for Proposal dated (Date). We are hereby submitting our Proposal, in accordance with the RFP. If negotiations are held, we undertake to negotiate as per provisions of RFP. 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 Yours faithfully,

Signature :________________ Full Name :________________ Designation :________________ Address :________________ (Authorized Representative)

Page 47: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 47 of 96

(Form-II)

Turnover of the Firm

Year Turnover(in Rs. Lakhs)

2007-08

2006-07

2005-06

(Original certificate from Chartered Accountant or certified copy of balance sheet should be enclosed)

Page 48: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 48 of 96

(Form-III)

FIRM‟S REFERENCES (Only information in regard to completed as well as ongoing projects related to the planning and detailed design of Inter-Modal Passenger Transfer facilities including Airports, major Railway Stations, Bus Terminals, and Transport Terminals involving major traffic circulation) - Relevant Services carried out in the Last Seven Years Which Best Illustrate Qualifications in the given format The following information should be provided in the format below for each reference assignment for which your firm, either individually as a corporate entity or as one of the major companies within a consortium, was legally contracted by the client stated below:

Assignment Name: Type of Project : Location of the Assignment:

Location within Country: Cost of the project:

Name & Address of Client/Employer: Phone & Fax

Start Date of the project (Month / Year)

Completion Date of the project (Month / Year)

Approx. Value of consultant‟s Services:

Start Date of the services (Month / Year)

Completion Date of the services (Month / Year)

Name of Association Firm(s) if any: No. of Months of Professional Staff provided by Associated Firm(s)

Supervision of project: Yes/No Details :

Name of Senior Staff (Architect / Coordinator, Team Leader) involved and services performed:

Narrative Description of Project: No. of storey (except basement); No. of basements: Total Floor area: Central Air-Conditioning System: DG Sets: Fire Fighting System: UPS: Electrical system and transformer Security System Interior and furnishing etc. Any other feature/detail, if any:

Description of Actual Services Provided by your Staff:

Photograph of the project: should be Enclosed

Signature of Authorized Representative

(Experience certificate/letter of award from Employer, covering the above details must be furnished. Otherwise the project experience shall not be considered for evaluation.)

Page 49: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 49 of 96

(Form-IV) PROJECT ARCHTECT NAME: APPROACH PAPER ON METHODOLOGY PROPOSED FOR PERFORMING THE ASSIGNMENT Note: 1) Marks will be deducted for writing out of context approach and methodology for the assignment.

Page 50: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 50 of 96

(Form-V) COMMENTS/ SUGGESTIONS OF PROJECT ARCHITECT On the Terms of Reference: 1. 2. 3. 4. 5. .. .. On the Data, services and facilities to be provided by the Employer indicated in the Terms of Reference. 1. 2. 3. 4. 5.

Page 51: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 51 of 96

(Form-VI) Composition of the Team Personnel and the task Which would be assigned to each Team Member

I. Key Personnel

S.No. Name Position Task Assignment 1 2 3 4 II. Other Support Staff S.No. Name Position Task Assignment 1 2 3 4

Page 52: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 52 of 96

(Form-VII)

Format of CV for Proposed Key Personnel 1 Proposed Position: 2 Name of Staff:

Photograph of the Candidate to be affixed 3. Date of Birth: __________________(Please furnish proof of age) 4. Nationality: 5 Educational Qualification:

(Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degrees obtained). (Please furnish proof of qualification)

6. Membership of Professional Societies: ________________________________ 7.

(i) Publication: (List of details of major technical reports/papers published in recognized national and international Journals)

(ii) Prize winning performance: (iii) Special Achievements

8. Employment Record: (Starting with present position, list in reversed order, and every

employment held. List all positions held by staff member since graduation, giving dates, names of employing organization, title of positions held and location of assignments. For experience period of specific assignment must be clearly mentioned, also give client references, where appropriate).

9. Summary of the CV (Furnish a summary of the above CV. The information in the

summary shall be precise and accurate. The information in the summary will have bearing on the evaluation of the CV). A) Education : i) Field of Graduation and year

ii) Field of post graduation and year iii) Any other specific qualification

B) Experience : i) Total experience in relevant field: ____________ Yrs ii) Total experience in buildings: ____________ Yrs iii)Responsibilities held and brief details of duties

performed: a)_____________________Yrs b) _____________________Yrs. c) _____________________Yrs.

C) Permanent Employment with the Firm (Yes/No): If yes, how many years : If no,

what is the employment arrangement with the firm? Certification: 1. I am willing to work on the project and I will be available for entire duration (for the staff who will the deployed for full duration of the contract) of the project assignment and I will not engage myself in any other assignment during the currency of this assignment on the project.

Page 53: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 53 of 96

I, the undersigned, certify that to the best of my knowledge and belief, this bio-data correctly describes me my qualification and my experience. Signature of the Candidate ____________________ Place ____________________ Date ____________________ Signature of the Authorized Representative of the firm____________________ Place ____________________ Date ____________________ Note: Each page of the CV shall be signed in blue ink by both the staff member and the Authorized Representative of the firm. Photocopies will not be considered for evaluation. Copy of the photo identity proof (i.e. passport, driving license, election identity card etc.) must be furnished with signature of the candidate. * For full time staff, to be deployed in the project.

Page 54: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 54 of 96

(Form-VIII)

WORK PROGRAM AND TIME SCHEDULE FOR THE PROJECT

(In the Form of Bar Chart/CPM/PERT)

Page 55: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 55 of 96

(Form-IX) A. PROPOSED ENGINEERING INVESTIGATIONS

S.N Details of Test/ Investigations Comments

1

2

3

..

..

Page 56: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 56 of 96

(Form – X)

Concept Design/ Model details

[As per clause 3 (a)-(i) of TOR] Design, drawing, details and model (animated model-optional) etc. of the concept model should be furnished in this section.

