greater noida industrial development authority plot no. 1, sector … › files › attachments ›...
Post on 27-Jun-2020
6 Views
Preview:
TRANSCRIPT
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
CORRIGENDUM / ADDENDUM
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
Minutes of Pre-Bid Meeting dated 29th November 2017
A pre-bid conference was held to discuss the clarifications/amendments from prospective bidders in regards to the project in
reference above. The meeting was chaired by Smt. Leenu Sahgal, GM (Planning & Architecture), GNIDA.
The following firms submitted their queries:
1. UMTC Ltd.
2. TruBuild Infra Solutions (P) Ltd
3. DMITS Ltd.
4. AECOM
5. ICRA Management Consulting Services Limited
The compiled list of queries received from prospective bidders along with respective responses are as follows:
Data Sheet & Bid Schedule
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Bid Processing Fee - Through RTGS only Earnest Money Deposit - Through RTGS only Clause 3.1.3, Page 31
It is mentioned that the bid processing fee and EMD have to be provided via RTGS. However, on page 31, point 3.1.3, it is mentioned that the bid processing fee and EMD have to be paid in the form of DD. Request you to kindly clarify the means of payment. (ICRA Management Consulting Services Limited)
Bid Processing Fee and Earnest Money Deposit (EMD) have to be submitted in the form of RTGS only. Accordingly, clause 3.1.3 has been revised and shall be read as follows: “The Bidder`s shall have to pay e-Bid document fee and EMD as mentioned in Data sheet.”
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
Selection Process
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Page 40 - 3.4.5 Method of Selection of Consultant “i) Quality cum Cost Based Selection (QCBS) shall
be the basis of evaluation to ensure high technical skill in selection of consultants. A minimum technical score of 70% is fixed as qualifying technical score.
ii) The Financial Proposals shall be opened for only those Bidders who score a minimum of 70% in Technical evaluation as per the above-defined technical evaluation criteria.
iii) Financial Proposals/Bids for all the technically qualified Bidders will be ranked as L1, L2 and so forth.
iv) The Bidder with the lease cost proposal (L1) shall be selected and his Bid finalized after negotiation, if required. L1 Bidder shall be awarded the contract.
v) Financial Bids shall be opened publicly in the presence of the Bidder’s representatives who choose to attend on the date as mentioned in the Data Sheet.
vi) The Evaluation Committee will correct any computational errors.”
Since the criteria mentioned is QCBS, request you to please provide a weightage of financial scoring. As of now, it is mentioned as least cost method. (ICRA Management Consulting Services Limited)
In reference to selection of consultants in Uttar Pradesh, Quality cum Cost Based Selection (QCBS) method is the short listing of consultants based on their technical score (Minimum 70%) and then from these short listed technically qualified bidders selecting the Bidders with the Least financial quote (L1). What you referring to is Combined Quality-Cum-Cost-Based System (CQCCBS). Hence, no change.
Eligibility Criteria
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1
Clause 1.1.5, Page 9 – Eligibility Conditions “To be eligible for evaluation of its Bid, the Bidder shall fulfil the
Request you to kindly clarify what kind of document will be needed to confirm office presence in NCR region. (ICRA Management Consulting Services Limited)
Copy of the certificate for incorporation or a signed declaration by authorized signatory of the Bidder stating/confirming the presence in the NCR regions
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
following: A. Presence in Delhi/NCR: The Applicant must have a fully functional office in Delhi/NCR. B. Financial Capacity: The Applicant must have an average annual turnover (from consultancy services) of at least INR20 crore in each of the financial years (2013-14, 2014-15 & 2015-16). Audited Financial Statements to be attached as proofs. C. Technical Capacity: The Applicant must have the following experience
surveys, demand forecasting, GIS mapping, etc. in the last 5 years for road sector projects - at least 3 projects
for Roads/Highways or similar projects in the last 5 years
Plans for cities in the last 5 years
pertaining to traffic/transport planning) Consultancy in the last 5 years (including experience of support related to detailed design during construction) - at least 5 projects In each of the four categories above, at least one (1) project must have been completed in the last 5 years.”
Request you to kindly clarify whether audited financial statements will need to be produced or certified copies of such statements from CA. (ICRA Management Consulting Services Limited)
The clause 1.1.5 has been revised and shall be read as: “Certified copies of financial statements to be attached as proofs”
In the first and last eligibility criteria, it is mentioned that at least 3 and 5 projects (respectively) undertaken in last five years will need to be showcased. However, it is also mentioned that in each of the four categories above, at least one (1) project must have been completed in the last 5 years. Request you to kindly clarify how many projects are needed to be showcased during the last five years. (ICRA Management Consulting Services Limited)
The clause 1.1.5 and Clause 3.4.3 has been revised and shall be read as follows: “Technical Capacity: The Applicant must have the following experience
Experience of transport planning including traffic surveys, demand forecasting, GIS mapping, etc. in the last 5 years for road sector projects - at least 2 projects
Experience of preparing Detailed Project Reports for Roads/Highways or similar projects in the last 5 years – at least 1 Project
Experience of preparing Comprehensive Mobility Plans/ Regional level transport network plans for cities in the last 8 years – at least 1 Project
Experience of Detailed Design (infrastructure pertaining to traffic/transport planning) Consultancy in the last 5 years (including experience of support related to detailed design during construction) - at least 4 projects”
It is mentioned that consultant should have experience of preparing Comprehensive Mobility Plans for cities in the last 5 years. However, not many CMPs have been prepared and completed during the last five years. Request you to please relax this criteria to last 10 years, which was when most of the CMPs of the country were prepared. (ICRA Management Consulting Services Limited)
Request you to please confirm whether completion certificates duly attested by CS/CFO of the company can be submitted to prove project completion. (ICRA Management Consulting Services Limited)
Declaration/Completion certificates by the firm duly signed by authorized signatory can be submitted to prove project completion.
