21
Scanned with CamScanner

Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

Scanned with CamScanner

Page 2: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

1

JODHPUR MUNICIPAL CORPORATION

Consultancy work for Construction of Multi-Level Car Parking, Police Control Room & Foot Over Bridge At Nai Sadak, Sojati Gate, Jodhpur

(Rajasthan)

Page 3: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

2

EXPRESSION OF INTEREST (EOI)

Consultancy work for Construction of Multi-Level Car Parking, Police Control Room & Foot Over Bridge At Nai Sadak, Sojati Gate,

Jodhpur (Rajasthan) U.B. No.:-

Jodhpur Municipal Corporation invites “Expression of Interest (EOI)” to under take

the EXPRESSION OF INTEREST (EOI) Consultancy work for Construction of

Multi-Level Car Parking, Police control Room & Foot Over Bridege At Nai Sadak,

sojati Fate, Jodhpur (Rajasthan).

Interested eligible bidders for the captioned project can submit the EOI along with the

project concept, mentioned documents, Drafts of EMD, Tender Fee.

EOI Document can be downloaded from the website: https://jodhpurmc.org and

https://sppp.rajasthan.gov.in from the date of this notification. Last Date of Submission

is 26.03.2020(6.0PM) Amendment/ Modification in document, if any, shall be

uploaded only on websites.

LAST DATE OF SUBMISSION OF EOI : 26.03.2020 (6.0PM)

EMD :- Rs.10,000/- By Draft in favour of COMMISSIONER, NNJ, Jodhpur.

TENDER FEE – Rs.1,000/- By Draft in favour of COMMISSIONER, NNJ, Jodhpur

The EOI needs to be submitted in hardcopy along with mentioned Documents, EMD

& TENDER FEE (In Hard copy) and addressed to Commissioner, JMC, Jodhpur,

Residency Road, Jodhpur, Rajasthan 342004.

SURESH KUMAR OLA I.A.S

Commissioner

Jodhpur Municipal Corporation

No.:- JMC/EE/C/19-20/ Date:- Copy to:-

1. PS to Secretary, Local Self Government Department

2. Joint Secretary, Local self Government Department

3. PA to District Collector, Jodhpur

4. Commissioner, Jodhpur Development Authority

5. Financial advisor, Jodhpur Municipal Corporation

6. Chief Engineer, Jodhpur Municipal Corporation

7. Superintending Engineer, Jodhpur Municipal Corporation

8. Additional Chief Engineer, Public Works Department,Jodhpur

9. Oswal data for upload on websites: (i) https://sppp.raj.gov.in (ii) http://jodhpurmc.org & send EOI to

Rajasthan Sanwad for Publication in Newspaper

10. Notice Board.Jodhpur Municipal Corporation, Jodhpur/DDR office Jodhpur

11. Guard File

Commissioner

Jodhpur Municipal Corporation

Page 4: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

3

EXPRESSION OF INTEREST (EOI)

for

Consultancy work for Construction of Multi-Level Car Parking, Police Control Room & Foot Over Bridge At Nai Sadak, Sojati

Gate, Jodhpur (Rajasthan)

Jodhpur Municipal Corporation

January - 2020

Issued by:

Commissioner Jodhpur Municipal Corporation, Inside Polytechnic college campus,

Residency Road, Jodhpur 342004,

Rajasthan.

Page 5: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

4

1. Disclaimer

This Expression of Interest (EOI) Document for “Consultancy work for Construction

of Multi-Level Car Parking, Police Control Room & Foot Over Bridge At Nai

Sadak, Sojati Gate, Jodhpur (Rajasthan)” contains brief information about the

parking space intended for development.

The information contained in this Request for Proposals document (the “EOI”) or

subsequently provided to Bidder(s),whether verbally or in documentary or any

other form by or on behalf of the JMC or any of its employees or advisors, is

provided on the terms and conditions set out in this EOI and such other terms and

conditions subject to which the information’s provided.

