36
1 AHMEDNAGAR MUNICIPAL CORPORATION (FIRE & EMMERGENCY SERVICES) E-TENDER NO. : 339 RE E-TENDER CALL -5 - 2012-13 THE COMMISSIONER, AHMEDNAGAR MUNICIPAL CORPORATION INVITES E-TENDER FOR PREPARATION OF FIRE HAZARD RESPONSE AND MITIGATION PLAN. FIRE DEPARTMENT /E–TENDER ADVERTSIMENT NO 3 /2012-13 Date:29 /08/2012 Sr.No Particulars Start Date & Time Expiry Date & Time 1 TENDER FORM DOWNLOAD 29-08-2012 11:00 06-09-2012 11:00 2 BID PREPARTION 29-08-2012 11:00 10-09-2012 11:00 3 PRI-BID MEETING at Dy. Commissioner (Tax) Office. 31-08-2012 15:00 4 BID CLOSING 10-09-2012 11:01 10-09-2012 17:45 5 BID SUBMISSION 10-09-2012 17:46 13-09-2012 11:00 6 TECHNICAL ENVELOP OPENING 13-09-2012 11:01 13-09-2012 17:45 7 PRICE ENVELOP OPENING 13-09-2012 17:46 14-09-2012 17:45 TENDER NO. NAME OF DEPT. CODE NO. NAME OF WORK COST OF TENDER FORM (NON REFUNDABL E) EARNEST MONEY TIME LIMIT 1 2 3 4 5 6 7 FIRE/E- TENDER NO. 339 /2012- 2013 Fire & Emergen cy Services 145 Preparation of Fire Hazard response & Mitigation plan of Ahmednagar City 1,000/- 5,000/- 6 MONTHS Terms & Conddition: 1. All the details, rules & regulations of the supply of material are explained in the tender form & can be available online. 2. Tender form Fees & Earnest Money deposit amount should be deposited seperately in the form of Demand Draft of any Nattionalised Bank or Scheduled Bank in favour of “E– Tender Deposit Fund Ahmednagar Municipal Corporations" account in AXIS BANK A/c No.911020011270125. Please mention D.D. No. Name of the Bank & Tender No. in details note on the both side of slip ( Consumer copy & bank copy ). The scan copy of Tender form purchased cost DD and EMD DD should be sent to e-mail address : [email protected] of Corporation. After opening of tender the original slip of demand draft should be submitted to concern department of AMC.

AHMEDNAGAR MUNICIPAL CORPORATION - e Tendersamc.maharashtra.etenders.in/tpoimages/amc/tender/Tender339.pdf · ahmednagar municipal corporation (fire & emmergency services) e-tender

Embed Size (px)

Citation preview

1

AHMEDNAGAR MUNICIPAL CORPORATION

(FIRE & EMMERGENCY SERVICES)

E-TENDER NO. : 339 RE E-TENDER CALL -5 - 2012-13

THE COMMISSIONER, AHMEDNAGAR MUNICIPAL CORPORATION INVITES E-TENDER

FOR PREPARATION OF FIRE HAZARD RESPONSE AND MITIGATION PLAN.

FIRE DEPARTMENT /E–TENDER ADVERTSIMENT NO 3 /2012-13 Date:29 /08/2012

Sr.No Particulars Start Date & Time Expiry Date & Time

1 TENDER FORM DOWNLOAD 29-08-2012 11:00 06-09-2012 11:00

2 BID PREPARTION 29-08-2012 11:00 10-09-2012 11:00

3 PRI-BID MEETING at Dy. Commissioner (Tax) Office. 31-08-2012 15:00

4 BID CLOSING 10-09-2012 11:01 10-09-2012 17:45

5 BID SUBMISSION 10-09-2012 17:46 13-09-2012 11:00

6 TECHNICAL ENVELOP OPENING 13-09-2012 11:01 13-09-2012 17:45

7 PRICE ENVELOP OPENING 13-09-2012 17:46 14-09-2012 17:45

TENDER

NO.

NAME

OF

DEPT.

CODE

NO.

NAME OF WORK COST OF

TENDER

FORM (NON

REFUNDABL

E)

EARNEST

MONEY

TIME

LIMIT

1 2 3 4 5 6 7

FIRE/E-

TENDER

NO. 339

/2012-

2013

Fire &

Emergen

cy

Services

145 Preparation of Fire

Hazard response &

Mitigation plan of

Ahmednagar City

1,000/- 5,000/- 6 MONTHS

Terms & Conddition:

1. All the details, rules & regulations of the supply of material are explained in the

tender form & can be available online.

2. Tender form Fees & Earnest Money deposit amount should be deposited seperately in the

form of Demand Draft of any Nattionalised Bank or Scheduled Bank in favour of “E–

Tender Deposit Fund Ahmednagar Municipal Corporations" account in AXIS BANK

A/c No.911020011270125. Please mention D.D. No. Name of the Bank & Tender No. in

details note on the both side of slip ( Consumer copy & bank copy ). The scan copy of

Tender form purchased cost DD and EMD DD should be sent to e-mail address :

[email protected] of Corporation. After opening of tender the original slip of

demand draft should be submitted to concern department of AMC.

2

3. The sale of Tender form is only available on http://amc.maharashtra.etenders.in website

online method.

4. It is necessary to create the User Id and Password to participate in Tender process and to

click enrollment details new bidder for registration on http://amc.maharashtra.etenders.in

Feel free to contact on tele. No 020 – 2531 5555 for telephonic support.

Mobile Phone Users are requested to call 91679 69601, 91679 69614 or 91679 69604 for

telephonic support E- tender procedure .

5. Sale of Tender form and ACCEPTANCE of Tender procedure will be done by Online only.

6. The Tender should be submitted in TWO (2) envelop system i.e. Technical & Commercial

bid.

7. Envelope no: 1 list of document to be attached with will be as Terms & conditions.

Envelope no: 2 A) Tenderer should submit Price-Bid along with commercial terms &

conditions.

8. Conditional tender will not be accepted.

9. The Tender Holder has to use DIGITAL SIGNATURE KEY for submission.

10. The published Tender notice in News Papers or Web Site etc. is a part of Terms &

Conditions of the Tender.

11. It is a sole responsibility of Tender Holder for non - receipt of Tender form on LAST DAY

& DATE of sale or non – submission on last day and date of Online submission.