In the last line of this clause it says “In each of the four categories, at least one (1) project must have been completed in the last 5 years.” We understand that this line supersedes what is written in each of the four categories i.e. “---in the last five years” and bidder needs only 1 project within 5 years.
The Clause 1.1.5 and 3.4.3 is revised and shall be read as follows: “Technical Capacity: The Applicant must have the following experience
Experience of transport planning including traffic surveys, demand forecasting, GIS
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
Please re-confirm. (UMTC Ltd.) mapping, etc. in the last 5 years for road sector
projects - at least 2 projects
Experience of preparing Detailed Project Reports for Roads/Highways or similar projects in the last 5 years – at least 1 Project
Experience of preparing Comprehensive Mobility Plans/ Regional level transport network plans for cities in the last 8 years – at least 1 Project
Experience of Detailed Design (infrastructure pertaining to traffic/transport planning) Consultancy in the last 5 years (including experience of support related to detailed design during construction) - at least 4 projects”
Since this a consultancy project which project fees has been as 2 crore, for which the required turnover is 20 crore, Kindly Clarify. (TruBuild Infra Solutions (P) Ltd.)
No change The minimum required average turnover (from consultancy services) of at least INR 20 crore in the last three financial years (2013-14, 2014-15 & 2015-16) is required to be eligible for the assignment.
2 Technical Capacity: The Applicant must have the following experience: Experience of preparing Comprehensive Mobility Plans for cities in the last 5 years. Other than Experience of preparing Comprehensive Mobility Plans plan for cities in the last 5 years. Kindly also consider, Experience of Preparing Comprehensive Traffic/Transport Plan for metro cities/cities anywhere in the world.
No change We are looking for consultants with the experience of preparing Comprehensive Mobility Plans/ Regional level transport network plans in the last 8 years.
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
Evaluation Criteria
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Clause 3.4.4.(i) Evaluation Criteria: “Firm’s Relevant Experience/Technical expertise • Experience of transport planning including traffic surveys, demand forecasting, GIS mapping, etc. in the last 5 years for road sector projects Marks : 20 • Experience of preparing Detailed Project Reports for Roads/Highways or similar projects in the last 5 years Marks :10 • Experience of preparing regional level transport network plans in the last 5 years Marks : 10 • Experience of Detailed Design Consultancy in the last 5 years (including experience of support related to detailed design during construction) Marks : 10”
Experience of transport planning including traffic surveys, demand forecasting, GIS mapping, etc. in the last 5 years for road sector projects has to be showcased. Please clarify how many projects will be needed here and how will each project be marked leading to a total of 20. Similarly, please clarify the same for remaining three eligibility criteria (ICRA Management Consulting Services Limited)
The clause 3.4.4.(1) has been revised and shall be read as follows: “Firm’s Relevant Experience/Technical expertise:
Experience of transport planning including traffic surveys, demand forecasting, GIS mapping, etc. in the last 5 years for road sector projects. (2 – 4 Projects: 10 Marks, 4 – 6: 15 Marks, More than 6: 20 Marks)
Experience of preparing Detailed Project Reports for Roads/Highways or similar projects in the last 5 years. (1-2 Projects: 5 Marks, More than 2 Projects: 10 Marks)
Experience of preparing Comprehensive Mobility Plans/Regional level transport network plans in the last 8 years. (Less than 2 Projects: 5 Marks, more than 2 Projects: 10 Marks)
Experience of Detailed Design Consultancy in the last 5 years (including experience of support related to detailed design during construction) (Less than 6 Projects: 5 Marks, More than 6 Projects: 10 Marks)”
It is not clear how the bidder shall get full marks- In 3.4.3 C at least three (3) projects are mentioned while in 3.4.4 (i) it doesn’t mention number of projects required. We understand to get full 20 marks the bidder needs to furnish 3 similar projects. Please confirm We understand to get full 10 marks the bidder needs to furnish 1 similar project. Please confirm. In 3.4.3 C ”Experience of preparing Comprehensive Mobility Plans for Cities” is mentioned while in evaluation it becomes Regional level Transport Network Plan. Please clarify. Please also mention number of projects required to get full 10 marks. In 3.4.3 C it says at least 5 projects. Also, the description is different in Clause C and 3.4.4 (i). We understand to get full 10 marks the bidder needs to furnish 5 similar projects. Please confirm (UMTC Ltd.)
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
Experience of preparing regional level transport
network plans in the last 5 years. Please clarify whether this is referring to CMPs (ICRA Management Consulting Services Limited)
Regional level transportation network plans or Comprehensive Mobility Plans are both eligible for this criteria. Kindly refer revised clause 3.4.4
2 Clause 3.4.4.(i) Evaluation Criteria: “Relevant Experience of the Key Personnel
Project Manager : 10 Marks
Senior Transport Planner : 5 Marks
Junior Transport Planner : 5 Marks
Traffic surveyor : 5 Marks
Geologist/GIS specialist : 5 Marks
Highway Engineer : 5 Marks
Structural Design Engineer : 5 Marks The number of marks to be assigned to shall be determined considering the following three sub-criteria and relevant percentage weights:
1. General qualifications (general education, training, and experience): 25% weightage
2. Adequacy for the Project (relevant education, training, experience in Similar Projects ) : 50% weightage
Years of experience in similar role: 25% weightage”
The clause 3.4.4 (ii) Evaluation Criteria has been revised and shall be read as follows: “Relevant Experience of the Key Personnel
Project Manager : 8 Marks
Senior Transport Planner : 8 Marks
Junior Transport Planner : 4 Marks
Urban Planner: 4 Marks
Traffic surveyor : 4 Marks
Geologist/GIS specialist : 4 Marks
Highway Engineer : 4 Marks
Structural Design Engineer : 4 Marks The number of marks to be assigned to shall be determined considering the following three sub-criteria and relevant percentage weights:
1. General qualifications (general education, training, and experience): 25% weightage
2. Adequacy for the Project (relevant education, training, experience in Similar Projects ) : 50% weightage
3. Years of experience in similar role: 25% weightage”
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
Scope of Work
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Page 13 - Task 1 (iii) “Cover traffic situation for peak demand. For example, during major events in Greater Noida, there is higher demand than on usual days. This must be studied and factored in during the analysis. “
It is mentioned that consultant needs to cover traffic situation for peak demand including events at expo etc. In case there are no major expo planned during the four month duration of this activity, then covering this aspect will be difficult. (ICRA Management Consulting Services Limited)
The clause has been revised and shall be read as follows: “Traffic situation for peak demand must be studied and factored in during the analysis, wherever applicable.”