Page 57: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 57 of 96

(Form – XI) Details of awards received for prestigious/innovative works from Government /

Professional Bodies during last 10 years Details of awards received along with supporting documents to be given in this section

Page 58: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 58 of 96

SECTION V

(Form-I) FINANCIAL PROPOSAL FROM: ________________________

________________________

________________________

TO:

Sir: SUBJECT: Request For Proposal for Providing Consultancy Services By Architects/ Design Consultants (The “DDC”) for Planning & Design for Upgradation/Rehabilitation/ Re-Development Of ISBT at __________________ We, the undersigned offer to provide the detail design consulting services for the above in accordance with your Request for Proposal dated [date]. Our attached financial proposal is for the sum, of [Amount in words and figures]. This amount is inclusive of all taxes except service tax, which will be paid against submission of documentary proof. Our financial proposal shall be binding upon us subject to the modifications resulting from contract negotiations. We undertake that in competing for 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. Yours faithfully, Signature :________________ Full Name :________________ Designation :________________ Address :________________ (Authorized Representative) *The Financial proposal is to be filled strictly as per the format given on next page in RFP.

Page 59: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 59 of 96

(Form-II) Quoted fee in percentage(%) -_______________________________________(In figures )

- _____________________( In words)

To be affected on the estimated value/executed value of the work whichever is minimum Estimated value of work : For Kashmere Gate ISBT - Rs. 100 crores For Sarai Kale Khan ISBT – Rs. 150 crores For Anand Vihar ISBT - Rs. 150 crores Signature :________________ Full Name :________________ Designation :________________ Address :________________ (Authorized Representative) Notes: 1. The quoted fee above shall be inclusive of all taxes, duties, insurances etc. 2. Service tax, as applicable, shall be paid separately. 3. No escalation will be payable during the services

Page 60: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 60 of 96

SECTION-VI

CONTRACT AGREEMENT

Between

DELHI INTEGRATED MULTI-MODAL TRANSIT SYSTEM LTD

And

PROJECT ARCHITECT

For

Consultancy Services By Architects/ Design Consultants (The “DDC”) For Planning & Design For Upgradation/Rehabilitation/ Re-Development Of ISBTs at Kashmere Gate & Sarai Kale Khan.

Page 61: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 61 of 96

CONTENTS

Sl. No. Description Page No. I. CONTRACT FOR DETAILED DESIGN CONSULTANCY SERVICES II. GENERAL CONDITIONS OF CONTRACT 1. General Provisions 1.1 Definitions 1.2 Relation between the Parties 1.3 Law Governing the Contract 1.4 Language 1.5 Headings 1.6 Notices 1.7 Location 1.8 Deleted 1.9 Authorized Representatives 1.10 Taxes and Duties 2. Commencement, Completion, Modification and Termination of Contract 2.1 Deleted 2.2 Deleted 2.3 Commencement of Services 2.4 Expiration of Contract 2.5 Entire Agreement 2.6 Modification 2.7 Force Majeure 2.7.1 Definition 2.7.2 No Breach of Contract 2.7.3 Measures to be Taken 2.7.4 Extension of Time

Page 62: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 62 of 96

2.7.5 Payments 2.7.6 Consultation 2.8 Suspension 2.9 Termination 2.9.1 By the EMPLOYER 2.9.2 By the Project Architect 2.9.3 Cessation of Rights and Obligations 2.9.4 Cessation of Services 2.9.5 Payment upon Termination 2.9.6 Disputes about Events of Termination 3. Obligations of the DDC 3.1 General 3.1.1 Standard of Performance 3.1.2 Law Governing Services 3.2 Conflict of Interests 3.2.1 Project Architect not to Benefit from Commissions, discounts etc. 3.2.2 Project Architect and Affiliates not to be otherwise interested in Project 3.2.3 Prohibition of Conflicting Activities 3.3 Confidentiality 3.4 Liability of the DDCs 3.5 Insurance to be taken out by the Project Architect 3.6 Accounting, Inspection and Auditing 3.7 Project Architects‟ Actions requiring DIMTS‟s prior Approval 3.8 Reporting Obligations 3.9 Documents prepared by the Project Architects to be the Property of DIMTS. 3.10 Equipment and Materials furnished by DIMTS

Page 63: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 63 of 96

4. DDCs‟ Personnel 4.1 General 4.2 Description of Personnel 4.3 Approval of Personnel 4.4 Working Hours, Overtime, Leave etc. 4.5 Removal and/or Replacement of Personnel 5. Obligations of DIMTS 5.1 Assistance and Exemptions 5.2 Access to working area 5.3 Deleted 5.4 Deleted 5.5 Payment 5.6 Payment to Statutory Bodies 6. Payment to the Project Architects 6.1 Cost Estimates; Ceiling Amount

6.2 Currency of Payment

6.3 Mode of Billing and Payment

7. Responsibility for accuracy of the project document 7.1 General 7.2 Retention money 7.3 Deleted 7.4 Action for deficiency in services 8. Fairness and Good Faith 8.1 Good Faith 8.2 Operation of the Contract

Page 64: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 64 of 96

9. SETTLEMENT OF DISPUTES 9.1 Amicable Settlement

9.2 Dispute Settlement

III. SPECIAL CONDITIONS OF CONTRACT

IV. APPENDICES Appendix A : Terms of reference containing the Description of the Services and Reporting

Requirements

Appendix B : DDC‟ Sub consultants, Key Personnel and staff, Task assignment, work

programme, manning schedule, qualification requirements of key personnel, and schedule for submission of various reports.