12. If there is a official holiday on the last day of tender opening the tenders will be open on

next official date.

13. The Commissioner, Ahmednagar Municipal Corporation reserves the right to accept or

reject or to give extension in submission period or cancellation of called Tenders without

assigning any reason there to.

Dy.Commisioner

Ahmednagar Municipal Corporation

3

Ahmednagar Municipal Corporation

Request for Proposal

for

PREPARATION OF FIRE HAZARD RESPONSE

AND MITIGATION PLAN FOR

AHMEDNAGAR MUNICIPAL CORPORATION

RFP Reference Number: ________________

Issued By

Ahmednagar Municipal Corporation

Ahmednagar - 414001

Price of RFP Document: Rs. 1000/-

4

Letter of Invitation Reference No.: __________

To

The Eligible Consulting Organizations

The Fire Services Department of Ahmednagar Municipal Corporation is currently seeking

proposals from qualified consultants to develop a Fire Hazard Response and Mitigation Plan that

meets the requirements under National Disaster Management Policy 2007 (3.2.9).

The purpose of the Plan is to demonstrate the Municipal Corporation's commitment to reduce

risks from Fire hazards, serving as a guide for decision-makers as they commit resources to

reduce the effects of fire hazards.

The Fire Services Department of Ahmednagar Municipal Corporation seeks consultancy services

for the preparation of a Fire Hazard Response and Mitigation Plan that meets the necessary

requirements of and the same will be approved by the Ahmednagar Municipal Corporation,

DDMA and MIDC.

Yours sincerely.

Vijay Kulkarni

Municipal Commissioner

Ahmednagar Municipal Corporation

5

I. Introduction

Background

The National Disaster Mitigation Act of 2005 calls for and National Disaster Management Policy

2007 (3.2.9) require that Local Bodies (i.e. PRJs. Municipalities, District and Cantonment

Boards, Town Planning Authorities) which control and manage civic services will ensure

capacity building of their officers and employees for managing disasters, carry out relief,

rehabilitation and reconstruction activities in (the affected areas will prepare Disaster

Management Plans in consonance with the guidelines of the NDMA, SDMAs and DDMAs.

Taking cognizance of dismal status of the Fire Services in the country, the 13th

Finance

Commission recommended that a portion of the grants allocated to Urban Local Bodies (ULBs)

may be used to revamp the fire services within their jurisdiction (Para 10.172). The ULBs may

extend financial support to state fire services department in this effort. All Municipal

Corporations with a population of more than one million (2001 Census) must put in place a fire

hazard response and mitigation plan for their respective jurisdictions. They should publish the

plans in the stale Gazette as a measure of compliance. This is a mandatory recommendation and

is one of the nine conditions stipulated by the commission. The state governments can access

funds under performance Grant if they comply with the nine conditions.

The Commission has also noted that cities can draw expertise from the state level agencies as

well as the National Disaster Management Authority in revamping and strengthening the fire

service and in preparing and implementing fire hazard response and mitigation plan.

To opcrationalize the Commission's recommendation to prepare fire hazard plans in all million

plus cities, the state governments have entrusted this responsibilities to the cities The

Municipalities and Municipal Corporations of the cities are required to prepare a multi-hazard

plan including the Fire hazard response and mitigation plan for the areas within the city

jurisdiction as per guidelines issued by NDMA, SDMA, DDMAs.

Against (his backdrop. Urban Development Department of Govt. of Maharashtra intends that

Fire Services under each city Municipal Corporation / Corporations to adopt a Multi-Hazard

Mitigation Plan reviewed by the District Disaster Management Authority and approved by the

State Disaster Management Authority as a prerequisite to receive ULBs funding. The objective

of the Fire services plan will be to reduce the loss of life and property, human suffering,

economic disruption, and disaster assistance costs resulting from natural disasters including the

Fires.

Currently the Ahmednagar Municipal Corporation Fire Services does not have a Fire Hazard

Response and Mitigation Plan; however, Ahmednagar Municipal Corporation would be

receiving Government funding to develop a Fire Hazard Response and Mitigation Plan.

6

Project Overview The purpose of the Ahmednagar Municipal Corporation Fire Service's "Fire Hazard Response

and Mitigation Plan" (referred to as the "Plan") would be required to conform to the guidelines

issued by NDMA / SDMA and meets the requirements and approval of MIDC and SDMA, so as

to ensure that the Ahmednagar Municipal Corporation Fire Services continue to keep our citizens

safe and remain eligible for future hazard mitigation funding.

Fire Chiefs office will be the administrative agency for the preparation of the Plan, on behalf of

the State Planning Committee. As such, management of and contract administration for the Plan

is the responsibility of the Fire Chief.

As this Plan will be partially grant funded and partially funded by in-kind resources from the

Ahmednagar City Municipal Fire Services, the selected consultant is expected to provide

documentation and regular invoicing of time spent developing the Plan and to adhere to a strict

budget. To ensure that development of the Plan is consistent with the budget provided, staff from

the Fire Chiefs Office will meet periodically with the consultant and with the State Planning

Committee members to monitor the expenditure of funds and progress of work.

With the submission of the final draft the consultant shall provide all documentation of time

spent developing the Plan.

7

II. Instructions to Bidders

1. Eligibility Criteria The bidders need to meet the following eligibility criteria for the bidding purpose

a) The bidder should be a company registered under Companies Act 1956 and should be in

the field of Consulting for last 5 years.

b) The Bidder's annual turnover in India should be at least Rs. 5,00,00,000 / Year in last 3

Years from consultancy business including Preparation of Project Reports / Project Plans

/ Project Management. Bidder should have made profiles in last 2 financial years.

c) The Bidder's company shall have at least worked for 5 Government consultancy projects.

d) The bidder should have been awarded and successfully completed minimum of 3

Government Consultancy projects of more than Rs. 5,00,000 (consultancy component

value)

e) The bidder should have extended consultancy for minimum 2 projects in the domain of

Fire Services or Disaster Management in last three years.

f) The bidder shall have prominent presence in Maharashtra, including an office in

Maharashtra

g) Consortium / Joint venture or Sub contracting is not allowed,

h) Bidder should not be blacklisted by any government or private body.

2. RFP Document This RFP Document is non-transferable. Only the bidders who have purchased this document are

eligible to submit a bid in response to the RFP. In case the RFP is published on the website, the

fees can be paid along with the technical bid.