2 Page 14 - Task 1 (iii) “Commuter survey: Public and private trips by all modes which originate/terminate outside the city planning area with destination/origin within the city will be surveyed. The survey will be planned for 24 hours at railway stations and at an outer cordon”
Commuter survey: Please specify which station needs to be covered for this activity. (ICRA Management Consulting Services Limited)
The sites shall be decided based on the recommendation of the Consultant after consultation with Greater Noida Industrial Development Authority
3 Page 14 - Task 1 (iii) “Vehicle Operators’ survey: A sample survey of operators of taxis, auto rickshaws, good vehicles along with slow moving goods vehicles will be conducted inside the city area with assistance from the vehicle owners’ associations. Information on vehicle and operating characteristics will be collected. In the case of slow moving goods vehicles, operating cost, socio-economic characteristics of operators and routes of operation will be determined”
Please specify duration of Vehicle Operators’ survey, Terminal Area Survey and Pedestrian survey (ICRA Management Consulting Services Limited)
The Clause Task 1 (iii) has been revised and shall be read as: “Vehicle Operators’ survey: A sample survey of operators of taxis, auto rickshaws, good vehicles along with slow moving goods vehicles will be conducted inside the city area with assistance from the vehicle owners’ associations. Information on vehicle and operating characteristics will be collected. In the case of slow moving goods vehicles, operating cost, socio-economic characteristics of operators and routes of operation will be determined. The survey will be planned for 24 hours.”
4 Page 14 – Task 2 Please specify whether a CMP exists for Greater Noida, on the basis of which this activity will be undertaken. (ICRA Management Consulting Services Limited)
CMP was prepared for Greater Noida and shall be provided to the Selected Bidder.
5 Page 19: Phase-2, 3rd bullet point: During Construction: Consultants involvement shall be limited to Design Review and /
The Clause Phase II, 3rd Bullet point is revised and shall be read as follows:
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
“Each project identified above will be taken on
individual level and a contractor will be appointed for carrying out the infrastructure works. The scope of the Consultant will include full time involvement during the pre-construction phase and construction phase for each individual project. Further, the Consultant may be required to assist the Authority after the construction phase as per requirement.”
Modifications for Designs as per site conditions and not the PMC Post Construction: Clause shall be deleted as it is not applicable There shall be time period limit for Phase-2 for the support that needs to be committed for construction and after that. As all the projects may not take-off simultaneously and may extend to longer durations, there shall be cap on number of years of design support. (DMITS Ltd.)
“Each project identified above will be taken on individual level and a contractor will be appointed for carrying out the infrastructure works. The scope of the Consultant shall be limited to design Review/ Modifications for design as per site conditions for each individual project.”
6 Page 11-12, Task 1(iii) “….Cover traffic situation for………Expo …….analysis.”
The Consultant shall conduct the survey as per the Tender Schedule and in that duration it may not cover any major Events at Expo. In that case capturing this traffic data may not be possible. Request GNIDA to provide relevant data. (UMTC Ltd.)
The clause Task 1 (iii) has been revised and shall be read as follows: “Traffic situation for peak demand must be studied and factored in during the analysis, wherever applicable.”
7 Clause 2.1. Phase 1: Preparation of transport plan for the Region.
Kindly Define the Region for the transport Plan within the Greater Noida Authority Area. (AECOM)
The clause 2.1. is revised and shall be read as follows: “Phase – I: Preparation of transport plan for the Region (Notified areas falling under NOIDA, GNIDA & YEIDA)”
8 Task 1 (iii) Conducting the following surveys for the purpose of data collection and analysis
Kindly also include Household survey and work center survey in the list of surveys (AECOM)
No change Household survey and work center survey are not part of the scope of work for this assignment.
9 Phase – II: Detailed traffic and engineering designs Task 2: Services to be performed by the consultant prior to the award of construction contracts Task 2(i): Geotechnical Investigation
Kindly, define the quantum of boreholes for Geotechnical Survey(AECOM)
The clause: Phase II, Task 2(i) is revised and shall be read as follows: “•The Consultant shall study all subsurface data made available to it. The Consultant shall be responsible for all-additional borings, geophysical survey, and field and laboratory tests that it may require for the performance of the services. The cost of such additional investigations will be paid separately on pro-rata basis on mutually agreed terms & conditions which shall be decided later.”
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
10 Phase – II: Detailed traffic and engineering designs Kindly provide the quantum of road network in
terms of length and also the quantum of Structures, flyovers, Bridges, underpasses etc. (AECOM)
The quantum of work shall be decided post completion of Phase I in consultation with Greater Noida Industrial Development Authority. The financial quote format for phase II has been revised. Kindly refer clause 5.6, Form 6 and clause 3.1.X (General Instructions)
11 Clause 2.1.-Task 1(ii), Page 10 “In addition to above the Consultant shall collect the following items:
o Small scale maps and land use maps o SPOT-satellite images o Socio-economic data
• Prepare a database, specifically related to land-use and topography of the area. Evaluation of SPOT satellite imagery for providing an updated picture of land use is of special importance in the process of traffic model development and generating engineering solutions.”