Appendix C : Hours of work for DCC‟ Personnel

Appendix D : Cost Estimate – Cost of Services-Ceiling Amount

Appendix E : Minutes of Financial/ Contract Negotiations with the Project Architect

Appendix F : Copy of letter of acceptance

Appendix G : Copy of Bank Guarantee for Performance Security

Appendix H : Minutes of Pre-Bid Meeting

Page 65: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 65 of 96

Contract For Comprehensive Architectural Services

For Planning & Design for Upgradation/Rehabilitation/ Re-Development

Of ISBTs at Kashmere Gate & Sarai Kale Khan

This CONTRACT (hereinafter called the “Contract”) is made on the ---------- day of the month of -----------------2008, between, on the one hand, DIMTS Ltd., 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi - 110006 (hereinafter called the “Employer”) and, on the other hand, - -------------------------------------------------------------------------- (hereinafter called the “DDC”). WHEREAS, (A) the Employer has requested the DDC to provide certain consulting services as defined

in the General Conditions attached to this Contract (hereinafter called the “Services”); (B) the DDC, having represented to the Employer that they have the required professional

skills, personnel and technical resources, have agreed to provide the Services on the terms and conditions set forth in this Contract;

NOW THEREFORE, the parties hereto hereby agree as follows: 1. The following documents attached hereto shall be deemed to form an integral part of

this Contract: (a) The General Conditions of Contract (hereinafter called “GC”); (b) The Special Conditions of contract (hereinafter called “SC”); (c) The following Appendices: Appendix A : Terms of reference containing, inter-alia, the Description of the Services and

Reporting Requirements and RFP.

Appendix B : DDCs‟ Sub consultants, Key Personnel and Sub Professional Personnel,

Task assignment, work programme, manning schedule, qualification requirements of key personnel, and schedule for submission of various report.

Appendix C : Hours of work for DDCs‟ Personnel

Appendix D : Financial Bid

Appendix E : Minutes of Contract/Financial Negotiations

Appendix F : Copy of letter of acceptance

Appendix G : Copy of Bank Guarantee for Performance Security

Appendix H : Minutes of the pre-bid meeting

Page 66: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 66 of 96

2. The mutual rights and obligations of the Employer and the DDCs shall be as set forth

in the Contract; in particular: (a) The DDC shall carry out the Services in accordance with the provisions of the

Contract; and (b) Employer shall make payments to the DDC in accordance with the provisions of the

Contract. IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written. FOR AND ON BEHALF OF Delhi Integrated Multi-Modal Transit System Ltd. By Authorised Representative Witness :________________ Signature :________________ Full Name :________________ Address :________________ FOR AND ON BEHALF OF „DDC‟ By Authorised Representative Witness :________________ Signature :________________ Full Name :________________ Address :________________

Page 67: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 67 of 96

GENERAL CONDITIONS OF CONTRACT

Page 68: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 68 of 96

GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS

1.1 Definitions Unless the context otherwise requires, the following terms whenever used

in this Contract have the following meanings:

(a) “Applicable Law means the laws and any other instruments having the force of law in the Government‟s country as they may be issued and in force from time to time;

(b) “Contract” means the Contract signed by the Parties, to which these General

Conditions of Contract are attached, together with all the documents listed in Clause 1 of such signed Contract;

(c) “Effective Date” means the date on which this Contract comes into force and effect

pursuant to Clause GC 2.1; (d) “foreign currency” means any currency other than the currency of the Government; (e) “GC” means these General Conditions of Contract; (f) “Government” means the Government of India/ Govt. of NCT of Delhi; (g) “local currency” means the currency of the Government; (h) Deleted (i) “Personnel” means persons hired or employed by the DDCs or by any Sub

Consultant as employees and assigned to the performance of the Services or any part thereof;

(j) “Party” means DIMTS or the DDC, as the case may be, and Parties means both of

them; (k) “Services” means the work to be performed by the Detailed Design Consultant

pursuant to this Contract for the purposes of the Project, as described in Appendix A hereto;

(l) “SC” means the Special Conditions of Contract by which these General Conditions

of Contract may be amended or supplemented; (m) “Sub consultant” means any entity to which the Consultants subcontract any part

of the Services in accordance with the provisions of Clause GC 3.7b; and (n)“Third Party” means any person or entity other than the Government, the Employer,

the DDC or a Sub consultant.

1.2 Relation 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 Employer and the DDCs. The DDC, subject to this Contract, have complete charge of Personnel performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder.

Page 69: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 69 of 96

1.3 Law Governing the Contract This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the Applicable Law.

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 or interpretation of this Contract.

1.5 Heading 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 address specified in the SC.

1.6.2 Notice will be deemed to be effective as specified in the SC.

1.6.3 A party may change its address for notice hereunder by giving the other Party notice of

such change pursuant to the provisions listed in the SC with respect to Clause GC 1.6.2.

1.7 Location: The Services shall be performed at Delhi. 1.8 Deleted. 1.9 Authorized Representatives Any action required or permitted to be taken, and any

document required or permitted to be executed, under this Contract by DIMTS or the DCC may be taken or executed by the officials specified in the SC.

1.10 Taxes and Duties Unless otherwise specified in the SC, the DDCs shall pay all such

taxes, duties, fees and other impositions as may be levied under the Applicable Law. 2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF

CONTRACT

2.1. Deleted. 2.2 Deleted. 2.3 Commencement of Services The DCC shall begin carrying out the Services from the

date of issue of letter of acceptance by DIMTS. 2.4 Expiration of Contract Unless terminated earlier pursuant to Clause GC 2.9 hereof,

this Contract shall expire when services have been completed and all payments have been made at the end of such time period after the Effective Date as shall be specified in the Contract.

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 Modification of the terms and conditions of this Contract, including any modification of

Page 70: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 70 of 96

the scope of the Services, may only be made by written agreement between the Parties. Pursuant to Clause GC 8.2 hereof, however, each Party shall give due consideration to any proposals for modification made by the other Party.