Response to the RFP is to be submitted as per enclosed format only. Attach the certificates,

brochures & other supporting documents as documentary evidence for any details that has been

asked for in the RFP document.

3. Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of its bid and

Ahmednagar Municipal Corporation shall in no event or circumstance be held responsible or

liable for these costs, regardless of the conduct or outcome of the bidding process.

8

4. Bid Process 4.1 Two Bid On line Submission

Offers (Technical & commercial) must be submitted online only .

Tender Forms will be available online at - http://amc.maharashtra.etenders.in

Technical Offer:-

This document should contain the detailed technical proposal as specified in the RFP document.

Please note that the evaluation would be techno-commercial and thus it is expected that the

bidders put forward all the related information in this document to allow the Tender Evaluation

Committee to arrive at the technical scoring for the bid.

A. Proposed Approach & Methodology to be adopted to undertake the assignment

Ahmednagar Municipal Corporation would evaluate the proposed Approach & Methodology for

Project Management Consultancy on following parameters:

• Responsiveness’ to the proposed Scope of Work.

• Work Plan and Approach to undertake the assignment including activity chart, resource

planning, scheduling etc.

• Pointers towards Strategy for evaluating, revising and implementing the Plan,

B. TEAM:-

Ahmednagar Municipal Corporation will evaluate the information submitted by the Bidder with

regard to Bidder's proposed team, especially, the Project Manager and Fire / Disaster

Management Domain Experts for the proposed scope of work along with the team's profile, in

the response.

The Bidder must put forth the best team that has the relevant Urban Local Body experience and

the ability to guide Ahmednagar Municipal Corporation in finalizing the Report. Proper details

need to be submitted in the formats given in Annexure IV

C. Bidders' Competence & Experience

Qualifying criteria for bidders are given in Section-Ill shall be rated on following parameters:

Over and above these criteria bidders

Parameters

Documents to be submitted

Consultancy projects in Government domain in

last 5 years in India

Proof of such Projects

Consultancy projects in Government domain in

last 5 years in Maharashtra

Proof of such Projects

9

Consultancy projects carried out in Maharashtra

in the domain of Fire Dept or Disaster

Management

Proof of such Projects

No. of consultancy projects in the domain of

Urban Local Body in India

Proof of such Projects

No. of Government Domain Consultants in India

& in Maharashtra

Details of consultants in India & in No. of

Government Domain Consultants in India

& in Maharashtra to be given in

Maharashtra formats given in Annexure

IV.

Presence in Maharashtra Offices in Maharashtra

This Envelope should not contain any price information. Failure to comply with this criterion

would lead to rejection of the bid submitted by the bidder.

Commercial Offer:-

The Commercial Offer should contain all relevant price information and should not contradict

the Technical Offer in any manner.

The Commercial Offer should be in the format specified in Annexure V

5. Amendment of RFP Document The interested bidders should submit their queries (if any) in writing to Municipal Commissioner

Ahmednagar Municipal Corporation at least by 31-08-2012 .

Municipal Commissioner may call a pre-bid meeting on the 31-08-2012 at 15:00 in the office of

Dy.Commissioner (Tax). At any time before the dead line for submission of bids Commissioner,

Ahmednagar Municipal Corporation may for any reason, whether at its own initiative or in

response la a clarification requested by a prospective Bidder modify the RFP Document by

amending, modifying and/or supplementing the same.

All prospective Bidders who have purchased this RFP Document shall be notified of any

amendments in writing by e-mail and / or post, and all such amendments shall be binding on

them without any further act or deed on the pan of Commissioner. Ahmednagar Municipal

Corporal ion.

6. Purchase of the RFP Document

Blank tender document with the detailed specifications and work schedule can be procured from

• http://amc.maharashtra.etenders.in

10

7. Qualification Criteria

Prior to the detailed evaluation of the Technical Bids, Commissioner; Ahmednagar Municipal

Corporation shall determine whether each bid is (a) complete, (b) is accompanied by the required

information and documents and (c) is substantially responsive to the requirements set forth in the

RFP document.

The bidder needs to meet the minimum eligibility criteria as defined in Sec II, Sr. No. 1. The

bidders need to submit proofs of various experiences in Government Consulting & Project

related Consulting Experience plus the detailed resumes of their proposed team for the project.

8. Evaluation Committee

The bids-shall be evaluated by a competent Committee, as decided by the Commissioner,

Ahmednagar Municipal Corporation, based on a weighted point system, assessing each bidder's

ability to satisfy the requirements set forth in the RFP Document. Broad criteria for the

evaluation are as follows:

9. Commercial Bid Evaluation Commercial envelope of only those bidders who obtain minimum 70% score in Technical

Evaluation shall be opened Each of the Commercial bids shall be evaluated on a score of 100

points on the basis that points obtained are inversely proportional to the Price quoted and vice-

versa. The methodology of scoring will be as follows. Bidder Commercial Score = 100 *(Lowest

commercial quote / Bidder's commercial quote).

10. Terms and Conditions Terms and conditions for bidders who participate in the tender are specified in the section called

'Terms and Conditions". These terms and conditions will be binding on all the bidders. These

terms and conditions will also form a part of an agreement to be signed with the purchase order,

to be issued to the successful bidder(s) on the outcome of the tender process.

11. Conditional offers by the Bidders The bidder should abide by the terms and conditions specified in the RFP Document. If bidders

submit conditional offers it shall be liable for outright rejection.

12. Late Tender offers Any tender offer received by Commissioner Ahmednagar Municipal Corporation after the

deadline for submission of tender offer prescribed by the Municipal Corporation, pursuant to the

clause above, will be summarily rejected.

11

13. Offer validity Period The offer should hold good for a period of 180 days from the date of the opening of tender.

14. Address of Communication Offers should be addressed to the following officer at the address given below:

Municipal Commissioner

Ahmednagar Municipal Corporation,

Nagar - Aurangabad Road,

Ahmednagar - 414 001

15. Modification and Withdrawal of Offers Modification or Withdrawal of Offers is not permissible after its submission. If the offer is

withdrawn before the validity period, the E. M. D. will stand forfeited.

16. Clarification of Offers To assist in the scrutiny, evaluation and comparison of offers, Commissioner, Ahmednagar

Municipal Corporation, may. at its own discretion, ask some or all bidders for clarification of

their otter. The request for such clarifications and the response will necessarily be in writing.