As part of data collection, there was a mention about collecting SPOT satellite imageries. In our view, this study does not require to acquire satellite imageries of this precision. Instead propose to use the Land use maps for the study region and / or Alternate methods like google imagery can be a fastest and economical. . Acquisition of SPOT satellite imageries are too much time consuming and very expensive. Request you to consider this suggestion. (DIMTS Ltd.)
The Clause 2.1, Task 1(II) has been revised and shall be read as follows: “In addition to above the Consultant shall collect the following items:
o Small scale maps and land use maps o SPOT-satellite images o Socio-economic data
• Prepare a database, specifically related to land-use and topography of the area. Evaluation of SPOT satellite imagery for providing an updated picture of land use is of special importance in the process of traffic model development and generating engineering solutions. Authority will provide existing GIS database which can be used a Base for this study”
Team Structure
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Clause 2.2 Team “The Bidder will provide relevant workforce in sufficient numbers. The key team shall constitute of the members as defined below: Position Qualifications and Experiences 1. Project Manager Post graduate in any relevant discipline (and graduate in Civil Engineering)
Request you to kindly provide the degree needed for structural design engineer (ICRA Management Consulting Services Limited)
The clause 2.2 team has been revised and shall be read as follows: “The Bidder will provide relevant workforce in sufficient numbers. The key team shall constitute of the members as defined below: Position Qualifications and Experiences 1. Project Manager
Project Manager
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
OR Post graduate in Civil Engineering Experience of over 15 years in project management for large infrastructure projects including road and metro projects 2. Senior Transport Planner Post graduate in Architecture or Civil Engineering or Planning from recognized University or its equivalent degree. Over 7 years’ experience gained after acquiring qualification prescribed in the field of Transportation Planning out of which at least 3 years must be as Transportation Planner or equivalent post Experience should include planning for green infrastructure, non-motorized transport, multi-modal transport, etc. 3. Junior Transport Planner Degree in Architecture or Civil Engineering or Planning from recognized University or its equivalent degree. Post Graduate Degree in Transportation Planning or equivalent Over 5 years’ experience gained after acquiring qualification prescribed in the field of Transportation Planning 4. Traffic surveyor Post graduate degree in economics/statistics Experience of over 5 years in traffic surveys, data collection, data analysis and economic modelling 5. Geologist/GIS specialist Post graduate degree in geology/geography/relevant discipline Over 5 years’ experience in GIS mapping and modelling 6. Highway Engineer Graduate in Civil Engineering
Experience in Urban Transport and Regional Transport Planning shall also be considered as relevant experience (DMITS Ltd.)
Post graduate degree in Planning or Project Management from a recognized university Experience of over 15 years in project management for large infrastructure projects including road and metro projects, urban transport and regional planning etc. 2. Senior Transport Planner Post graduate in Transportation planning from recognized University Over 7 years’ experience gained after acquiring qualification prescribed in the field of Transportation Planning out of which at least 3 years must be as Transportation Planner or equivalent post Experience should include planning for green infrastructure, non-motorized transport, multi-modal transport, etc. 3. Junior Transport Planner Post Graduate Degree in Transportation Planning from a recognized university Over 5 years’ experience gained after acquiring qualification prescribed in the field of Transportation Planning 4. Urban Planner Post graduate degree in Urban/Regional Planning from recognized University Over 5 years’ experience gained after acquiring qualification prescribed in the field of Urban/Regional Planning 5. Traffic surveyor Post graduate degree in economics/statistics or Traffic engineer/ Transport planner Experience of over 5 years in traffic surveys, data collection, data analysis and economic modelling 6. Geologist/GIS specialist
Traffic Surveyor Post graduate in Traffic Engineer/ Transport planner shall also be considered as it is the most applicable qualification for designing and carrying out the traffic surveys. (DMITS Ltd.) Project Manager The Experience requirement of over 15 years may be in design assignments related to Urban Transport rather than project management as mentioned. Please re consider. (UMTC Ltd.)
Traffic Surveyor Please also include Graduate in Civil Engineering/Planning, Post Graduate in Transport Planning/Engineering as admissible qualifications (UMTC Ltd.)
Geologist/GIS Specialist Please also include Graduate in Civil Engineering/Planning, Post Graduate in Urban Planning/Engineering/Spatial Planning as admissible qualifications. (UMTC Ltd.)
Structural Design Engineer The educational qualification required are not mentioned. (UMTC Ltd.)
Senior Transport Planner Post graduate in Architecture or civil Engineering or Planning from recognized University or its equivalent degree. Kindly consider only Post Graduate in Planning/Transport engineering for the senior Transport Planner. (AECOM)
Kindly consider only graduate in civil engineering for the post of traffic surveyor (AECOM)
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
Over 10 years’ experience in road design projects 7. Structural Design Engineer Over 10 years of experience of designing flyovers, underpass and bridges Experience should include planning for green infrastructure, non-motorized transport, multi-modal transport, etc.”
Kindly include the position of Urban Planner. As part of key professionals (AECOM)
Post graduate degree in geology/geography/relevant discipline Over 5 years’ experience in GIS mapping and modelling 7. Highway Engineer Graduate in Civil Engineering Over 10 years’ experience in road design projects 8. Structural Design Engineer Post Graduate in Civil Engineering from recognized University or its equivalent degree Over 10 years of experience of designing flyovers, underpass and bridges Experience should include planning for green infrastructure, non-motorized transport, multi-modal transport, etc.”
