SOUTH DELHI MUNICIPAL CORPORATION

OFFICE OF THE EXECUTIVE ENGINEER (PROJECT-I & II) WZ

UNDER DABRI FLYOVER (IN BETWEEN PIER NO. 3 TO 5), NEW DELHI-110058

(Email us at :- )

(Phone Number : 011-25554096)

NIT No. E.E. (Project-I & II) WZ/TC/2016-17/2Dated : 17.05.2016

SHORT NOTICE INVITING TENDER

The Executive Engineer (Project-I & II) West Zone invites on behalf of the Commissioner, SDMC item rate sealed tenders on short notice basis from the consultants, not registered in MCD, but having past experience of preparing conceptual plans and drawings of the Toll Plaza, SDMC including survey of existing infrastructure and retrofitting of the proposed plaza considering least disturbance to the movement of traffic and as per scope of consultancy,preferably having experience in NHAI and online submission basis from MCD registered consultants. The tenders shall be received upto 21.05.2016 in the office of E.E.(Project-II) WZ at Under Dabri Flyover (Span 3 to 5), New Delhi -58 upto 3.00 PM and will be opened on the same day at 3.30 PM.

Schedule for MCD registered consultants

Last date of Download of tender document : 19.05.2016 at 14.00 hrs.

Last date of Bid Preparation & Hash Submission : 19.05.2016 at 15.00 hrs.

Close for bidding: 19.05.2016 at 15.01 to 18.00 hrs.

Re-encryption of online bid : 19.05.2016 at 18.01 hrs.

to 21.05.2016 at 15.00 hrs.

Opening of financial bid : 21.05.2016 at 15.30 hrs.

Schedule for consultants not registered in MCD

Last date of receipt of Application:19.05.2016 upto 2.00 PM

Last Date of Issue of Tender:19.05.2016 upto 5.00 PM

Last Date of Submission of Tender:21.05.2016 upto 3.00 PM

Date of Opening of Bids:21.05.2016 at 3.30 PM

Bidding documents can also be downloaded from online website-

Introduction :-

SDMC is collecting MCD Entry Tax and Environment Collection Charge (ECC) at Delhi Entry Point at 124 locations for the traffic coming into Delhi. SDMC intends to modernize the following 10 entry points with construction of proper Toll Plaza for RFID based toll collection system including cash/mixed lanes. Provision of POINT OF SALE at 8 locations (excluding Shahdra & Gazipur flyovers) has to be provided, before the Toll Plaza, for registering vehicles and issuing RFID tags to the Vehicles. For modernizing the Toll Plaza, SDMC intends to engage a Consultant for preparing conceptual plans and drawings of the Toll Plaza including survey of existing infrastructure and retrofitting of the proposed Plaza considering least disturbance to the movement of traffic.

Scope of Consultancy :-

(I)Survey of the 10 Delhi Entry Locations

  1. Topographical Survey using Total Station (co-ordinates and levels) of the Toll Plaza Area in around 500mtrs. length (including existing flare portions of the road) covering;

Road Boundary / Property Line

Existing Toll Lane details

Central Verge / Median of the Road

Coordinates of all the Structures / Building / Canopy / existing toll & other infrastructure

Details of existing Utilities in the Roadway Width (Electric Line, OFC Line, Gas Pipe Line, Metro Line, etc.)

Details of location (including levels) for placing Container / Pota Building where Servers for Toll System, UPS, NVRs & CCTV screen can be installed

  1. Preparation of Road Cross Section @ 10mtrs. interval for around 500mtrs. i.e. ~ 250mtrs. on both sides of the existing toll booths (Delhi side and other state side)
  2. Identifying suitable location for establishing Point of Sale near the Toll Plaza
  3. Picking up any other detail and survey data as deemed necessary for preparation of toll plaza concept drawings

Output of Survey should be in Auto Cad and other digital format

(II) Preparation of Conceptual Plans and Drawings of the Toll Plaza

The Consultant should prepare various drawings within the available ROW to enable the bidders to estimate the scope of construction works required. No additional land is proposed to be acquired for the construction of Toll Plaza. The Consultant should prepare various drawings including but not limited to;

Layout of each existing plaza including existing structures, canopy, etc.