17. Security Deposit Within 15 days of the communication by Commissioner, Ahmednagar Municipal Corporation,

(by Letter / Fax / E-mail) successful Bidder will have to sign an Agreement Contract with

Commissioner, Ahmednagar Municipal Corporation. & submit Security Deposit equal to 10 % of

the Order value in the form of a Bank Guarantee from any Nationalized or Scheduled Bank..

Security Deposit should be valid for the period of 12 months.

This Bid Security will be forfeited if the Project Management Consultancy is not offered to

Commissioner, Ahmednagar Municipal Corporation, as per the agreement. Commissioner,

Ahmedbagar Municipal Corporation, will release Security Deposit only after successful

completion of the project work as per the Scope of Work defined in the RFP.

18. Earnest Money Deposit Bidders are required to (give a Demand Draft of Nationalized or Scheduled Bank)

amounting Rs.5000.00, drawn in favor of "E-Tender deposit fund Ahmednagar Municipal

Corporation" AXIS Bank A/C No. 911020011270125 and xerox copy of DD attach with their

offer. Offers made without EMD will be rejected.

The earnest money deposit shall be non-interest bearing and is refundable to unsuccessful

bidders, the successful bidder's EMD will be discharged upon the successful bidder executing the

Contract and furnishing the Security Deposit of 5% of the order.

The EMD may be forfeited -

12

a) If a bidder withdraws its tender during the period of bid validity

b) Or in case of a successful tenderer, if the tenderer foils

i) To sign the contract in accordance with terms and conditions;

ii) To furnish Bid Security Deposit as specified in terms and conditions.

13

III] Scope of Work The following Scope of Work shall be completed by the Consultant and shall meet all the

requirements of Guidelines issued by NDMA, SDMA for the preparation of DM Plan. The

consultant will lead in the preparation of the Plan; however would incorporate the inputs /

comments provided by the members of the Planning Committee throughout duration of the

project.

Plan should not take more than Eight (8) Months to complete. The consultant must present a

draft of the Plan to the Planning Committee within Six (6) months for review and comment by

the Planning Committee.

The consultant then must present a final draft to the Planning Committee no later than 6 months

from the date of work order for review and adoption by the Municipal Commissioner and

Municipal fire Services Committee.

The Fire Department will provide the consultant with currently available Geographic

Information Systems (GIS) data (if available) and the selected consultant will evaluate such GIS

data and use the same in completion of the Plan. While carrying out GIS data analysis,

Consultant must keep in mind the City Mapping Standards. Consultant shall submit to the Fire

Department all the papers / GIS data analysis report prepared in association with this project.

Overall Project Design Following is a list of the required steps in developing the Plan. For each step, the responsible

agency is identified:

� Project Initiation: within is days of the signing of the contract, the Consultant shall

mobilize the resources for the project and submit Project Inception Document giving

detailed Approach & Methodology. Project Plan & Team Details.

� Refinement of Scope of Work.: Members from the Corporation's Project Committee /

State Planning Committee will review and discuss with the selected consultant's approach

and methodology which will include a list of steps for Plan development, objectives for

the Plan, summary of necessary and available data and information, required elements of

the Plan, responsibilities for specific tasks, timeline, and process for documenting of time

and resources spent on Plan development. Development of the Plan will begin once the

selected Designated Project Committee and consultant agree on the approach and

methodology.

� Consultant will conduct a serve of the city and identify all slums hazards industries and

high- rise buildings analyze and integrate it into the Plan which will form the basis of the

recommendations. The; consultant will also identify gaps in existing data and include

recommendations to address these deficiencies

14

� Draft Plan: Once alt necessary data and information are collected, the consultant will

develop an initial draft Plan, with all necessary elements, including:

o Brief introduction, including context for and description of the need for the Plan.

o Brief description of the history, physical setting, land use patterns, and

development trends of the area to be covered by the Plan.

o A list and assessment of the hazards and risks to which each of the participating

partners is vulnerable.

o identify and rank the fire hazard zones

o Summary of current central, state and local programs and policies that address the

identified risks.

o State the Plan goal and objectives.

o A prioritized list of recommended strategies, programs, policies and actions to

address identified hazards and risks, including those that are relevant to public

facilities and infrastructure as well as general environmental conditions. The list

should include a brief description of each recommendation, persons responsible

for implementing recommendations, approximate cost of and potential funding

sources for implementing recommendations, cost effectiveness of

recommendations, and suggested timeline for implementing recommendations.

o Strategy' for evaluating, revising and implementing the Plan.

o Documentation of public participation in Plan development.

o Documentation that the participating partners have met the requirements of the

National/State Disaster Management Act, Stale fire Services Act.

o Other descriptions, documentation and Plan elements as required to meet

Municipal Corporation, DDMA and SDMA approval.

o All relevant maps, graphs, charts, pictures and CIS Data to support document text.

o Copies for the City and Municipal Fire Services of one (I) color paper copy of the

draft plan, one (I) digital (MS Word format) copy of the draft plan and one (1)

PDF copy of the draft plan.

The consultant will present the initial draft plan to the Corporation within 6 months.

Corporation will review the written report and provide comments within one month

from the date of submission by the consultant. The consultant shall amend the draft

Plan for these comments and submit the plan to City Municipal Fire Services within

next one month.

� Final Plan : Then within further next month, the consultant shall present to the

Corporation the final version of the Plan including the requirements listed above and that

incorporates the comments suggested by the Corporation / State Planning Committee, in

a formal suitable for reproduction by the Municipal Fire Services of Ahmednagar City.

15

The final Plan must also include documentation of public participation in Plan

development. The consultant shall provide the City and Fire District each, with one

One Color paper copy of the draft plan, One Soft (MS Word format) copy of the draft

plan and one PDF copy of the draft plan.

Tentative Schedule: The following is the proposed timeline for the project, but may be

subject to change upon agreement with the consultant

Project Milestone

Start date

End Date

Duration

A. Award of Contract &

Team Mobilization

B. Preparation of Initial Draft Plan

Within 6 months

of word order(A)

C. Amendment B + One month

D. Preparation of the Final Plan C + One months

16

E.

IV] Terms and Conditions of the Tender

1. Payment Terms % of the Payment Milestone given is the percentage of the Total Consultancy Cost as per the

Annexure V (Commercial Bid). Sr.No. I.