Timeline and Payment Milestone
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Page 9, 1.1 – time period of engagement “Phase I: 8 Months from the signing of Letter of Acceptance (LoA) Phase II: 12 Months from the signing of Letter of Acceptance (LoA)”
It is mentioned that Phase II will have to be completed in 12 months from signing of LoA. Request you to please clarify whether it is 12 months from completion of Phase I (ICRA Management Consulting Services Limited)
The clause 1.1 (1) is revised and shall be read as follows: “Phase I: 8 Months from the signing of Letter of Acceptance (LoA) Phase II: 12 Months from the completion of Phase I”
2 Page 27, 2.1 – Timeline and Payment Milestones Phase 1 : Preparation of transport plan for Greater Noida City
1.1 Current state assessment report ( T+4 months)
15%
1.2 Urban Transport Development Strategy (T+6 months)
10%
1.3 Implementation Strategy (T+8 months)
10%
The first task (Task 1) of phase 1 consists of external surveys and this will involve spending substantial effort as well as cost by the consultant. It is requested that the first payment milestone be increase to at least 25%. Rest of the tasks under phase 1 can be reduced proportionately. (ICRA Management Consulting Services Limited)
Clause 2.1 Timeline and payment milestone has been revised and shall be read as follows: “Phase I: Preparation of transport plan for Greater Noida City
1.1 Submission of inception report (T+1 months)
20 %
1.2 Current state assessment report ( T+4 months)
30 % As per the suggestion in previous query, if agreed, the payment milestones shall be re-looked into for
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
1.4 Submission of consolidated data (T+8 months)
5%
Total Phase-1 50%
Phase II: Detailed traffic and engineering designs
2.1 Detailed traffic and engineering designs (T+17 months)
30%
2.2 Detailed cost estimates and BOQ (T+19 months)
20%
2.3 Submission of consolidated data (T+20 months)
10%
Total Phase-1 50%
Phase-1 (lump sum) and Phase 2 (in terms of percentage). (DMITS LTD.) The suggested / indicative milestones shall be as follows: Phase 1:
1.2 New Milestone: Submission of Inception Report ( T+1 month)
(Reason: Lot of ground surveys involved and money required for conducting surveys)
20%
1.1- Current State Report 30%
1.2 Urban Transport Development Strategy
20%
1.3 Implementation Strategy 20%
1.4 Submission of consolidated data
10%
Total Phase-1 100%
Phase-2: Fee for this Phase shall be on the Percentage of the total projects costs. And suggested payment milestones are:
2.1: Phase II – Task 1, 2 (I – VI) of TOR & GAD Submission
20%
2.2: Detailed Designs 50%
2.3 BOQ and Cost Estimates 20%
2.4 Tender Documents and consolidated data
10%
Total Phase-2 100%
1.3 Urban Transport Development Strategy (T+6 months)
20 %
1.4 Implementation Strategy (T+8 months)
20 %
1.5 Submission of consolidated data (T+8 months)
10 %
Total Phase-1 100%
Phase II: Detailed traffic and engineering designs
2.1 Geotechnical investigation and design alternatives (T+3 months)
20%
2.2 Detailed designs (T+9 months) 50%
2.2 Detailed cost estimates and BOQ (T+11 months)
20%
2.3 Submission of consolidated data (T+12 months)
10%
Total Phase-1 100%
The Clause 5.6, Form 6: Financial Proposal Submission Form has been revised and shall be read as follows: “Our attached Financial Bid is as follows: 1. For Phase I, lump sum all-inclusive price of_________________________[including all taxes, Amount in words and figures]. 2. For Phase II, all-inclusive ____________________ percentage (%) of total cost of selected projects for Phase II, [including all taxes, Amount in words and figures].”
3 Clause 2.1: Timeline and payment milestone “* - 50% of the payment amount will be paid upon submission of the deliverable document/s due and
It is mentioned that * - 50% of the payment amount will be paid upon submission of the deliverable document/s due and the balance 50%
This is applicable to every deliverable as mentioned in the Clause 2.1
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
the balance 50% payment will be done only after approval of the particular deliverable by GNIDA. # - Complete payment on first concept shall be initiated only after approval of the concept by the Authority”
payment will be done only after approval of the particular deliverable by GNIDA.” Please confirm which milestone is this for? (ICRA Management Consulting Services Limited)
4 Clause 2.1: Timeline and payment milestone “In case of a delay in submission of deliverable/s by more than one (1) month and if the cause of delay is solely attributed to the consultant, the Authority may impose a penalty of 5% of total cost of amount payable at that deliverable per month of delay. The decision of the Authority shall be final and binding”
It is mentioned that In most of the other tenders, the liquidated damages have an upper limit between 5-10% of the contract value. Request you to kindly change this clause accordingly, if possible. (ICRA Management Consulting Services Limited)
The clause 2.1: Timeline and payment milestone has been revised and shall be read as: “In case of a delay in submission of deliverable/s by more than one (1) month and if the cause of delay is solely attributed to the consultant, the Authority may impose a penalty of 2% of total cost of amount payable at that deliverable per month of delay. The decision of the Authority shall be final and binding”
5 Clause 5.6: Form 6: Financial Proposal Submission Form “Our attached Financial Bid is for the all-inclusive price of ___________ [including all taxes, Amount in words and figures].”