This EOI is not an agreement and is neither an offer nor invitation by the JMC to

prospective Bidders or any other person. The purpose of this EOI is to provide

interested parties with information that may be useful to them in the formulation of

their proposals pursuant to this EOI. This EOI includes statements, which reflect

various assumptions and assessments arrived at by the JMC in relation to the

Project. Such assumptions, assessments and statements do not purport to contain all

the information that each Bidder may require. This EOI may not be appropriate for

all persons, and it is not possible for the JMC, its employees or advisors to consider

the investment objectives, financial situation and particular needs of each party who

reads or uses this EOI. The assumptions, assessments, statements and information

contained in this EOI is correct to all possible accuracy but it may vary a little bit.

So Bidders are suggested to, conduct their own investigations and analysis and

should check the accuracy, adequacy, correctness, reliability and completeness of

the assumptions, assessments, statements and information contained in this EOI .

Information provided in this EOI to the Bidder(s) is on a wide range of matters,

some of which may depend upon interpretation of law. The information given is not

intended to be an exhaustive account of statutory requirements and should not be

regarded as a complete or authoritative statement of law. The JMC accepts no

responsibility for the accuracy or otherwise for any interpretation or opinion on law

expressed herein.

The JMC, its employees and advisors make no representation or warranty and shall

have no liability to any person, including any Bidder, under any law, statute, rules

or regulations or tort, principles of restitution or unjust enrichment or otherwise, for

any loss, damages, cost or expense which may arise from or be incurred or suffered

on account of anything contained in this EOI or otherwise, including the accuracy,

adequacy, correctness, completeness or reliability of the EOI and any assessment,

Page 6: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

5

assumption, statement or information contained therein or deemed to form part of

this EOI or arising in any way for participation in this Bid Stage.

The JMC 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 EOI.

The JMC may at its absolute discretion, but without being under any obligation to

do so, update, amend or supplement the information, assessment or assumptions

contained in this EOI.

The Bidder shall bear all 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 the JMC or any other costs incurred in connection with or

relating to its Bid. All such costs and expenses will remain with the Bidder and the

JMC shall not be liable in any manner whatsoever for the same or for any other

costs or other expenses incurred by a Bidder in preparation or submission of the

Bid, regardless of the conduct or outcome of the Bidding Process.

The JMC reserves its right to withdraw from the process at any stage of the process

and/or modify the process or any part thereof or to vary any terms at any time or

stage without assigning any reasons whatsoever. In such an event, no financial

obligation of whatsoever nature shall accrue to the JMC or any of its respective

officers, employees, advisors or agents.

Each Bidder’s procurement of this EOI constitutes its agreement to and acceptance

of the terms set forth in this Disclaimer. By acceptance of this EOI, the recipient

agrees that this EOI and any information herewith supersedes document(s) or earlier

information, if any, in relation to the subject matter hereto.

2. Background

Jodhpur is not only the second largest city of Rajasthan but also a hub of

Handicraft, Steel, Tourism and Jodhpur Sand Stone. Prestigious institution like

IIT, AIIMS, NLU, NIFT and FDDI, are situated at Jodhpur. More and more

People are shifting to Jodhpur for Education, Business and better infrastructure

facilities for Health.

A new Multi-Level Car Parking (MLCP) facility is required to be

constructed at Nai Sadak, Sojati Gate, Jodhpur, to cater the parking footfall

for the Sojati Gate main market, Clock tower, Cycle Market and surrounding

commercial establishments. The Multi-level Car Park has to be designed to

cater to more than approximately 300 four-wheelers and 600 two- wheelers.

With Sojati Gate being a prime location within Jodhpur, the utilization is

Page 7: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

6

expected to rise significantly.

The JMC intends to develop Multi-Level Car Parking (MLCP) along with

smart parking system at Nai Sadak ,Sojati Gate, for the convenience of

commuters who park their vehicles around Sojati Gate, Nai Sadak, Cycle

Market, Clock Tower and other nearby commercial area.