Sr No

Item Description (Project

No. Milestone/Deliverable)

Payment Milestone (in %)

1

Submission of Draft Plan

5O % of the Total fees after acceptance by AMC

2

Submission of the Filial Plan 50 % of the Total fees after acceptance by AMC

(Acceptance means, after submission of report and after consultant has made presentation to the

Fire Department, Municipal Corporation, the Department will issue letter of acceptance along

with comments/suggestions to be incorporated in the Report).

2. Publicity Any publicity by the bidder in which the name of Commissioner, Ahmednagar Municipal

Corporation, is to bemused should be done only with the explicit written permission of the

Commissioner, Ahmednagar Municipal Corporation.

3. Force Measure The bidder shall not be liable for forfeiture of its performance security, liquidated damages or

termination for default, if and to the extent that it's delay in performance or other failure to

perform its obligations under the contract is the result of an event of force Measure. For purposes

of this Clause. "Force Measure" means an event beyond the control of the Bidder and not

involving the bidder's fault or negligence and not foreseeable. Such events may include, but are

not limited to. Acts of God or of public enemy, acts of Government of India in their sovereign

capacity, acts of war, either in fires, floods, strikes. lock-outs and freight embargoes. If a Force

Measure situation arises, the Bidder shall promptly notify the Commissioner. Ahmednagar

Municipal Corporation, in writing of such conditions and the cause thereof within twenty

calendar days. Unless otherwise directed by the Commissioner, Ahmednagar Municipal

Corporation, in writing, the Bidder shall continue to perform it's obligations under uk Contract as

far as it is reasonably practical, and shall seek all reasonable alternative means for performance

not prevented by the Force Measure event. In such a case, the time for performance shall be

extended by a period(s) not less than the duration of such delay. If the duration of delay

continues beyond a period of three months. GoM and the bidder shall hold consultation* with

each other in an endeavor to find a solution to tie problem. Notwithstanding above, the decision

of the Commissioner, Ahmednagar Municipal Corporation, shall be final and binding on the

bidder.

17

4. Indemnity The Successful Bidder shall indemnify, protect and save Ahmednagar Municipal Corporation

against all claims, losses, costs, damages, expenses, action suits and other proceeding, resulting

from infringement of any patent, trademarks, copyrights etc. or such other statutory

infringements in respect of any software / document used / supplied by them.

5. Resolution of Disputes The Municipal Corporation and the Consultant / Successful Bidder shall make every effort to

resolve amicably, by direct negotiation, any disagreement or dispute arising between them under

or in connection with the contract. If after thirty days from the commencement of such informal

negotiations, both the parties have been unable to resolve amicably a contract dispute, cither

party may require that the dispute be referred for resolution by formal arbitration.

All questions, disputes or differences arising under and out of, or in connection with the contract,

shall be referred to two Arbitrators: one Arbitrator to be nominated by the Municipal Corporation

and the other to be nominated by the Consultant /Successful Bidder. In the case of the said

Arbitrators not agreeing, then the matter will be referred to an umpire to be appointed by the

Arbitrators in writing before proceeding with the reference. The award of the Arbitrators, and in

the event of their not agreeing, the award of the Umpire appointed by them shall be final and

binding on the parties. The arbitration and reconciliation act 1996 shall apply to the arbitration

proceedings and the venue of the arbitration shall be Ahmednagar Cost of such an arbitration

shall be borne in the ratio of 50:50 between both the parties.

6. Limitation of Liability Other than the Municipal Corporation's obligations to make payments that are due and owing

under this Agreement, a party's and its affiliates' entire and collective liability arising out of or

recuing to this Agreement, including without limitation on account of performance or

nonperformance of obligations hereunder, regardless of the form of the cause of action, whether

in contract, tort (including without limitation negligence), statute or otherwise, shall in no event

exceed the amounts paid to the successful Bidder under this Agreement. Notwithstanding

anything to the contrary contained in this agreement, neither party nor its affiliates shall, under

any circumstances, be liable to the other party or its affiliates for any claim based upon any third

party claim or for any consequential, incidental, indirect, punitive, exemplary or special damages

of any nature whatsoever, or for any damages arising out of or in connection with any

malfunctions, delays, loss of data, loss of profit, interruption of service or loss of business or

anticipatory profits, even if a party or its affiliates have been apprised of the likelihood of such

damages occurring. No action, regardless of form, arising out of this Agreement may be brought

by either party more than one (1) year after the cause of action has accrued.

18

7. Subject Laws and Jurisdiction The contract shall be governed by Indian Laws and (he Courts at Maharashtra will have

jurisdiction to entertain the dispute(s).

8. Right to Accept Any Offer and to Reject Any or All Offers Commissioner Ahmednagar Municipal Corporation. . reserves the right to accept or reject any

tender offer, and to annul the tendering process and reject all tenders at any time prior to award

of control, without thereby incurring any liability to the affected bidders) or any obligation to

inform the affected bidder(s) of the grounds for the action.

19

Annexure I: Details of Bids to be submitted

Format of Technical Offer: The Bidder shall not disclose/quote the rates of the items in (he Technical Envelope or gives any

such indication of disclosure of rates. In the event of such disclosure whether made intentionally

or otherwise may result in the immediate rejection of the Bid Document. The Technical Offer

must be made in an organized, structured and neat manner. Brochures/leaflets etc. should not be

submitted in loose form.

The list of documents to be submitted as a part of the Technical Offer is as follows:

1. Covering Letter

2. Receipt of Rs. 1000/- for tender form received by email/downloaded from website or payment

made to the Commissioner, Ahmednagar Municipal Corporation

3. E.M.D. of Rs 5000.00 /-

4. Power of Attorney or Letter of Authority for the Authorized Signatory

5. Terms and conditions compliance table in the format given below. This table must cover

bidder's response to all the terms and conditions specified in the tender document.