As per the RFP, the current scope of the work is divided into 2 phases. Phase-1: Preparation of Transport Plan for the Region. Phase-2: Detailed Traffic and Engineering Designs Our Suggestion & Clarification required: Expectation or SoW of Phase- 1: Covering detailed traffic and transportation studies, plans, improvement proposals, projects and its prioritisation, preliminary designs. This phase logically shall end with pre-feasibility of the identified/ prioritised projects. The short listed and selected projects based on preliminary feasibility from this Phase-1 shall undergo for a detailed designs. Phase-2: Detailed Traffic and Engineering Designs In Phase 2 scope and quantity it is currently open ended. As we don’t know the number and type of projects that emerge after Phase-1 study that need to be
The Clause 5.6, Form 6: Financial Proposal Submission Form has been revised and shall be read as follows: “Our attached Financial Bid is as follows: 1. For Phase I, lump sum all-inclusive price of__________________________[including all taxes, Amount in words and figures]. 2. For Phase II, all-inclusive ____________________ percentage (%) of total cost of selected projects for Phase II, [including all taxes, Amount in words and figures].” The clause 3.1.(x) has been revised and shall be read as follows: “The Bidder shall quote their financial bid in the following format: 1. For Phase I, the Bidder shall quote all-
inclusive lump sum price (including all taxes) 2. For Phase II, the Bidder shall quote
percentage (%) of total cost of selected projects (including all taxes). Final
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
considered for detailed engineering at the time of submitting our financial proposals, submitting a financial proposal with a Lump Sum cost estimates as per Form 6 is not technically possible. This also may lead to under estimate/ over-estimate the requirements by the bidders and would be difficult for evaluation and selecting the best consultant based on the Fee quoted. Our Suggestion: Normally, in this scenario, clients typically ask for a quote in terms of “Percentage of the Total Projects Cost” that will be subjected to detailed designs. Hence, it is requested that the consultancy fee / Form 6: Financial Submission form be modified, which shall have separate quote for Phase-1 ( Lump sum) & Phase -2 ( percentage of total project cost that will be required for detailed designs) (DMITS Ltd.)
remuneration/payment to the Consultant for Phase II shall be decided based on the total cost of selected projects and calculated as follows: A. Total cost of projects 0 – 50 Cr = X
(percentage of total cost of selected projects)
B. Total cost of projects 50 – 100 Cr = .8X (percentage of total cost of selected projects)
C. Total cost of projects 100 – 150 Cr = .6X (percentage of total cost of selected projects)
D. Total cost of projects 150 Cr+ = .4X (percentage of total cost of selected projects)
Total payment shall be calculated as: A + B (it applicable) + C (if applicable) (Note: For financial evaluation, we would take the tentative cost of total projects selected for phase II as 75 crore)”
6 Clause 5.6: Form 6: Financial Proposal Submission Form “Our attached Financial Bid is for the all-inclusive price of ___________ [including all taxes, Amount in words and figures].”
It is not clear that how the bidder is to submit the quote. Based on the Terms of Reference the bidder can quote a Lump sum price for Phase-1 but for Phase-2 it has to be linked with the cost of projects that may come out of the study and approved by GNIDA. We suggest to fix the cost of projects for the purpose of this bid to bring all bidders on same platform. The bidder can quote a Lump sum fee for Phase-1 and a % fee for Phase-2. (UMTC Ltd.)
The Clause 5.6, Form 6: Financial Proposal Submission Form has been revised and shall be read as follows: “Our attached Financial Bid is as follows: 1. For Phase I, lump sum all-inclusive price of_________________________[including all taxes, Amount in words and figures]. 2. For Phase II, all-inclusive ____________________ percentage (%) of total cost of selected projects for Phase II, [including all taxes, Amount in words and figures].”
Greater Noida Industrial Development Authority Plot No. 1, Sector Knowledge park IV, Greater Noida, District Gautam Budh Nagar, Uttar Pradesh
General Queries
S. No Reference Clause No & Existing Provision Clarifications & Queries Responses
1 Bid Submission Format Request you to kindly clarify whether a hard copy of technical proposal has to be submitted. Please also clarify whether each page has to be individually signed / attested by the bidder or only a digital signature will be
sufficient. (ICRA Management Consulting Services Limited)
This is an E-bid and Bidders have to follow the instructions as mentioned in the Clause 3.2.8 Submission of e-Bid of this RFQ cum RFP document.
2 Page 43 - 4.1.8 Limitation of Liability Since this clause limits the liability of the consultant to the value of the work order, request you to kindly put
this clause after clause 4.9 (ICRA Management Consulting Services Limited)
Kindly refer the clause no 4.9.2.
Other Amendments to the e-bid document
S. No Reference Clause No & Existing Provision Reference Clause No & Revised provision
1 - The format for listing of technical experience has been added. Kindly refer to the revised RFQ cum RFP document Clause 5.4 Form 4A: List of Projects
2 - The format for listing proposed has been added. Kindly refer to the revised RFQ cum RFP document, Clause 5.6. Form 5A: List of Key Personnel
3 - Clause 3.4.4: Evaluation criteria of e-Bids has been revised. Kindly refer the revised RFQ cum RFP document.
E – Bid Document
Request for Qualification cum Request for Proposal
Appointment of a transport planner for improving inter-connectivity and
intra-connectivity of roads within Greater Noida
Location: Greater Noida, Uttar Pradesh
November, 2017
Issued by:
Greater Noida Industrial Development Authority
Plot No. 1, Knowledge Park 4, Greater Noida
District Gautam Budh Nagar – 201308, Uttar Pradesh
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
2 | P a g e
Disclaimer
This e-Bid document for “Appointment of a transport planner for inter-connectivity and intra-connectivity of
roads within Greater Noida” contains brief information about the scope of work and selection process for the
Successful Bidder (or “Consultant”). The purpose of the e- Bid document is to provide the Bidder/ Vendor
with information to assist the formulation of their application (“the Application”). The services related to
provision of transport plan for the region and detailed design of structures envisaged by the Authority will
further be known as “the Project”
While all efforts have been made to ensure the accuracy of information contained in this Document, this
Document does not purport to contain all the information required by the Bidder. The Bidder should conduct
their own independent assessment, investigations and analysis and should check the reliability, accuracy
and completeness of the information at their end and obtain independent advice from relevant sources as
required before submission of their bid for the competition.
Greater Noida Industrial Development Authority (“GNIDA”), its employees and advisers 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 restriction or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from, to be incurred or suffered on account of anything contained
in this document or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of
the TOR and any assessment, assumption, statement or information contained therein or deemed to form
part of this e-Bid or arising in any way in this selection process.
GNIDA reserves the right to accept or reject any or all applications without giving any reasons thereof.