2.7 Force Majeure

2.7.1 Definition

(a) For the purposes 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, confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the

negligence or intentional action of a Party or such Party‟s Sub consultants or agents or employees, nor (ii) any event which a diligent Party could reasonably have been expected to both (A) take into account at the time of the signing 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 by DIMTS or DDC required here under. (d) Upon cessation of the Force Majeure the affected party shall as soon as

possible and in any condition not later than 7-days from the date of notice shall resume the services and fulfill the obligations as in accordance with the Contract.

2.7.2 No Breach of Contract The failure of a Party to fulfill any of its obligations hereunder

shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of Force Majuere, 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 this 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 Majuere shall notify the other Party

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

Page 71: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 71 of 96

2.7.5 Payments During the period of their inability to perform the Services as a result of an

event of Force Majeure, the DDC shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Services after the end of such period.

2.7.6 Consultation Not later than thirty (30) days after the DDC, as the result of an event of

Force Majeure, have become unable to perform a material portion of the Services, the Parties shall consult with each other with a view to agreeing on appropriate measures to be taken in the circumstances.

2.8 Suspension DIMTS may, by written notice of suspension to the DDC, suspend all

payments to the DDC hereunder if the DDC 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 DDC to remedy such failure within a period not exceeding thirty (30) days after receipt by the DDC of such notice of suspension.

2.9 Termination

2.9.1 By the Employer: The Employer may, by not less than thirty (30) days‟ written notice of termination to the DDC (except in the event listed in paragraph (f) below, for which there shall be a 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 (f) of this Clause 2.9.1, terminate this Contract:

(a) if the DDC 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 thirty (30) days of receipt of such notice of suspension or within such further period as DIMTS may have subsequently approved in writing;

(b) if the DDC become (or, if the Consultants consist of more than one entity,

if any of their Members becomes) insolvent or bankrupt or enter into any agreements with their creditors for relief of 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 DDC fail to comply with any final decision reached as a result of

arbitration proceedings pursuant to Clause 9 hereof; (d) if the DDC submit to DIMTS a statement which has a material effect on the

rights, obligations or interests of DIMTS and which the DDCs know to be false;

(e) Deleted. (f) if the Employer, in its sole discretion and for any reason whatsoever,

decides to terminate this Contract. (g) if the DDC, in the judgment of the Employer has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: "corrupt practice" means the offering, giving,

receiving or soliciting of anything of value to influence the action of a official in the selection process or in contract execution. "fraudulent

Page 72: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 72 of 96

practice" means a misrepresentation of facts in order to influence a selection process or the execution of a contract and includes collusive practice among DDCs (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 competition.

2.9.2 By the Project Architects: The Project Architects may, by not less than thirty (30)

day‟s written notice to the Employer, such notice to be given after the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause 2.9.2, terminate this Contract:

(a) if DIMTS fails to pay any money due to the Project Architects pursuant to

and in accordance with this Contract and not subject to dispute pursuant to Clause 9 hereof within forty-five (45) days after receiving written notice from the Project Architects that such payment is overdue;

(b) if the Employer 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 Project Architects may have subsequently approved in writing) following the receipt by DIMTS of the Project Architects‟ notice specifying such breach;

(c) Deleted. (d) if the Employer fails to comply with any final decision reached as a result

of arbitration pursuant to Clause 9 hereof. 2.9.3 Cessation of Rights and Obligations Upon termination of this Contract pursuant to

Clauses 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 DDC‟s obligation to permit inspection, copying and auditing of their

accounts and records set forth in Clause 3.6 (ii) hereof, and (iv) 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 2.9.2 hereof, the DDCs 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 DDCs and equipment and materials furnished by DIMTS, the DDCs shall proceed as provided, respectively, by Clauses 3.9 or 3.10 hereof.

2.9.5 Payment upon Termination Upon termination of this Contract pursuant to Clauses

2.9.1 or 2.9.2 hereof, DIMTS shall make the following payments to the Project Architects (after offsetting against these payments any amount that may be due from the Project Architect to DIMTS):

(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily performed

Page 73: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 73 of 96

prior to the effective date of termination. (ii) reimbursable expenditures pursuant to Clause 6 hereof for expenditures

actually incurred prior to the effective date of termination; and 2.9.6 Disputes about Events of Termination If either Party disputes whether an event

specified in paragraphs (a) through (e) of 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 9 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 DDC 3.1 General

3.1.1 Standard of Performance The DDC 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 and effective equipment, machinery, materials and methods. The DDC shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Employer, and shall at all times support and safeguard the Employer's legitimate interests in any dealings with Sub consultants or Third Parties.

3.1.2 Law Governing Services The DDC shall perform the Services in accordance with the

Applicable Law and shall take all practicable steps to ensure that any Sub consultants, as well as the Personnel and agents of the DDCs and any Sub consultants, comply with the Applicable Law.

3.2 Conflict of Interests

3.2.1 Project Architect not to Benefit from Commissions, Discounts, etc. The

remuneration of the Project Architect pursuant to Clause 6 hereof shall constitute the Project Architects' sole remuneration in connection with this Contract or the Services and the DDC 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 DDC shall use their best efforts to ensure that any Sub consultants, as well as the Personnel and agents of either of them, similarly shall not receive any such additional remuneration.

3.2.2 DDC and Affiliates not to be otherwise interested in Project The DDC agree that,

during the term of this Contract and after its termination, the DDC and any entity affiliated with the DDCs, as well as any Sub consultant and any entity affiliated with such Sub consultant, shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.