Term No Short Description of

terms and conditions

Complied (Yes/No)

Detailed explanation about

deviation, if not complied

1

To

Last

6. Various other compliance statements with documentary proof in the format given in

Annexure II

7. Approach and Methodology to be adopted to undertake the assignment

8. Details of Government consultancy projects coined out in India

9. Details of consultancy projects carried out in India in the domain of Fire Dcpt or Disaster

Management

10. Details of Government consultancy projects carried out in Maharashtra

11. Details of consultancy projects in the domain of Urban Local Body in India

12. Detail CVs of the Team Proposed for the assignment

Format of Commercial Offer: The commercial offer must not contradict with the technical offer in any way. The format for

submission of Commercial Offer is as follows:

1. Covering Letter

2. Commercial Proposal in the format given in Annexure V

20

Annexurc II: Compliance statements and documentary

proof of various criteria mentioned in the RFP document

SrNo

Criteria

Complied

(Y/N)

Documentary

Proof (Page

No)

1. Covering Letter (As per format at annexure III)

*2. Power of Attorney for the Authorized Signatory

3. RFP document price of Rs. 1000.00

4. E.M.D of Rs. 5000.00

5 Particulars of the Bidders

*6 Authorization Letter (by the authorized signatory)

7 Terms and conditions compliance table

8. Approach and Methodology to be adopted to undertake the

assignment

9. Details of Government consultancy projects carried out in

India

10

Details of consultancy projects carried out in India in the

domain of Fire Dept. or Disaster Management

II. Details of Government consultancy projects carried out in

Maharashtra

12

Details of consultancy projects in the domain of Urban

Local Body in India

13 Bidder's incorporation certificate

14 Detail CVs of the Team Proposed for the assignment

15 Other Particulars of Bidders as mentioned in the Tender

16. All the proposal pages we stamped NA NA

*Clause 2: Power of attorney by Granter of in the name of authorized person.

* Clause 6: Authorization letter in the name of authorized signatory by the grantor.

21

Annexure III: Format of Covering Letter

Date: ______________

To

The Commissioner

Ahmednagar Municipal Corporation

Nagar - Aurangabad Road,

Ahmednagar - 414 001

Ref: Notice inviting Lender for Tender Ref. _____

Sir/Madam,

This is to notify you that our firm in tends to submit a tender in response to notice in viting

tender for Tender Ref. **********.

Details Primary Contacts Secondary Contacts

Name

Title

Company Name

Address

Phone

Mobile

Fax

E-mail

Yours Sincerely,

[BIDDER'S NAME]

Name

Title/Titles

22

Annexure IV: CVs

Using lire format below, the Bidder should provide qualification & experience details of the

Team Structure proposed for this project and CVs in following key areas.

Team Leader / Project Manager Subject Specialists / Domain Experts Quality Control Expert

A. Summary of the key people involved

The bidder should submit a summary of the profiles of key people involved in the project in the

format attached below.

Name of

similar

Name of

Proposed

Academic Years

of Qualification

Years of

Experience

Name of similar

assignments

managed in past

Key Tasks

assigned

23

B. Format for detailed resumes The bidder needs to provide (he resumes of the proposed personnel in the below mentioned

format:

1 Proposed position

2 Name of the Firm

3 Name of the staff

4 Date of birth

5 Education

6 Membership of

Professional association

Societies

7 Summary of Key Training

and Certifications

8 Countries of Work

Experience

9 Languages Known

(To Write / Read / Speak)

10 Employment Record From To

Employer

Position held

11 Detailed Tasks Assigned

Under the Project

Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned

Name of project:

Year

Location

Client:

Main Project features:

Positions Held

Activities performed:

24

Annexure V: Commercial Bid

Using the format below, the bidder is required (o provide lump-sum amount for the proposed

assignment. All quotes should be in Indian Rupees.

SrNo Item Amount in INR

1 Consultancy Charges to prepare Fire Hazards

Response & Mitigation Plan

2 Out of pocket expenses, if any

3 Taxes (Mention details) if any

4 TOTAL

TOTAL (IN WORDS)

Note: Taxes mentioned should be inclusive of all taxes or duties as of the last date of submission

of the lender. No extra taxes or duties shall be paid apart from the amount quoted. All new taxes;'

increase in taxes levied after the tender submission date will be borne by the department after

necessary documentary evidence is submitted. Similarly, any benefit due to reduction in the

taxes will be passed on to Government of Maharashtra, Ahmednagar Municipal Corporation.

Authorized Signature

Full Name:

Designation:

Date :

25

FIRE HAZARDS RESPONSE AND MITIGATION PLAN

A. Law & Authorities: (Public Relation & Crisis Coordination, Coordination with other Govt. Agencies)

Sr.No, Particulars Information

1 Name of City Ahmednagar

2 Population of City as per 2001 census 307455

3. Area of City (In Sq. Kms.) 85.14 Sq.km.

4 Population Density of city

5 Name of the Authority Maintaining Fire &

Emergency Service

Ahmednagar Municipal Corporation

6 Are You maintaining Fire & Emergency Services as

per Govt. Of India Guidelines

a) One Fire engine for 50,000 population up to

3,00,000 population From3, 00,000 upwards

additional Fire Engine per lack of population of

Fraction thereof.

No

b) One Fire Station for 10 sq.km. Urban area. No

c) One Fire Station for 50 sq.km. Rural area No

d) Response time maximum 5 minutes in Urban Area

and 20 minutes in Rural area.

Yes

7 Administrative Head of Fire & Emergency Service: Ahmednagar

Name Vijay Kulkarni

Designation Municipal Commissioner

Address with pin code Ahmednagar Municipal Corporation, Nagar

Aurangabad Road, Ahmednagar 414001

Telephone No. (with STD Code) 0241 -2343622,2343004

Fax No. 0241 -2328837

Mobile No. 9970121112

E-mail [email protected]

Website www.amc.com

8 Mead of Fire & Emergency Service:

Name Shankar Uttamrao Misal

Designation Fire Fighter Superintendent

Address with pin code R. No. 5 Tridal Building, Maliwada, Ahmednagar -

414 001

Telephone No. (with STD Code) 0241-2323370,2329581.

Fax No. 0241 -2328837

Mobile No. 9561004637

E-mail [email protected]

Website

9 Name of the Central Fire &Emergency Station

Name of Central Fire station Address with Pin code Central Fire Station Maliwada, Ahmednagar

414001

Telephone No. (With STD code) 0241-2323370,2329581 Hot Line No. 101

26

Fax No. E-Mail —

10 Do you conduct any Fire safety training program or

awareness program for the public

Yes

11 Do you carry out evacuation drills/ mock drills in

vital installation/ industrial plants/ Govt. Buildings

Yes

B. Risk Assessment, Incident Prevention & Mitigation of City

(Risk Evaluation and Control)

12 Is the Fire Approval is Mandatory for construction of

all types of buildings

Yes

13 Is the Fire Approval are as per the Provisions

contained in National Building Code 2005

Yes

14 In the central data of all fire approval is maintained

in Head Quarters

15 Please provide the copy of Development Control

Rules of the City

16. Please Provide the details of Potential Fire Risk in City.

Sr.