GNIDA will not entertain or be liable for any claim for costs and expenses in relation to the preparation of the
entries to be submitted in accordance with the conditions listed in this e-Bid.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
3 | P a g e
Data Sheet
1 Name of the Bid Appointment of a transport planner for improving inter-connectivity
and intra-connectivity of roads within Greater Noida
4 Bid Processing Fee INR 5000+GST 18% (Five thousand only) (through RTGS
only)
5 Ernest Money Deposit (EMD) INR 50,000/- (Fifty Thousand only) (through RTGS only)
6 Performance Security 10% of the Contract value
7 Financial Bid to be submitted
together with Technical Bid
Yes
8 Name of the Authority’s official for
addressing queries and
clarifications
General Manager (Planning & Architecture)
Greater Noida Industrial Development Authority
Plot No. 1, Knowledge Park 4, Greater Noida
District Gautam Budh Nagar – 201308, Uttar Pradesh
Phone: +91 120 2336016
Email: gmplanning@gnida.in
Website: www.greaternoidaauthority.in/
9 Bid Validity Period 90 days
10 Bid Language English
11 Bid Currency INR
12 Schedule of Bidding Process
Task Key Dates
Bid upload date 16/11/2017, 1830 hrs (IST)
Last date of receiving queries 24/11/2017, 1500 hrs (IST)
Pre-bid conference 29/11/2017, 1500 hrs (IST)
Bid Start Date 01/12/2017, 1500 hrs (IST)
Bid End Date 08/01/2018, 1500 hrs (IST)
Opening of Technical Bids 09/01/2018, 1500 hrs (IST)
Technical presentation To be communicated later
Opening of Financial Bid To be communicated later
Issuance of Letter of Acceptance
(LoA)
Within 15 days of selection of Bidder
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
4 | P a g e
13 Account details (a): For Bid processing fee
Bank of Baroda, Gamma II, Greater Noida
A/C No. 98250100008324
IFSC Code: BARB 0 GAMNOI
(b): For EMD
Bank of Baroda, Gamma II, Greater Noida
A/C No. 98250100005634
IFSC Code: BARB 0 GAMNOI
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
5 | P a g e
Content
Disclaimer ........................................................................................................................................................... 2
Data Sheet........................................................................................................................................................... 3
1. Introduction ................................................................................................................................................ 7
1.1 Brief description of the selection process ......................................................................................... 8
1.2 Communications ................................................................................................................................. 9
2. Terms of Reference ................................................................................................................................. 10
2.1. Scope of services .................................................................................................................................. 10
2.1 Timeline and payment milestone ......................................................................................................... 26
2.2 Team ...................................................................................................................................................... 27
3 Instructions to Bidders ........................................................................................................................... 29
3.1 General instructions .............................................................................................................................. 29
3.2 Preparation and submission of Bids .................................................................................................... 31
3.3 Earnest Money Deposit ........................................................................................................................ 35
3.4 Opening and evaluation of Bids ........................................................................................................... 36
3.5 Award of Contract ................................................................................................................................. 39
4 General Condition of Contract .............................................................................................................. 41
4.1 General Provisions................................................................................................................................ 41
4.2 Commencement, Completion, Modification and Termination of Contract ........................................ 42
4.3 Obligation of the Consultant ................................................................................................................. 44
4.4 Obligation of the Client ......................................................................................................................... 45
4.5 Payments to the Consultant ................................................................................................................. 46
4.6 Good Faith and Indemnity .................................................................................................................... 46
4.7 Settlement of Disputes ......................................................................................................................... 46
4.8 Fraud and Corrupt Practices ................................................................................................................ 46
4.9 Indemnity and Liability .......................................................................................................................... 47
5 Appendix ................................................................................................................................................... 49
5.1 Form-1: Letter of the Proposal .............................................................................................................. 49
5.2 Form-2: Financial capacity of the Bidder ............................................................................................. 51
5.3 Form 3: Details of Bidders .................................................................................................................... 52
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
6 | P a g e
5.4 Form 4: Credential format ..................................................................................................................... 53
5.5 Form-5: CV format................................................................................................................................. 55
5.6 Form 6: Financial Proposal Submission Form .................................................................................... 57
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
7 | P a g e
1. Introduction
Greater Noida is a Greenfield, modern, integrated city, located about 35 km from the National Capital, Delhi.
The Master Plan of this city envisages a population of around 1.2 million by the year 2021. The Greater
Noida Industrial Development Authority (GNIDA) is the nodal agency responsible for development and
administration of the city.
Greater Noida is currently well connected within the Region by Greater Noida and Yamuna Expressways and
other regional roads. Further, with the development of the Noida-Greater Noida Metro-rail, Greater Noida will
be connected by a metro rail also.
Greater Noida has rapidly developed to be one of the most vibrant industrial areas in the National Capital
Region (NCR) and is considered to be the hub of information technology in North India. Various industries
such as electronics, manufacturing and other small and medium enterprises have also come up. Further,
with the proposed development of a Night Safari at Greater Noida and multiple projects under the DMIC
(Delhi-Mumbai Industrial Corridor), the area is expected to develop at a rapid pace. As part of the further
development in the Yamuna Expressway area, five Greenfield cities are expected to come up.
Given the current scenario of development and considering the upcoming developments in the area, GNIDA
intends to appoint a Transport Planner to propose solutions for improving inter-connectivity and intra-
connectivity of roads within Greater Noida.
. In view of the above, GNIDA is desirous of selecting a Consultant/ Consortium of Consultants for the
following services:
Identifying a project idea/ concept/ theme that would qualify to be envisaged as “Traffic Solution” for
entry to Greater Noida at identified locations.
Undertake detailed surveys and analysis for smooth traffic flow in the region along with financial
analysis & detailed design and support during the implementation of the approved projects
The Transport Planner will be responsible for understanding the current scenario, estimating future demand
and suggesting interventions for improving the connectivity.