3.2.3 Prohibition of Conflicting Activities Neither the DDC nor their Sub consultants nor

their Personnel shall engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities in

DIMTS which would conflict with the activities assigned to them under this Contract; or

(b) after the termination of this Contract, such other activities as may be

Page 74: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 74 of 96

specified in the SC. 3.3 Confidentiality The DDCs, their Sub consultants and the Personnel of either of them

shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any proprietary or confidential information in relation to the Project, the Services, this Contract or DIMTS's business or operations without the prior written consent of DIMTS.

3.4 Liability of the DDC Subject to additional provisions, if any, set forth in the SC, the

DDC's liability under this Contract shall be as provided by the Applicable Law. 3.5 Insurance to be taken out by the DDC The DDC (i) shall take out and maintain, and

shall cause any Sub consultants to take out and maintain, at their (or the Sub consultants', as the case may be) own cost but on terms and conditions approved by DIMTS, insurance against the risks, and for the coverage, as shall be specified in the Special Conditions (SC), and (ii) at DIMTS's request, shall provide evidence to DIMTS showing that such insurance has been taken out and maintained and that the current premiums therefore have been paid.

3.6 Accounting, Inspection and Auditing The Project Architect (i) shall keep accurate

and systematic accounts and records in respect of the Services, hereunder, in accordance with internationally accepted accounting principles and in such form and detail as will clearly identify all relevant charges and cost, and the bases thereof (including such bases as may be specifically referred to in the SC); (ii) shall permit DIMTS 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 DIMTS; and (iii) shall permit DIMTS to inspect the Project Architect's accounts and records relating to the performance of the Project Architect and to have them audited by auditors appointed by DIMTS.

3.7 DDC' Actions requiring DIMTS's prior Approval DDC shall obtain DIMTS‟s prior

approval in writing before taking any of the following actions:

(a) appointing such members of the Personnel as are listed in Appendix B; (b) entering into a subcontract for the performance of any part of the Services,

it being understood (i) that the selection of the Sub Consultant and the terms and conditions of the subcontract shall have been approved in writing by DIMTS prior to the execution of the subcontract, and (ii) that the DDC shall remain fully liable for the performance of the Services by the Sub Consultant and its Personnel pursuant to this Contract;

(c) any changes in the plan or drawing approved by DIMTS (d) any other action that may be specified in the SC.

3.8 Reporting Obligations Project Architect shall submit to DIMTS the reports and documents specified in TOR hereto, in the form, in the numbers and within the time periods set forth in the said TOR.

3.9 Documents prepared by the DDC to be the Property of DIMTS All plans, drawings,

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

Page 75: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 75 of 96

copy of such documents. Restrictions about the future use of these documents, shall be as specified in the SC.

3.10 Deleted. 4. DETAILED DESIGN CONSULTANT (DDC)'s PERSONNEL 4.1 General The DDC shall employ and provide such qualified and experienced Personnel

as are required to carry out the Services.

4.2 Description of Personnel

(a) The titles, agreed job descriptions, minimum qualification and estimated

periods of engagement in the carrying out of the Services of each of the DDC' Key Professional / Sub Professional Personnel are described in Appendix B.

(b) If required to comply with the provisions of Clause 3.1.1 of this Contract,

adjustments with respect to the estimated periods of engagement of Key Professional / Sub Professional Personnel set forth in Appendix B may be made by the DDCs by written notice to DIMTS, provided (i) that such adjustments shall not alter the originally estimated period of engagement of any individual by more than 10% or one week, whichever is larger. Any other such adjustments shall only be made with DIMTS's written approval.

(c) If additional work is required beyond the scope of the Services specified in

Appendix A, the estimated periods of engagement of Key Personnel set forth in Appendix B may be increased by agreement in writing between DIMTS and DDC.

4.3 Approval of Personnel The Key Personnel and Sub consultants listed by title as well

as by name in Appendix B are hereby approved by DIMTS. In respect of other Key Personnel, which the DDC propose to use in the carrying out of the Services, the DDC shall submit to DIMTS for review and approval a copy of their biographical data. If DIMTS 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, such Key Personnel shall be deemed to have been approved by DIMTS.

4.4 Working Hours, Overtime, Leave, etc.

The DDCs' remuneration shall be deemed to cover working hours, overtime, leave etc.

4.5 Removal and/or Replacement of Personnel (a) Except as DIMTS may otherwise agree, no changes shall be made in the

Key Personnel. If, for any reason beyond the reasonable control of the DDC, it becomes necessary to replace any of the Personnel, the DDC shall forthwith provide as a replacement a person of equivalent or better qualifications.

(b) If DIMTS (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 DDC shall, at DIMTS's written request specifying the grounds therefore, forthwith provide as a replacement a

Page 76: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 76 of 96

person with better qualifications and experience acceptable to DIMTS. (c) Any of the Personnel of the Design and Planning Team named in TOR

provided as a replacement under Clauses (a) and (b) above, (i) the DDC shall bear all additional travel and other costs arising out of or incidental to any removal and/or replacement, and (ii) the DDC shall forthwith provide a person as a replacement of equivalent or better qualifications than the named candidates.

5 Obligations of DIMTS 5.1 Deleted 5.2 Access to Working Area DIMTS warrants that the DDC shall have, free of charge,

unimpeded access to all working area in respect of which access is required for the performance of the Services. DIMTS will be responsible for any damage to such land or any property thereon resulting from such access and will indemnify the DDC and each of the Personnel in respect of liability for any such damage, unless such damage is caused by the default or negligence of the DDC or any Sub Consultants or the Personnel of either of them.

5.3 Deleted 5.4 Deleted 5.5 Payment

In consideration of the Services performed by the DDC under this Contract, DIMTS shall make to the DDC such payments and in such manner as is provided by Clause 6 of this Contract.