In continuation of the same vision, “Consultancy work for Construction of

Multi-Level Car Parking, Police Control Room & Foot Over Bridge At

Nai Sadak, Sojati Gate, Jodhpur (Rajasthan)” The MLCP has been

conceptualized.

In order to finalize the concept and other requirements to undertake the project,

the JMC invites Applicants (“Interested parties” or “Bidders”) to submit their

EOIs. Based on the responses of EOIs received, the JMC shall finalize and

initiate theprocedure.

The issue of this EOI does not imply that the JMC is bound to undertake the

Bidding Process and select the Applicant for allotment of the project.

3. About Project Estimated project cost is 40.00 crore (including cost of multilevel parking and

police control room building)

Total project completion period will be 36 month.

Total Land available for project is 3767.04 Sqm (includes municipal land and

police land)

MLCP and Police control room building,both should be of “A” class

specifications and fulfill norms laid by BIS in there relevant BIS codes . Where

ever these code are silent for work and material, BS code and ASCE code are

valid.

Bidder has to construct separate state of art Police Control Room building

whose Built-up area should not be less than 1.5 times of the existing building.

Police Control room Building should contain its separate Parking area.

Conceptualized Planning should contain separate Toilet facility for Men,

Women and Especially abled person on each floor.

Since Jodhpur is suffering from higher ground water table problem so

Conceptualized Plan should have provision of water tight structure in basement

floors.

Buildings should be designed as per prevailing Building By-Laws of JMC.

Buildings should have Fire Safety provision as per NBC norms.

The proposed parking details are given below:

S.No. Description 4- Wheeler 2- Wheeler

1 Consultancy work for Construction of

Multi-Level Car Parking, Police Control

Room & Foot Over Bridge At Nai Sadak,

Sojati Gate, Jodhpur (Rajasthan)

300

600

4. Scope of work

Consultancy work for preparation of Detailed Project Report including Topographic survey,

Geo-tech investigation, Structural Design, Drawings, Detailed Cost Estimate, Bid Document

Page 8: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

7

etc. complete in all respect for construction of Multilevel parking, Police Control Room &

other offices and foot over bridge/under bridge etc. at Nayi Sadak, Jodhpur in Rajasthan.

I. Topographic Survey

1. Conduct topography survey by Total station at the proposed site covering entire area

coming under the project. The data from topographic survey shall be available in (x,

y,

z) format for use in a sophisticated digital terrain model (DTM).

2. To take inventory of the existing roads & other structures. Details for all features

such as structures, utilities, existing roads, electric and telephone installations, huts,

buildings, fencing etc. within 50m width in entire project area shall be collected.

3. Preparation of geometric design, profile design, typical cross sections and detailed

layout plan for approach roads etc.

4. Determination of broad architectural form for the multilevel parking, Police Control

Room & other offices and preparation of relevant drawings showing broad

elevations, with smooth approaches.

5. Effecting necessary changes/modification to the plans if and required by the

competent authority and submission of 6 sets of final drawings.

6. Association with the JMC/GOR for advice on site adjustment of plan during

construction.

7. Survey required for preparation of Traffic management plan and parking

requirement of the area.

8. The Agency should also consider the civil work executed by previous contractor and

shall consider the same in planning of new building.

II. Geometric Design

1. Based on the data collected from topographic surveys, the detailed design for

geometric elements covering layout and planning shall be carried out.

2. The consultant shall also prepare details for at-grade junctions at both ends of the

approach road.

3. Submission of Layout plans and profile of the Parking, Police Control Room & other

offices.

4. Traffic management plan

5. Vehicle circulation plan

6. Emergency escape system

7. Traffic signages

8. Utilities/Fire safety/Ventilation

III. Design of Structures

1. Preparation of Architectural Drawing of multi-level parking, Police Control Room &

other offices and foot over bridge/under bridge showing salient features such as

alignment, overall length, width showing arrangement of vehicles cross-section,

deck level, founding level etc.