No.

Particulars Nos.

Residential Non Residential

1 Building

Upto 15 Mtrs.

1 5 to upto 24 Mtrs.

Above 24 to upto 36 Mtrs. Nil

Above 36 to upto 45 Mtrs. Nil

Above 45 to upto 60 Mtrs. Nil

Above 60 to upto 75 Mtrs. Nil

Above 75 to upto 100 Mtrs. Nil

Above 100 to upto 150 Mtrs. Nil

2 Industrial Area / Chemical Zone 1

3 Cinema Hall / Malls / Drama Theatres 8

4 Public Gathering Places 9

5 Hazards storage -

6 Pilgrims Area (Floating Population)

7

Exhibition / Public Function Grounds where

permission for erection pedals for circus of any other

religious / social functions are g ranted.

8 Other ( Please Give details ) —

27

Note: All above buildings should be sub-classified on the basis of following classification as per

Part 4 of NBC 2005:

A) Residential Buildings.

1 Lodging or Rooming Houses

2 One or Two Family Private Dwelling

3 Dormitories

4 Apartment Houses (Flat)

5 Hotels

6 Hotels (Starred)

B) Educational Buildings.

1 School upto Senior Secondary Level

2 All other Training Institutes

C) Institutional Buildings

1 Hospital & Sanatoria

2 Custodial Institutions

3 Penal & Mental Institutions

D) Group D Assembly Buildings

E) Group E business Buildings

F) Group F Mercantile Buildings

G) Group G Industrial Buildings

H) Group H Storage Buildings

I) Group I Hazardous Buildings

17. Road Network:

1 Any major Nation highway passing through

city

No.

2 Any state highway passing through city Yes

3 Any tunnels in the city No.

4 Major bridges in the city Yes

5 Accident prone patches Yes

6 Roads in hilly areas or hilly / mountain area

in city or near city

No.

18. Railway Network

1 Mail / Express Train main Stations 1

2 Local train stations No

3 Metro train stations No

28

4 Underground metro stations No

5 Sky bus No

6 Mono rail No

19. Airport

I Domestic No

2 International No

3 Cargo No

4 Helipad Yes

5 Air Force Airbase No

20. Sea /River Port

1 Passenger Jetties No

2 Container Jetties No

3 Bulk Material Jetties No

4 Petroleum Handling Jetties No

5 Chemical & Hazardous Goods Handling

Jetties

No

6 Fishing Jetties No

7 Ship Breaking Areas No

8 Ship Building Docks No

9 Naval Base No

21. Vital Installation in the City

1 Secretariat No

2 Legislation Assembly No

3 Bank Headquarters No

4 HQ's of Major Govt. & Semi Govt.

Organization

No

5 Atomic Power Station No

6 Chemical Factories No

7 Fertilizer Plants No

8 Major Hazardous Units No

9 Cross Country Pipelines No

10 Petroleum Oil Companies like Refinery

Bulk Storages Depot

No

11 Petroleum & Flammable Gas, LPG filing

Station

No

12 Domestic Gas Pipe Network No

13 Cylinder Gas Storage-outlets No

29

22. Temporary Structures Such as Exhibition Halls, Circus tent, Pedals erected for

religious Activities: Yes

23. Dilapidated & Unsafe Building in the city: No.

24. Unorganized Houses like Juggi Zopadi & Slum Area: Yes

25. Geological Hazards Associated with City:-

1 Earthquake No

2 Tsunami No

Landslide, Mudslide, Subsidence No 3

Glacier, Iceberg No

26. Metrological Hazards Associated With City.

1 Flood, Flash Flood, Tidal Surge Yes

2 Drought No

3 Fire (Forest, range, urban, wild land) Yes

4 Snow, Ice, hail Avalanche No.

5 Windstorm tropical cyclone, hurricane, tornado, water spout,

duct/sand strom

No

6 Extreme Temperatures (Heat, cold) No

7 Lightning strikes No

8 Famine No

9 Geomagnetic storm No

27. Biological Hazards Associated with City:

1 Emerging diseases that impact human or animal (Swine-flu,

Malaria Birds fl, Plague, Smallpox Anthrax, Foot & Mouth

Disease.)

Yes

2 animal or Insect infestation of damage Yes

28. Human Caused events such as the following: A) Accidental-

1 Hazardous Material (explosive. Flammable Liquid,

flammable gas, flammable solid, oxidizers, poison,

radiological, corrosive) spill or release.

Yes

2 Explosion/fire Yes

3 Transportation accident Yes

4 Building structure collapse Yes

5. Energy /power /utility failure Yes

6 Fuel / resource Shortage No

7 Air / water pollution, contamination No

30

8 I Water control structure/ dam /lever failure No

9 Financial issues (economical depression, inflation, financial

system collapse)

No

10 Communication system interruptions misinformation No

11 Misinformation No

B. Intentional

1 Terrorism (explosive, chemical, biological, radiological,

nuclear, cyber)

Yes

2 Sabotage Yes

3 Civil disturbance public unrest, mass hysteria, riot Yes

4 Enemy attack, war No

5 Insurrection Yes

6 Strike or labour dispute Yes

7 Disinformation No

8 Criminal activity (vandalism, arson, theft, fraud,

embezzlement, data theft)

Yes

9 Electromagnetic pulse No

10 Physical of information No

11 Workplace violence Yes

12 Product defect or contamination Yes

13 Harassment Yes

14 Discrimination Yes

29,Technological caused events that can be unrelated to natural or human caused events,

such as the following :

1 Central computer, mainframe, software, or

application (internal/external)

2 Ancillary support equipment

3 Telecommunications

4 Energy / power / utility

30. Analysis of Fire & Rescue call to draw a Probability of Hazards.

Sr. No. Particulars 2005 2006 2007 2008 2009

1 Total no of Fire &

rescue calls

a) No. of Fire calls 145 115 152 126 116

b) No. of rescue

calls

17 17 26 17 28

c) No. of gas leaks 11 9 6 6 12

31

d) Building collapse 4 1 4 3 6

e)Hazards material

calls

— — — — —

f) Animal rescue calls 6 4 8 7 6

g) Other calls 11 24 15 21 29

2 No. of lives Saved 2 13 2 7 4

No. of live lost — 3 2 — 2-

No. of injured — 7 7 3 1

3 Property saved ( Rs. in

lakhs)

84 107 123 106 105

Property lost (Rs. In

lakhs)

78 92 97 85 87

31. Analysis of Incident:

Sr. No. Particulars 2005 2006 2007 2008 2009

A Nos. of Fire/ Rescue

calls received from

07.00hrs to 19.00 hrs.