5.6 Payment to Statutory bodies The employer shall be responsible for making all

payments to be made to the local authorities and statutory bodies. However, fines, penalties and compounding fees etc. imposed by the local authorities for non-fulfillment of the approved plans in actual execution of the project shall be borne by the Architects excepting for the additions and alternations exclusively required by the Employer in writing.

6 PAYMENT TO THE PROJECT ARCHITECT

6.1 Cost Estimates; Ceiling Amount

(a) An abstract of the cost of the Services payable in local currency (Indian Rupees) is set forth in Appendix D.

(b) Except as may be otherwise agreed under Clause 2.6 and subject to

Clause 6.1(c), the payments under this Contract shall not exceed the ceiling as specified in the Contract.

(c) Notwithstanding Clause 6.1(b) above, the Parties shall agree that

additional payments shall be made to the Project Architect in order to cover any necessary additional expenditures not envisaged in the cost estimates referred to in Clause 6.1(a) above, the ceiling set forth in Clause 6.1(b) above shall be increased by the amount or amounts, as the case may be, of any such additional payments.

6.2 Currency of Payment

(a) The payment shall be made in Indian Rupees.

Page 77: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 77 of 96

6.3 Mode of Billing and Payment Billing and payments in respect of the Services shall be

made as follows:-

(a) No advance payment will be made. (b) Payment Schedule: The Project Architect will be paid stage-wise as a

percentage of the contract value as per the schedule given in TOR. DIMTS shall cause the payment of the Project Architect periodically as given in schedule of payment above within thirty (30) days after the receipt by DIMTS of bills 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 costs authorized to be incurred by the Project Architect, DIMTS may add or subtract the difference from any subsequent payments.

(c) No payment shall become eligible for the next stage till Project Architect

completes to the satisfaction of DIMTS the work pertaining to the preceding stage.

(d) DIMTS shall cause the payment of the Project Architects in Para (b) above

as given in schedule of payment within thirty (30) days after the receipt by DIMTS of bills with supporting documents.

(e) The final payment under this Clause shall be made only after the

submission of a final statement, identified as such, shall have been submitted by the Project Architect and approved as satisfactory by DIMTS. The Services shall be deemed completed and finally accepted by DIMTS and final statement shall be deemed approved by DIMTS as satisfactory within ninety (90) calendar days after receipt of the final statement by DIMTS unless DIMTS, within such ninety (90) day period, gives written notice to the Project Architects specifying in detail deficiencies in the Services, final statement. The Project Architect shall thereupon promptly make any necessary corrections, and upon completion of such corrections, the foregoing process shall be repeated. Any amount which DIMTS has paid or caused to be paid in accordance with this Clause in excess of the amounts actually payable in accordance with the provisions of this Contract shall be reimbursed by the Project Architect to DIMTS within thirty (30) days after receipt by the Project Architect of notice thereof.

7. Responsibility for Accuracy of Project Documents 7.1 General 7.1.1 The DDC shall be responsible for accuracy of the data collected, by him directly or

procured from other agencies/authorities, the designs, drawings, estimates and all other details prepared by him as part of these services. He shall indemnify the Authority against any inaccuracy in the work, which might surface during implementation of the project. The DDC will also be responsible for correcting, at his own cost and risk, the drawings including any re-designing and correcting layout/ design etc. if required during the execution of the Services.

7.1.2 The DDC shall be fully responsible for the accuracy of design and drawings of each

component of the building. All the designs and drawings for building including all their components shall be fully checked by a Senior Engineer after completion of the designs. All drawings shall be duly signed by the (a) Architect, (b) Senior Checking

Page 78: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 78 of 96

Engineer, and (c) Senior/ Structure Expert. The designs and drawings not signed by the three persons mentioned above shall not be accepted. The DDC shall indemnify DIMTS against any inaccuracy / deficiency in the designs and drawings of the component of building and structures noticed during the construction and even thereafter and DIMTS shall bear no responsibility for the accuracy of the designs and drawings submitted by the DDC.

7.1.3 All design and drawings prepared by the DDC shall be protected by the DDC till the

completion of the Services. 7.2. Retention Money An amount equivalent to 5% of the gross value of each bill shall be

retained for accuracy of design and quantities submitted and the same will be released after the completion of civil contract works

7.3.1. Deleted. 7.3.2 Deleted. 7.3.3 Deleted.

7.4 ACTION FOR DEFICIENCY IN SERVICES

7.4.1 Project Architects liability towards DIMTS Project Architect shall be liable to

indemnify DIMTS for any direct loss or damage accrued or likely to accrue due to deficiency in service rendered by him.

7.4.2 Warning / Debarring Warning may be issued to the erring Project Architects for minor

deficiencies. In the case of major deficiencies in the involving time and cost overrun and adverse effect on reputation of DIMTS, other penal action including debarring for certain period may also be initiated as per policy of DIMTS.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith The Parties undertake to act in good faith with 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.

8.2 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 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 no failure to agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance with Clause 9 hereof.

9. SETTLEMENT OF DISPUTES 9.1 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.

9.2 Dispute Settlement Any dispute between the Parties as to matters arising pursuant to

this Contract which cannot be settled amicably within thirty (30) days after receipt by one Party of the other Party‟s request for such amicable settlement may be submitted by either Party for settlement in accordance with the provisions specified in the SC.

Page 79: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 79 of 96

SPECIAL CONDITIONS OF CONTRACT

Page 80: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 80 of 96

SPECIAL CONDITIONS OF CONTRACT Number of GC Clause and Corresponding Amendments of, and Supplements to,

Clauses in the General Conditions

1.1 (a) The words “in the Government‟s country” are amended to read “in INDIA” 1.4 The language is: English 1.6.1 The addresses are:

For the Employer: Engineer-In-Chief, Delhi Integrated Multi Modal Transit System Limited, 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi – 110006 Tele: 011-43090109 Fax: 011-43090156 Website: http://www.dimts.in

For the DDCs: Attention:

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.