Conceptual Plan of each plaza retrofitting the existing lane infrastructure, etc. including Canopy, Toll Lanes, Bull Nose, cable crossing conduits, Toll Booths & Container office.

Arrangement Drawing for placing of 2 Containers on side of the plaza for installing Servers, UPS System, CCTV System including NVR and sitting arrangement for Staff

Typical drawings for RFID Lane with and without Escape Lane

Typical drawings for Bull Nose, Toll Booths with Protection Works,

Any other drawings required for the Work & preparation of detailed estimate, if required.

Compliance of Orders of Hon’ble Supreme Court of India, in WP(S) (Civil) No.(s)13029/1985 titled M.C. Mehta Vs Union of India & Ors. With WP(C) No.817 of 2015 titled SMYR Consortium LLP & Anr. Vs Govt. Of National Capital Territory of Delhi & Ors.

The documentary proof of having experience in similar field should be submitted alongwith the tender.

Earnest Money : Rs.40,000/- and Tender Cost Rs.500/- and Time of Completion 3 Weeks. Rate hold good for 5 Months.

The bidders are required to deposit Earnest Money and Tender Cost in the form of DD in favour of Commissioner, SDMC having validity of two months at the time of submission. For manual tendering tender cost shall be deposited at the time receipt of application and the sealed envelope containing the bid documents should be accompanied by requisite Earnest Money. In case the tender document is downloaded from MCD website, the tender cost should be submitted in the envelope containing bid. In case of any query the bidder can contact Sh. Sushil Kumar, (9810087085).

Copy to: All Concerned E.E. (Project-I & II) West Zone

SOUTH DELHI MUNICIPAL CORPORATION
OFFICE OF THE EXECUTIVE ENGINEER (PROJECT-I & II) WZ
UNDER DABRI FLYOVER (IN BETWEEN PIER NO. 3 TO 5), NEW DELHI-110058
(Email us at :- )
(Phone Number : 011-25554096)
No. ……………………… Date: ______

M/s______

______

______

Bid DocumentFOR:Engaging a consultant for preparing conceptual

plans and drawings of the Toll Plaza,SDMC including survey of existing infrastructure and retrofitting of the proposed plaza considering least disturbance to the movement of traffic.

Dear Sir (s),

  1. Bid documents for the above-mentioned work are forwarded herewith. The completed bid will be received in the officeupto 3.00 p.m. on 21.05.2016and shall be opened on the same day at 3.30 p.m. in the presence of bidders, who choose to be present.
  2. You are required to submit bid along with Earnest Money, failing which your bid will be treated as non-bonafide and will be summarily rejected.
  3. Bid documents forwarded are complete in all respects. Should any bidder need any clarifications on bid documents, they may seek such clarifications from this office
  4. The SDMCreserves the right to accept or reject any Bid without assigning any reason including the lowest and to annul the Bidding process and reject all Bids, at any time prior to Award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligations to inform the affected Bidder or Bidders of the grounds for the Employer's action.

Yours faithfully,

E.E. (Project-II) West Zone

FOR ACCEPTING OFFER

Encl.: Bid Documents

Signature of the Consultant

Introduction

SDMC is collecting MCD Entry Tax and Environment Collection Charge (ECC) at Delhi Entry Point at 124 locations for the traffic coming into Delhi.

It is proposedto modernize the following 10 entry points with construction of proper Toll Plaza for RFID based toll collection system including cash/mixed lanes. Provision of POINT OF SALE at 8 locations (excluding ShahdraGazipur flyovers) has to be provided, before the Toll Plaza,for registering vehicles and issuing RFID tags to the Vehicles.