2. Subsequent to approval of Architectural drawings and layout plan by JMC/GOR, the

consultant shall prepare detailed design as per guidelines and working drawings for

all components of the structures.

3. Proof checking of all design & drawings by NIT or any other engineering college as

per directions of Engineer.

4. Planning and design of mechanical, electrical & plumbing etc. and its estimation

5. Introduction of new parking systems considering intelligent transport systems like

Page 9: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

8

video monitoring, automatic number plate reading system, boom barriers, smart card

readers, barcode readers etc.

Note: While designing & planning of overall structural drawings, the Agency has to

consider the earlier constructed works i.e. Foundation, Retaining Wall, Columns

etc. as per the earlier design of Parking where only 30% land were available and

relevant information’s will be provided by JMC to bidders.

IV. Architectural & Detailed Engineering

1. Preparation of the concept plan of parking including the approach from existing

roads and Police Control Room & other offices and foot over bridge/under bridge.

2. Preparation of architectural Elevation and plan of Parking and Police Control Room

& other offices and foot over bridge/under bridge.

3. Preparation of working drawings.

4. Design and drawing of structures.

5. Design & drawing of landscaping & horticulture

6. Design of water supply & drainage/sewerage plan

7. Design and drawing of utilities/fire safety/ventilation/lift.

8. Design & drawing of foot over bridge/ under bridge

9. Coordinating for get approval of Design and other details from concerned

Authorities of JMC/GOR including interaction with JMC/GOR

Authorities/stakeholders.

10. Preparation of detailed Bill of Quantities, cost estimates & tender document. Detailed

BOQ should be submitted separately i.e. multi level car parking, police control room

& foot over bridge etc. as all building will be constructed separately.

11. Preparation of detailed project report.

12. Site supervision at least once in a month or as and when required as per work

progress or as desired by Engineer/JMC/GoR.

5. Reports

The following reports in English language shall be submitted by the consultant to JMC/GOR.

Volume-I : Feasibility Report

i) Topographical survey with all details along with calculation of areas of structures and

land coming in alignment.

ii) Geotechnical Investigation Report as provided by client

iii) Layout Plan

iv) Architectural Drawing for multi -level parking and Police Control Room & other offices

with relevant structures stairs, provision of lift, approaches etc.

Volume-II Main Text and Appendixes

Executive Summary

Project Description

Project Cost Estimates, BOQ.

Conclusion and Recommendations.

Volume-III-Design

Alignment, Plan & Profile for complete project

Design and Drawing of RCC and other Relevant Design for compete project

Design Standards and Specifications for complete project.

Design of approach road and relevant structures.

Design of MEP including parking solutions, Intelligent Transportation Parking System

Page 10: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

9

Design of traffic circulation plan

Design of emergency escape system

Design of signages

Design & drawing of landscaping & horticulture

Design of water supply & drainage/sewerage plan

Design and drawing of utilities/fire safety/ventilation/lift

Design & drawing of foot over bridge/under bridge

Volume-IV-Drawings

Complete relevant drawings of project as required for design and execution purpose.

Electrical drawings.

Volume-V-Cost estimates and Tender Document

Preparation of Bill of Quantities and Cost Estimates. Detailed BOQ should be submitted

separately i.e. multi level car parking, police control room & foot over bridge etc. as all

building will be constructed separately.

Preparation of Tender Documents.

6. Final Report (5 copies)

The report will incorporate all revisions deemed relevant following receipt of the comments

from the client of JMC/GoR/Concerned Department. That will be submitted within 15

days of the receipt of the comments on the Draft Report duly approved by JMC/GOR. The

soft copy of all design & drawings has to be provided with necessary input files of STAAD,

AUTOCAD or any other relevant software.