B

Nos. of Fire / Rescue

calls received from

19.00hrs to 07.00 hrs.

C. Planning Resource Management & Incident Management:

(Mutual Aid/ Assistance, Emergency Response and Operations, Developing and

Implementing emergency response plan & procedures.)

32. Please provide the copy of Disaster Management Plan of the city:-

33. Do you have any Mutual Aid with any Central or other state Govt. Authority for

conduction fire &. Rescue operation, please provide details.

34. Is on site and off site disaster managements plan is in place for all vital installations,

buildings and industrial plants and is in sync with the district disaster management plan,

35. Addresses of Fire Station.

Sr. No. Name of Fire Station Type of

construction of Fire

Station

Address Telephone No.

1 Central Fire Station R.C.C. Maliwada,

Ahmednagar41400

1

0241-

2323370/9581 Hot.

Line 101

2 Saved! Fire Station Shed Near TV Center,

Savedi,

Ahmednagar -

414003

0241-2424944

32

36. Details of Fire and Rescue Appliances made available in Fire Station:

Sr. No. Name of Fire Station

No. of water

tenders

No. of fome

Tender

No. of rescue

tenders

1 Central Fire Station 1 1 -

2 Savedi Fire Station 2 -- —

Sr. No. Type of Vehicles Nos. Future Plane

1 Number of Fire Station 02

2 Water Tenders 03

3 Rescue Tenders -

4 Advance Emergency

Rescue Tenders

-

5 Flood & Rescue

Tenders

6 Hazmat Vans —

7 Turn Table Ladders —

8 Hydraulic Platforms

9 DCP Tenders --

10 Foam Tenders 01

11 Smoke Blowers —

12 Control Post vans —

13 Water Tankers —

14 Ambulances

15 Cars —

!6 Jeep 01

17 High pressure Portable

Pump

18 Portable Pump —

19 Breathing apparatus

sets

03

20 Hood Rescue boats — .

33

21 Life jackets 18

22 Details of others

appliances &

equipments

38. Do you have staff quarters in Fire Station premises? Please provide numbers in each

Fire Station.

Ans: No

39. Do you have parade ground in fire station compound ?

Ans: No

40. Do you have drill tower in fire station compound?

Ans : No

41. Is there water tank in fire station compound? If so please give its capacity.

Ans: No.

42. Do you have facilities to arranged training classes in fire station premises?

Ans: No

43. Details of officers & staff attached to fire & emergency service:

No. of posts Sr.No. Designation Pay in Pay

Band

Grade Pay

SANCTIONED FILLED

VACANT

1. Fire Fighter Superintendent 1 1 —

2. Fire Fighter Supervisor 1 — 1

3. Fire Fighter Driver 2 1 1

4. Fire Fighter Bigari 16 12 4

5.

6

34

D. Response Mechanism:

(Communication, Warning and Operational Procedures)

1. Centralized Control Room/ emergency operation rooms for handling Disaster is provide

or in operation.

Ans:

2. Internet connectivity is provided for all fire stations.

Ans : No

3. Computerizations of centralized control room is done? i.e. all the fire stations are

connected with internet to Centralized control room.

Ans: No

4. Communication system (like VHFAJHF with details of Frequency should be given.)

Ans

5. Any warning system is design to alert the occupants in case of disaster (Tie ups with

Radio, TV channels, Cable channels Mobile service providers etc.)

Ans : No. Not yet provide

6. Is Systematic Operational Procedures (SOP's) are in place for responding to any

emergency/ please provide copies of the SOP's.

Ans :

7. Please provide cities digitized maps (which show road, rail, airports, seaports, and other

vital installation.)

Ans:

8. Is all fire appliances are provided with Global positioning system? Provide details.

Ans: No. Not yet provide

9. Is all fire appliances are provided with Vehicle tracking system, devices i.g. GPS Provide

details?

Ans: No. Not yet provide

E. Training, Exercises, Evaluations and Corrective Action:

10. Do you have any Fire & Emergency training school / center for imparting training to

your staff or public? Please provide details.

11. Type of training program conducted in the training School center.

12. Is the residential facility available in the training center?

13. Number of class rooms available to the training center.

14. No of staff made available to the training center.

35

15. Please provide the details of the Labs, laboratory, library available in the training center.

16. Any Auditorium, Convention Hall available in the training center. Please provide seating

capacity.

17. Does you impart training to outsiders or industries or public?

F. Financial Management of Fire & Emergency Service:

(Fire Tax, Fire Cess, Capitation Fees, Service Charges etc.)

1. What is the statutory instrument (special Act, Corporation Council Acts Rules) to levy

taxes / cess as service charge? Please give details thereof.

Ans : BPMC Act. 1949 &

2. Do you recover Fire Tax or cess from the properties in the city? Please provide circular or

office order.

Ans: No.

3. Do you levy any other fees or tax for special or High Rise buildings? Please provide

Circular of office order.

Ans :

4. Any fees levied for grant of Fire Approvals for buildings, please provied a copy of

circular.

Ans :

5. Do you charge any special charges for stand by duties or service rendered? Please

Provide circular or office order.

Ans: Yes Resolution of Standing Committee.

6. Do you have separate fund for up gradation of fire and emergency services.

Ans: Yes.

7. Details of Expenditure of Fire Service. ( Rs. In Lakh )

Sr. No. Year Establishment

Expenditure

Maintenance

Expenditure

Civil

Expenditure

Other

Expenditure

1. 2004-05 11.38 0.95

2. 2005 - 06 11.22 0.32

3. 2006 - 07 12.85 0.57

4. 2007 - 08 13.87 0.12

5. 2008 - 09 15.91 0.24

36