For modernizing the Toll Plaza, SDMC intends to engage a Consultant for preparing conceptual plans and drawings of the Toll Plaza including survey of existing infrastructure and retrofitting of the proposedPlaza considering least disturbance to the movement of traffic.

Locations of 10 Entry Points

S. No / Entry Point Name / Highway / Existing Lanes / Proposed Infra / Lanes for Personal Traffic
RFID Lanes / Mixed Lanes / Total Lanes
1 / Gazipur Main / NH - 24 / 4 / 1 / 1 / 2 / 2
2 / Gazipur Old / NH - 24 / 4 / 1 / 1 / 2 / 2
3 / Kalandi Kunj / NH - 2 / 4 / 1 / 1 / 2 / 2
4 / Kapashera / old NH-8 / 6 / 2 / 2 / 4 / 2
5 / Kundli / NH - 1 / 14 / 5 / 5 / 10 / 4
6 / Rajokri / NH - 8 / 15 / 5 / 6 / 11 / 4
7 / Shahdara Main / SH - 57 / 2 / 0 / 1 / 1 / 1
8 / Shahdara (Flyover) / SH - 57 / 3 / 1 / 1 / 2 / 1
9 / Tikri Main / NH - 10 / 4 / 2 / 1 / 3 / 1
10 / Aya Nagar / MG Road / 4 / 1 / 1 / 2 / 2
TOTAL / 60 / 31 / 34 / 39 / 21

Scope of Consultancy :-

(I)Survey of the 10 Delhi Entry Locations

  1. Topographical Survey using Total Station (co-ordinates and levels) of the Toll Plaza Area in around 500mtrs. length (including existing flare portions of the road) covering;

Road Boundary / Property Line

Existing Toll Lane details

Central Verge / Median of the Road

Coordinates of all the Structures / Building / Canopy / existing toll & other infrastructure

Details of existing Utilities in the Roadway Width (Electric Line, OFC Line, Gas Pipe Line, Metro Line, etc.)

Details of location (including levels) for placing Container / Pota Building where Servers for Toll System, UPS, NVRs & CCTV screen can be installed

  1. Preparation of Road Cross Section @ 10mtrs. interval for around 500mtrs. i.e. ~ 250mtrs. on both sides of the existing toll booths (Delhi side and other state side)
  2. Identifying suitable location for establishing Point of Sale near the Toll Plaza
  3. Picking up any other detail and survey data as deemed necessary for preparation of toll plaza concept drawings

The above deliverables and output of survey are to be provided in ‘Hard copy’ (in six sets) on suitable size paper as well as ‘Soft copy’ in Auto Cad and other digital format.

(II) Preparation of Conceptual Plans and Drawings of the Toll Plaza

The Consultant should prepare various drawings within the available ROW to enable the bidders to estimate the scope of construction works required. No additional land is proposed to be acquired for the construction of Toll Plaza. The Consultant should prepare various drawings including but not limited to;

Layout of each existing plaza including existing structures, canopy, etc.

Conceptual Plan of each plaza retrofitting the existing lane infrastructure, etc. including Canopy, Toll Lanes, Bull Nose, cable crossing conduits, Toll Booths & Container office.

Arrangement Drawing for placing of 2 Containers on side of the plaza for installing Servers, UPS System, CCTV System including NVR and sitting arrangement for Staff

Typical drawings for RFID Lane with and without Escape Lane

Typical drawings for Bull Nose, Toll Booths with Protection Works,

Any other drawings required for the Work & preparation of detailed estimate, if required.

Compliance of Orders of Hon’ble Supreme Court of India, in WP(S) (Civil) No.(s)13029/1985 titled M.C. Mehta Vs Union of India & Ors. With WP(C) No.817 of 2015 titled SMYR Consortium LLP & Anr. Vs Govt. Of National Capital Territory of Delhi & Ors.