7. Payment Schedule a) Fee for Preparation of DPR

a. 20% of estimated cost as on submission of Draft DPR/plan

b. 20% of estimated cost as on submission of specifications & BOQ and approval

from Competent Authority /GoR

c. 10% of estimated cost as on submission of Final DPR

d. 25% of estimated cost as on submission of Working drawings

e. 20% of estimated cost as with progress of construction

f. 5% (adjusted with actual Project cost) on completion of the Project.

b) Fee for Consultancy (as Project Management Consultant/Independent Engineer)

In addition to above mentioned fees the consultant shall be entitled to receive fees for acting as

project management consultant (PMC) or Independent Engineer (IE). Fees quoted in the financial

proposal shall be payable to the consultant. The fees will be equally divided on monthly basis

during the construction period as defined in the feasibility report.

In case of extension in the construction period the PMC/IE fees for such extended period shall be as

mutually decided between the JMC and the consultant.

8. Timelines i) Submission of Pre-Feasibility report – 30 days from signing of agreement

ii) Submission of Draft DPR – 30 days from Submission of Pre-Feasibility report

Page 11: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

10

iii) Submission of Final DPR - 15 days from approval of estimate from Competent

Authority/GoR & feedback on draft DPR

iv) Submission of Specification & BOQ and draft bid document for selection of contractors –

along with final DPR

v) Submission of Working Drawings – 30 days after final DPR as and when required as per

working at site

9. Instructions to Bidders i) Applicants are advised to study all instructions, forms, terms, requirements and other

information in the EOI carefully.

ii) Applicant shall be deemed to have applied after careful study and examination of the EOI

Document with full understanding of its implications.

iii) The response to this EOI should be full and complete in all respects. Failure to furnish all

information required by the EOI or submission of a proposal not substantially responsive

to the EOI in every respect will be at the Applicants’ risk and may result in rejection of its

eligibility.

iv) It is desirable that each Applicant submits its Application after inspecting the site. The site

visit may be facilitated by JMC in working hours.

v) All the designs has to be done considering latest codel provisions of IS/BTS/MORTH/

IRC/NBC/Local body provisions.

vi) The rates shall be inclusive of all taxes including GST, sales tax, W.C.T., Excise duty etc.

vii) The consultant will do all alteration and modifications in design & drawings, if required

due to site conditions. Nothing extra will be paid for additions/alterations.

viii) The design and drawing & other information for which payment had made to consultant

shall be property of JMC/GoR and free to use as and when required by JMC/GoR.

ix) The Bid Security of unsuccessful bidder shall be refunded after 7 days of opening of the

bids or earlier as per discretion of Commissioner JMC Jodhpur. The Bid Security of

Successful Bidder shall be adjusted against the Performance Security. The performance

security shall be released after successful completion of the work.

x) Security Deposit shall be deducted @ 5% of total Bill amount from each running Bill

which shall be released on successful completion of the defect liability period of 1 year.

However same can also be released against submission of Bank Guarantee of similar

amount on completion of the work.

xi) Agency shall be responsible to finalize the plan in consultation with all stakeholders like

Police Commissioner, Commissioner-Nagar Nigam, Collector-Jodhpur, ACS (UDH), DG

(Police), Government of Rajasthan and JMC etc.

xii) Agency shall produce the certificate that they have completed consultancy of similar work

in last 5 years either individually or joint venture or in consortium. They have to produce

a certificate from the Government/Semi-Government Department, BOT/Real Estate

Developer etc., that they have completed consultancy of similar type of work successfully.

xiii) Draft DPR should be duly vetted and approved by NIT or MBM Engineering College as

per direction of Engineer/JMC and cost of vetting will be borne by agency it self.

xiv) The agency has to assist JMC with GoR/any authorized department for getting all

approvals.

xv) The validity of offer shall be for a minimum period of 6 Months. However scope of work

shall be extended at the same Terms and Conditions for other projects also based on the

Performance and satisfactory completion of work and the rates for the same shall be

decided with the mutual Consent at the time of award of work.

xvi) Time period for the above said work shall be 3 ⅟ 2 months from the date of issue of Letter

of Acceptance for the work for completion of DPR and 32 ⅟ 2 Months thereafter for

supervision of works till completion of the construction work in all respect.