1.8 Entity to Act as Member in charge (In case of Joint Venture of Project Architects): -Not Applicable-

1.9 The Authorized Representatives are:

For DIMTS :

Engineer-In-Chief, Delhi Integrated Multi Modal Transit System Limited, 1st Floor, Maharana Pratap I.S.B.T. Building, Kashmere Gate, Delhi – 110006 Tele: 011-43090109 Fax: 011-43090156 Website: http://www.dimts.in

For DDC: __________________________________________________________________ ___________________________________________________________________

1.10 Service tax will be reimbursed by DIMTS, against submission of documentary proof by the Project Architect.

2.3 The Project Architect shall commence the services from the date of issue of Letter of

Acceptance. 2.4 The time period shall be 21 months for services and further 3 months for final

statements of bill or such other time period as the parties may agree in writing.

Page 81: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 81 of 96

3.4 Limitation of the Project Architects‟ Liability towards DIMTS (a) Except in case of negligence or willful misconduct on the part of the

Project Architects or on the part of any person or firm acting on behalf of the Project Architects in carrying out the Services, the Project Architects, with respect to damage caused by the Project Architect to DIMTS‟s property, shall not be liable to DIMTS:

(b) for any indirect or consequential loss or damage; and (c) for any direct loss or damage that exceeds (A) the total payments for

Professional Fees made or expected to be made to the Project Architects hereunder, or (B) the proceeds the Project Architects may be entitled to receive from any insurance maintained by the Project Architect to cover such a liability, whichever of (A) or (B) is higher.

(d) This limitation of liability shall not affect the Project Architects‟ liability, if

any, for damage to Third Parties caused by the Project Architect or any person or firm acting on behalf of the Project Architect in carrying out the Services.

3.5 The risks and the coverage shall be as follows:

(a) Third Party liability insurance with a minimum coverage, for Rs. 1.00 million for the period of services.

(b) Professional Liability Insurance (PLI) including deficiencies / inadequacies

in the design of each component of the building for a period of five years beyond Consultancy period or as per Applicable Law, whichever is longer, with a minimum coverage equal to the contract value for the assignment.

(c) Employer‟s liability and workers‟ compensation insurance in respect of the

Personnel of the DDC and of any Sub consultant, 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.

(d) Third Party motor vehicle liability insurance as required under Motor

Vehicles Act, 1988 in respect of motor vehicles operated in India by the DDC or their Personnel or any Sub-consultants or their Personnel for the period of services.

(e) Insurance against loss of or damage to (i) equipment purchased in whole

or in part with funds provided under this Contract, (ii) the DDCs' property used in the performance of the Services, and (iii) any documents prepared by the DDC in the performance of the Services; and

All insurances and policies should start from the date of commencement of services and remain effective as per relevant requirements of contract agreement, or upto completion of the consultancy contract, whichever is longer. The Project Architect shall not use these documents for purposes unrelated to this Contract without the prior written approval of DIMTS.

6.1 (b) The ceiling amount is as given in Appendix-D.

9.2 Disputes shall be settled by arbitration in accordance with the following provisions:

Page 82: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 82 of 96

9.2.1 Any dispute or difference whatsoever arising between the parties out of or relating to

the construction, meaning, scope, operation or effect of this contract or the validity or the breach thereof shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of sole arbitrator to be mutually appointed by the Parties.

9.2.2 Rules of Procedure Arbitration proceedings shall be conducted in accordance with

procedure of the Arbitration & Conciliation Act 1996, of India. 9.2.3 Substitute Arbitrators If for any reason an arbitrator is unable to perform his function,

a substitute shall be appointed in the same manner as the original arbitrator. 9.2.4 Deleted.

9.2.5 Miscellaneous

In any arbitration proceeding hereunder:

(a) Proceedings shall be held in DELHI (b) English shall be the official language for all purposes; (c) The decision of the sole arbitrator 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.

9.2.6 Fee and other expenditure of the Arbitration: The fees and other expenditure of the

Arbitration proceeding shall be shared in equal proportion between DIMTS & Project Architect.

9.2.7 Delhi Courts shall have exclusive jurisdiction.

Page 83: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 83 of 96

Appendix A

Terms of reference containing, inter-alia, the Description of the Services and

Reporting Requirements

Page 84: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 84 of 96

Appendix B

Consultants‟ Architect/Design Sub Consultants, Key Personnel

Page 85: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 85 of 96

Appendix C

Hours of work for Architects‟ Personnel

Page 86: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 86 of 96

Appendix D

Cost Estimate – Cost of Services – Ceiling Amount

Page 87: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 87 of 96

Appendix E

Minutes of Financial/ Contract Negotiations with the Project Architect

Page 88: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 88 of 96

Appendix F

Copy of Letter of Acceptance

Page 89: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 89 of 96

Appendix G

Copy of Bank Guarantee for Performance Security

Page 90: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 90 of 96

Appendix H

Minutes of the Pre-bid meeting

Page 91: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 91 of 96

SECTION-VII

Preliminary Concept Plan & Traffic Data

Page 92: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 92 of 96

SECTION-VIII

Format of Power of Attorney for Signing of Bid

POWER OF ATTORNEY FOR SIGNING OF BID Know all men by these presents, We…………………………………………….. (name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr/ Ms (name), …………………… son/daughter/wife of ……………………………… and presently residing at …………………., who is presently employed with us/the Lead Member of our Consortium and holding the position of……………………as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our application for qualification and submission of our bids for the …………………… Project proposed including but not limited to signing and submission of all applications, bids and other documents and writings, participate in Pre-Bid and other conferences and providing information/ responses to DIMTS, representing us in all matters before DIMTS, signing and execution of all contracts including the Comprehensive Architectural Services Agreement and undertakings consequent to acceptance of our bids, and generally dealing with DIMTS in all matters in connection with or relating to or arising out of our bid for the said Projects and/ or upon award thereof to us and/or till the entering into of the Agreement with DIMTS. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us. IN WITNESS WHEREOF WE, …………………………., THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………., 2….. For ………………………….. (Signature) (Name, Title and Address) Witnesses: 1. (Notarised) 2. Accepted …………………………… Signature) (Name, Title and Address of the Attorney) Notes: The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. Also, wherever required, the Applicant should submit for verification the extract of the charter documents and documents such as a resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder. For a Power of Attorney executed and issued overseas, the document will also have to be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued.