ELIGIBILITY CRITERIA:

Consultants having past experience of preparing conceptual plans and drawings of the Toll Plaza,SDMC including survey of existing infrastructure and retrofitting of the proposed plaza considering least disturbance to the movement of traffic and as per scope of consultancy,preferably having experience in NHAI.

INSTRUCTIONS TO BIDDERS

Sealed Bid Envelope shall contain the following documents:

a)The experience certificate in respect to the similar works

b)Financial turnover (proof for the last three years) duly signed by Chartered Accountant

c)Solvency certificate issued by the Bank

d)Earnest money

e)Tender documents duly signed by bidder

f)Cost of tender, incase tender documents are downloaded from website.

Executive Engineer (Project–I &II)West Zone

South Delhi Municipal Corporation

Under dabri flyover (in between pier no. 3 to 5),

New delhi-110058

Contact No.011-25554096

Note: Online bidders shall upload scanned copy of eligibility criteria MCD e-tendering website and deposit the requisite earnest money in the office of E.E. (Project-I & II) West Zone before the opening of the Bids.

General Guidelines

1.If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to be debarred from tendering/ taking up of work in SDMC. The department reserves the right to verify the particulars furnished by the applicant independently.

2.Consultants are advised to familiarize themselves of local and site conditions and take those into account while submitting tender.

3.If consultant/ applicant Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the eligibility criteria document. Then he shall be liable to be debarred from tendering/ taking up of work in SDMC.

4. If the consultants / applicant records of poor performance such as abandoning work, not properly completing the contract, or financial failure/ weaknesses etc was found .Then he shall be liable to be debarred from tendering/ taking up of work in SDMC.

5.SDMC will have the right to delete, substitute or add consultancy services at any stage in the scope of work and no claim on this account will be entertained.

6.The SDMC reserves the right to reject any or all tenders without assigning any reasons and conditional tenders shall be summarily rejected.

7.The tender must be prepared in indelible ink and must be signed properly. The Consulting firm shall has to quote fee on item rate basis at the place provided in the tender document in figures as well as in words. The rates should be quoted in INR in figures as well as in words. Transparent tape should be affixed on the rates in figure and words in case of manual tenders.

8.At any time before the submission of tenders, the SDMC may, for any reason, whether at its own initiative or in response to a clarification sought by the Consulting firm modify the tender document by amendment which shall be send to all the Consulting firms who have purchased the tender document. The SDMC may at its discretion to extend the deadline for the submission of proposals.

9.In case the rate quoted in figures and words differ, the rate quoted in words will considered for evaluation.

10.The earnest money of tenderer shall be forfeited if the Consulting firm whose tender is accepted fails to sign the agreement.