xvii) Agency has to depute Engineer/Architect for regular monthly visit to the site during

course of construction. The frequency of visits shall be increased as per requirement at

Page 12: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

11

site and as decided by the Engineer-in-charge/JMC depending on the requirement as per

work progress.

xviii) The work has to be executed as per standard and specifications specified in Codal

provisions and as per directions of Engineer.

xix) Standing Empowered Committee for settlement of disputes:

If any question, difference or objection whatsoever shall, arise in any way in connection

with or arising out of this instrument or the meaning of operation of any part thereof or the

rights, duties or liabilities of either party, then save in so far as the decision of any such

matter as herein before provided for and been so decided, every such matter constituting a

total claim of Rs. 1 lac or above whether its decision has been otherwise provided for and

whether it has been finally decided accordingly or whether the contract should be

terminated or has been rightly terminated, and as regards the rights or obligations of the

parties as the result of such termination shall be referred for decision to the Empowered

Standing Committee JMC :-

The consultant can file the claim within 21 days of occurring the event/ incidence/dispute.

The Executive Engineer on receipt of application along with the nonrefundable prescribed

fee (the fee would be two percent of the amount in dispute not exceeding Rs. One Lac)

from the contractor, shall refer the dispute to the committee within a period of 28 days

from the date of receipt of application. The committee shall hear the consultant and

decide the issues within a period of 45 days from the date of reference to the committee.

xx) Income tax and other statutory charges shall be deducted from R.A. Bills as per the

prevailing rules.

xxi) Agency shall comply with the PF Laws, Labour Laws, Labour Cess and other statutory

requirements as per prevailing requirements.

xxii) JMC reserves the right to accept or reject any offer without assigning any reason thereof

and Agency shall not be liable to put any claim for the same.

xxiii) Commissioner, JMC is empowered to approve all the time extensions, variations in the

contract, waiving off penalty and issue of change of scope as per site requirement on the

merit of the case. The work may be transferred to any of the subsidiary of JMC in future

and in that case a supplementary agreement will be signed for transfer of the work to

subsidiary of JMC. No compensation shall be made to the Agency for such change.

10. Act as Project Management Consultancy/ Independent Engineer

The Consultant will do the following activities

1. Deployment of staff, as per the nature of project.

2. PMC/IE will monitor the quality and assure authority for the same.

3. PMC/IE will monitor quality certification as per the plan.

4. PMC/IE will monitor work progress and project administration

5. PMC/IE will monitor plan as per CPM and PERT Charts

6. PMC/IE to see force majeure issue.

7. PMC will monitor the standard of performance and law governance services.

8. Site supervision at least once in month or as and when required as per work progress or

as desired by Engineer JMC

11. Condition for the Eligibility of the Bidder 1. To be eligible for award of the contract, the bidder shall provide satisfactory evidence to the

JMC of their eligibility, capacity and adequacy of resources to carry out the work/contract

affectively.

2. Bidders must read carefully the minimum conditions of eligibility (the “Conditions of

Eligibility”) provided herein. EOI of only those bidders who satisfy the conditions of

eligibility will be considered the bidders shall fulfill the following :

a) The Bidder shall have, over the past 5 years preceding the EOI due date, experience in

Page 13: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

12

conducting a demand estimation, financial feasibility study, preparation of DPR and

preparation of Bid for similar type of work like multilevel car parking/ multi functional

infrastructure projects (completed projects) –

(i) Bidder should have completed one similar single work costing not less than the

amount equal to 30 crore.(one project)

(ii) Bidder should have completed one similar single work costing not less than the

amount equal to 15 crore.(two project)

(Bidders shall furnish this information in annexure 3 of technical capacity along with

clients completion certificate of experience.)

b) Average annual turnover for last 3 years i.e. 2016-17, 2017-18, 2018-19 shall not be less

than Rs. 100.00 Lacs

(Bidders shall furnish this information in annexure 4 of financial capacity along with

Audited Balance Sheets of all the three financial years must be submitted in support,

without which the bid may not be considered. The calculation sheet for annual average

construction shall be certified by a Chartered Accountant.