Page 93: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 93 of 96

Section IX

Format of Power of Attorney for Lead Member of Consortium

POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM

Whereas the Delhi Integrated Multi Modal Transit System ltd. (“DIMTS”) has invited bids from shortlisted parties for the _________________________________ (the “Project”). Whereas, ……………………….. and…………………….. (collectively the “Consortium”) being Members of the Consortium are interested in bidding for the Project[s] in accordance with the terms and conditions of the Request for Proposal (RFP) and other connected documents in respect of the Project, and Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium‟s bid for the Projects and its execution. NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS We, ……………………………….. having our registered office at …………………….., and ……………………. having our registered office at …………………….., (hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorize M/S …………………….. having its registered office at …………………….., being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the contract, during the execution of the Project[s] and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the qualification of the Consortium and submission of its bid[s] for the Project[s], including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent to acceptance of bid[s] of the Consortium and generally to represent the Consortium in all its dealings with DIMTS, and/ or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Consortium‟s bid[s] for the Project[s] and/ or upon award thereof till the Concession Agreement is entered into with the Authority. AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS …………………. DAY OF ……….2008 For …………………….. (Signature) …………………….. (Name & Title)

Page 94: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 94 of 96

For ……………………..(Signature) …………………….. (Name & Title) Witnesses: 1. 2. ……………………………………… (Executants) (To be executed by all the Members of the Consortium) Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. Also, wherever required, the Applicant should submit for verification the extract of the charter documents and documents such as a resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Applicant. For a Power of Attorney executed and issued overseas, the document will also have to be legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued.

Page 95: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 95 of 96

Section X

Format of Performance Security Bank Guarantee

FORM OF BANK GUARANTEE BOND

In consideration of Delhi Integrated Multi Modal Transit System Ltd., Delhi (hereinafter Called DIMTS) having agreed to award the detail design consultancy work to M/S ………………………………………………………………………(hereinafter called the „DDC‟) on production of Bank Guarantee for Rs. …………………………………………………(Rs……………………………..) against order No. …………………………………………………………dated ………and whereas the Letter of Acceptance has been issued and accepted by the Parties, the Parties now intend to formally enter into an Agreement pursuant to the submission of this Performance Bank Guarantee (PBG) for the " Consultancy services for the planning & design for Upgradation/Rehabilitation/ Re-Development of ISBT at ___________" on the terms and conditions contained in the said agreement and which have been mutually agreed upon by the parties thereto. We…………………………………………………………………………………. (hereinafter referred to as Guarantors) do hereby undertake and promise to pay the amounts due and payable under this guarantee without any demur, merely on a demand from DIMTS stating that the amount claimed is for the damages, loss, due to pilferage, fire or negligence or otherwise on the part of the DDC/its employee(s) or from whatever cause. Any such demand made on the Bank shall be conclusive as regard the amount due and payable by the Bank under this guarantee not withstanding any dispute or disputes raised by the DDC or any suit or proceeding pending before a court or Tribunal relating thereto. However, our liability under guarantee shall be restricted to an amount not exceeding Rs………………………..…..………Rs…………………………………………………………………………………………………………… )

We, …………………………………………………………………………………….. further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till DIMTS certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said DDC and accordingly discharge the guarantee. Unless demand for claim under this guarantee is made on us in writing within two months after the date of completion of the contract or the certificate obtained from DIMTS whichever is later, we shall be discharged from all liabilities under this guarantee thereinafter. Notwithstanding anything to the contrary herein, liability of the Bank under this guarantee will remain in force and effect until such time as this guarantee is discharged in writing by DIMTS or until delivered to the satisfaction of DIMTS on or before________________ provided that we the Guarantor unconditionally undertake to renew this guarantee from year to year within 10 days before the expiry of the period of guarantee or the extended period of guarantee as the case may. We……………………………………………………………………………………………….. further agree with DIMTS that DIMTS shall have the fullest liberty without consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions for the said contracts from time to time or to postpone for anytime or from time to time on any of the power exercised by DIMTS against the said DDC and to forebear to enforce any of the terms and conditions of the said agreement and we shall not be relieved from our liability by reasons of any such variation or extension being granted to the said DDC or for any

Page 96: Transport Department, GNCTDRehabilitation/ Re-development of ISBT at Kashmere Gate, Anand Vihar and Sarai Kale Khan in NCT of Delhi Request for Proposal Issued to: _____ Received DD

Delhi Integrated Multi-Modal Transit System Ltd.

RFP for Upgradation/Rehabilitation/Re-development of ISBTs at Kashmere Gate, Anand Vihar & Sarai Kale Khan

Page 96 of 96

forbearance, act or omission on the part of DIMTS whatsoever which under the law relating to sureties but for the said reservation would relieve us from the liability. Notwithstanding anything contained herein above our liability under this guarantee is restricted to Rs ………………(Rs. …………………………………….....……………... ) Our guarantee shall remain in full force and effect until ………………………………………. We …………………………………………………………………………(Name & address of issuing Bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent in writing. Date …………………. For and behalf of ………………………………….. ………………………………….. ………………………………….. …………………………………..


Recommended