CONDITIONS OF THE CONTRACT

1.Definitions

  1. “SDMC” means the South Delhi Municipal Corporation a body formed under the Delhi Municipal Act, 1957 including amendments and includes any other authorities, agencies and instrumentalities functioning under the direction or the control of the South Delhi Municipal Corporation and its administrators, successors and permitted assigns.
  2. Engineer –in – charge / “Executive Engineer (Pr)-II/West Zone” shall mean the person from SDMC, who may appoint his/their authorized representative at site who will be administrating the contract, certifying payments, issuing and valuing variations to the contract, awarding extension of time and valuing compensation of events as per the directions of SDMC.
  3. “Contract”, “Consultancy Contract”, “Consultancy Contract/Services” means the contract between SDMC and the Consultant consisting of this Contract and the documents listed therein.
  4. “Services” means drainage/ plumbing, electrical, fire safety measure, ventilation water supply, activities pertaining to providing Consultancy including deliverables.
  5. “Consultant” means the Consultant who may be engaged for consultancy work of the project.
  6. “Department”, “Employer” means SDMC or its authorized representative.
  1. Communications between parties, which are referred to in the conditions, are effective only when in writing. or by E-mail
  2. The time of completion of Consultancy Services shall be 3 weeks to be reckoned from 10th day from award of contract.
  3. When there is an upward revision of time schedule of the project, the Consultant shall seek extension of time, well in advance from Employer, bringing out reasons seeking such extension. Employer has the sole authority to accord extension of time, with or without compensation in favour of Employer. No extra payment shall be made to the consultant for the extended period, if any.
  4. The tenders shall include all costs to cover what is given in the Scope of Services and shall include elsewhere given in the contract for providing Consultancy Services and shall include all taxes, duties, levies, royalties and other applicable taxes and shall include remuneration for staff, accommodation, transportation, labour, material, equipment, printing of documents, surveys, deliverables etc. and all that is necessary for completion of the contract.
  5. The negotiations shall be held to reach an agreement on all points and sign a contract with the lowest Consulting firm.
  6. The Payment for work done shall be released in part on pro-rata basis at the discretion of the Engineer-in-charge.
  7. Engineer-in-charge can order for reduction /variation in the Scope of Services which will be paid after suitable appropriation/adjustment based on the conversion of tendered rates for the proposed Consultancy Services.
  8. The Consultant on demand from the Employer shall remove its or Subcontractors employee from the Site/work.
  9. The Consultant will be responsible for all acts and omissions of persons engaged by him whether or not in the course of performing the Services and for the health, safety and security of such persons and their property and the Consultant shall indemnify SDMC in respect of any claim (including legal costs incurred by SDMC in defending such claim) made against SDMC.
  10. No subcontract shall be made without the prior written approval of the Employer and the Consultant shall be responsible or liable for the work of Sub Consultant and his employees.
  11. The SDMC may, by written notice of suspension to the Consultant, suspend all payment of the Consultant hereunder if Consultant fails to perform any of their obligation under this contract, including the carrying out of the Services, provided that such notice of suspension shall specify the nature of the failure and shall after a direction to the Consultant to remedy such failure within a period not exceeding ten (10) days after receipt by the Consultant of such notice of suspension.
  12. The Consultant shall be responsible for accuracy of the data collected directly or procured from other agencies/authorities. The Consultant will be responsible for correcting, at his own cost and risk, the drawings including any resurvey/ investigation and correcting layout etc. if required during the execution of the Services.
  13. Except anything said elsewhere in the contract, the Consultant shall be solely responsible for all risks of loss of or damage to physical property and of personal injury and death, which arise during and in consequence of its performance of the Contract.
  14. The Employer shall be responsible for risk arising out of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot, commotion or disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive.
  15. Both the parties shall be liable for and indemnify the other Party against losses, expenses and claims for loss or damage to physical property personal injury, and death caused by his own acts or omissions.
  16. Notwithstanding anything said elsewhere in the contract, the Consultant shall be solely responsible for and shall indemnify and hold harmless the Employer from and against all claims, liabilities and costs of action in respect of injury to or death of any person in the employment of the Consultant or any of its Subcontractors.
  17. The SDMC may claim against the securities if any in case the Consultant is in breach of the Contract and the SDMC has brought to the notice of the Consultant of such act.
  18. The Consultant hereby shall maintain secrecy and confidentiality of the information/documents received by them and knowledge acquired by them from SDMC, in the course of performance of the Services. This obligation shall not apply to information in the public domain, already known/deemed to be known to the public or information acquired from a third party or information required to be disclosed to a court or government agency or pursuant to any statute. The Consultant shall wherever possible, inform SDMC before submission of any information to a court or government agency pursuant to such statutory obligation.
  19. The Consultant and SDMC hereby agree and undertake to treat all correspondence exchanged between the Consultant and SDMC with regard to the Services as confidential and privileged, unless otherwise agreed to by the Parties.
  20. In case of any dispute between consultant and employer, the Commissioner (SDMC decision will be the final & binding t o the consultant.
  21. Any dispute arising between consultant and SDMC will be decided in jurisdiction of Delhi Court.

Ex. Engineer (Project-I & II) WZ