3. Any entity which has been barred by the Central/State Government, or any entity controlled

by them, from participating in any project, and the bar subsist as on the date of bid, would

not be eligible to submit bid.

4. A bidder should, in last three years, have neither failed to perform on any contract, as

evidenced by imposition of penalty by an arbitral or judicial client or a judicial

pronouncement or arbitration award against the bidder, nor been expelled from any project

or contract nor have had any contract terminated for breach by such bidder.

12. Submission of EOI (i) Complete application process will be offline. All the notifications & detailed terms and

conditions regarding this EOI notice hereafter will be published on the jodhpur municipal

corporation Jodhpur website http://jodhpurmc.org and http://sppp.rajasthan.gov.in

(ii) The application should be submitted in hardcopy in a sealed envelope within the

deadline as specified. EOI received by post shall not be entertained.

(iii) Applicant should fill in information in prescribed formats as mentioned in the EOI.

(iv) Applicant shall submit all formats with the EOI document i.e. annexure 1 to annexure

and drafts of EMD and Tender Fee

13. Date of Submission, EMD, Tender Fee, Performance Security

1. Date of Submission

The Interested parties shall submit their respective details in aforesaid format latest by 26.03.2020

[6.0 PM] at JMC. EOI received by post shall not be entertained.

2. EMD

Rs. 10000/- by draft in favour of Commissioner Nagar Nigam, Jodhpur

3. Tender Fee

Rs. 1000/- by draft in favour of Commissioner Nagar Nigam, Jodhpur

4. Performance Security

The selected bidder shall submit a performance security (which shall be 5% of the fixed fees

quoted by the selected consultant and can be in form of bank guarantee or FDR) and signing of the

contract agreement.

14. Nodal Officer

Applicants may obtain further information/ clarifications pertaining to this EOI from the office of

Page 14: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

13

Shri Sudhir Mathur Executive Engineer .City Zone, Jodhpur District ,Rajasthan.

1 Details of individual(s) who shall serve as the point of contact/ communication for JMC:

(a) Name Shri Sudhir Mathur (Executive Engineer)

(b) Telephone / Mobile No. 9784000503

(c) E-Mail Address [email protected]

15. Formats for submission of EOI Bidders shall submit all formats with EOI document. Bidders will be required to fill up all the

formats correctly. JMC would entertain only those EOI that are received in the specified forms and

complete in all respect.

The prescribed formats for submission of EOI shall be as under

1. Annexure – 1 – Format for covering letter

2. Annexure – 2 – Details of Applicant

3. Annexure – 3 – Technical Capacity of the Applicant

4. Annexure – 4 – Financial Capacity of the Applicant

5. Annexure – 5 – Financial Proposal by the Applicant

Page 15: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

14

Annexure 1: Format for CoveringLetter (On Bidders Letter Head)

To, Commissioner JMC, Residency Road, Jodhpur, Rajasthan 342004.

Sub: Consultancy work for Construction of Multi-Level Car Parking, Police Control Room &

Foot Over Bridge At Nai Sadak, Sojati Gate, Jodhpur (Rajasthan)

Dear Sir,

With reference to your EOI document dated, I/We the undersigned am/are hereby expressing our

Interest to Consultancy work for Construction of Multi-Level Car Parking, Police Control Room &

Foot Over Bridge At Nai Sadak, Sojati Gate, Jodhpur (Rajasthan).

We understand that the Consultancy work for Construction of Multi-Level Car Parking, Police

Control Room & Foot Over Bridge At Nai Sadak, Sojati Gate, Jodhpur (Rajasthan) shall be

undertaken and based on responses, the JMC shall finalize the concept and other requirements.

Further, the issue of this EOI does not imply that the JMC is bound to appoint any applicant, as the

case may be, for theProject.

We have prepared our expression of interest for the captioned project as specified in EOI

Document.

I/We hereby declare that all the information and statements made in this EOI are true.

(Name and Title of theSignatory)

Date :

Place:

(In thecapacity of) CompanySeal

(Name of theEntity)

Page 16: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

15

Annexure 2: Details of theApplicant

1A. In case of Single Entity

S. No. Particulars Details

1 (a)

Name of Entity

(b)

Legal Status

(Company/LLP/etc.)

(d)

Registered Address

(e)

Telephone / Mobile No.

(f)

E-Mail Address

(g)

Number of years of

experience in the relevant

field

(h)

Brief profile of the Entity

1B. In case of Consortium

S. No. Particulars Details of Lead Firm Details of Member

Firm

1 (a)

Name of Entity

(b)

Legal Status

(Company/LLP/etc.)

(d)

Registered Address

(e)

Telephone / Mobile No.

(f)

E-Mail Address

(g)

Number of years of

experience in the relevant field

(h)

Brief profile of the Entity

(i)

Percentage Participation of

each member (Equity)

Page 17: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

16

Annexure 3: Technical Capacity

S.No Client’s

name

Type of

project

Location

of project

Project

cost

Actual

date of

comm.

Actual

date of

comp.

Role in

Contract

(Individual/C

ons ortium

Member)

Name of

Consortium

Firm

(If Applicable)

If Consortium

Member, specify

percentage

participation

in contract and

amount

Name of the Applicant

Signature of the Applicant

Page 18: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

17

Annexure 4: Financial Capacity

S. No. Particulars Details (INR Cr)

(a) Turnover for last 3 FY:

2016-17

2017-18

2018-19

Average Annual turnover for last 3 FY

Name of the Applicant

Signature of the Applicant

Page 19: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

18

Annexure 5: Financial Proposal

(On Bidder’s Letter Head)

To,

Commissioner

Jodhpur Municipal Corporation

Jodhpur

Sub : Financial Proposal for “Consultancy work for Construction of Multi-Level Car Parking, Police Control

Room & Foot Over Bridge At Nai Sadak, Sojati Gate, Jodhpur (Rajasthan)”

Sir,

1. I/We, …………………….. (Bidder’s name) herewith enclose the Financial Proposal for selection of

my/our firm as consultant for above work.

2. I/We the undersigned Bidder, submit the following as our Financial Proposal in response to the EOI

issued by JMC.

Name of Project Consultancy Fee

Consultancy work for Construction of Multi-

Level Car Parking, Police Control Room &

Foot Over Bridge At Nai Sadak, Sojati Gate,

Jodhpur (Rajasthan)

(a) Fee for Preparation of DPR Rs. ……………………..

In Figures ……………………………………..

…………………………………………………

(b) Fee for Consultancy work upto the

execution of work (as project management

consultant/ independent engineer)

………………% of the project cost

3. I/We confirm that my/our is inclusive of all statutory taxes GST, sales tex. WCT (including any duties

and cess) as applicable. No payment shall be paid by The JMC to us on account of taxes.

4. I/We confirm that the Financial Proposal conforms to all the terms and conditions stipulated in the EOI.

We would be solely responsible for any errors or omissions in our Financial Proposal.

5. I/We confirm that our Financial Proposal is Final in all respects and contains No conditions.

6. I/We agree that this offer shall remain valid for a period of 120 (one hundered and twenty) days.

7.

In witness thereof, I/we submit this EOI under and in accordance with terms of the EOI documents.

Yours faithfully,

Date: (Signature of the Authorized signatory)

Place : (Name and designation of the Authorized signatory)

Name and seal of Bidder

Page 20: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

19

Page 21: Scanned with CamScannerjodhpurmc.org/PDF/NitTender/jmcwithgch_1517.pdf · So Bidders are suggested to, conduct their own investigations and analysis and should check the accuracy,

Annexure 6 : site plan