The Project is proposed to be awarded in two Phases as described below:
Phase – I: Preparation of transport plan for the Greater Noida city
Phase – II: Detailed traffic and engineering designs
Phase – III: Project Management Consultancy (PMC) for proposed improvement interventions
The Scope of Work as given in Section 2.1 of this document includes the details of the activities to be
conducted under each Phase.
Currently, GNIDA is inviting Technical and Financial proposals only for Phase – I and Phase – II of
the Project. Based on the performance of the Consultant and on mutually agreeable terms, GNIDA may
award a separate contract to the Consultant for Phase – III. Alternatively, GNIDA may appoint another
consultant to undertake Phase – III of the Project. The decision on the award of Phase – III will be taken at a
later stage.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
8 | P a g e
1.1 Brief description of the selection process
i. An overview of the Project is as follows:
# Parameter Description
1 Time period of
the engagement
Phase I: 8 Months from the signing of Letter of Acceptance (LoA)
Phase II: 12 Months from the completion of Phase I
2 Bidder/Applicant Sole Bidder or a Consortium of up to 2 members.
Note: Bidder may be a private entity, government-owned entity or any
combination of them with formal intent to enter into an agreement
under an existing agreement to form a Consortium.
3 Consortium to be
allowed
Yes
4 Sub/Contracting
to be allowed
Yes
5 Eligibility
conditions
To be eligible for evaluation of its Bid, the Bidder shall fulfil the
following:
A. Presence in Delhi/NCR: The Applicant must have a fully
functional office in Delhi/NCR.
B. Financial Capacity: The Applicant must have an average annual
turnover (from consultancy services) of at least INR20 crore in the
last three financial years (2013-14, 2014-15 & 2015-16). Certified
copies of Financial Statements to be attached as proofs.
C. Technical Capacity: The Applicant must have the following
experience
Experience of transport planning including traffic surveys,
demand forecasting, GIS mapping, etc. in the last 5 years for
road sector projects - at least 2 projects
Experience of preparing Detailed Project Reports for
Roads/Highways or similar projects in the last 5 years – at
least 1 Project
Experience of preparing Comprehensive Mobility Plans/
Regional level transport network plans for cities in the last 8
years – at least 1 Project
Experience of Detailed Design (infrastructure pertaining to
traffic/transport planning) Consultancy in the last 5 years
(including experience of support related to detailed design
during construction) - at least 4 projects
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
9 | P a g e
7 Minimum
Technical Score
The Financial Proposal shall be opened for only those Bidders who
score a minimum of 70 marks in Technical Evaluation as mentioned
in the Data Sheet.
1.2 Communications
All communications should be addressed to:
General Manager (Planning & Architecture),
Greater Noida Industrial Development Authority
Plot No. 1, Knowledge Park 4, Greater Noida
District Gautam Budh Nagar – 201308, Uttar Pradesh
Email: gmplng.gnida@gmail.com
Phone: +91 120 2336016
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
10 | P a g e
2. Terms of Reference
2.1. Scope of services
Phase – I: Preparation of transport plan for the Region (Notified areas falling under NOIDA,
GNIDA & YEIDA)
The area covered for the assignment will cover the planning horizons (Short, Medium and Long term) shall be
2020, 2025, 2035 with the base year being 2017. Tasks performed under Phase-1 will be as follows:
Task 1: Collect data and analyse urban transport environment
Task 1(i) Regional profile:
Prepare a brief profile of the Region from available documents including:
o Location
o Population and demographic data
o Land use
o Occupancy
o Socio-economic data
o Transport network and regional connectivity
o Road networks and conditions
o Applicable policies (transport and others)
o National and State traffic rules and regulations
o Environmental issues, such as natural conservation areas
Task 1 (ii) Collect data and review urban transport system:
Collect and review all relevant reports, data on socio-economic characteristics, vehicle ownership, the
transport network, applicable transport policy, National and State traffic rules, guidelines &
regulations, and other available engineering parameters relevant to the assignment. All other relevant
information related to accidents, land use planning, mapping, right of way on key corridor shall be
collected. Any inconsistency or deficiency in the information shall be addressed.
In addition to above the Consultant shall collect the following items:
o Small scale maps and land use maps
o SPOT-satellite images
o Socio-economic data
Prepare a database, specifically related to land-use and topography of the area. Evaluation of SPOT
satellite imagery for providing an updated picture of land use is of special importance in the process of
traffic model development and generating engineering solutions. Authority will provide existing GIS
database which can be used a Base for this study
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
11 | P a g e
To review the existing urban transport systems, the consultant should collect and review the following
data and information, through literature review, interview survey and field survey.
o Existing studies, reports and proposals
o Existing transport infrastructure including public transport
o Existing traffic safety and enforcement protocols
o Existing technical layouts/sections of key junctions/roundabouts and primary/secondary
roads
o Institutional and financial situation
o Accident Records
o Reconnaissance survey
o Environmental and social condition
Data on existing land use and land use plan should be collected, through a detailed review of existing
development plans, including the Master plan and/or the City Development Plan. In particular, new
development areas that will affect transport demand in the planning area should be inventoried and
summarized.
Based on information/data collected, a basic analysis of the transport and traffic situation should be
carried out identifying characteristics and issues for the city. The following should be carried out:
o Diagnosis of urban transport situation inside Greater Noida with special emphasis given to
key traffic junctions, roundabouts and primary roads in the city
o Diagnosis of urban transport situation particularly with respect to inter-connectivity maybe
also studied on preliminary basis with other neighbouring cities and within Greater Noida.
This should include both existing cities such as Noida, Delhi, Ghaziabad and Faridabad; as
well as planned cities such as those under Yamuna Expressway Industrial Development
Authority (YEIDA) and the Delhi Mumbai Industrial Corridor (DMIC)
o Analysis of compliance with appliance National traffic rules, polices & regulations
o Analysis of traffic characteristics
o Analysis of social conditions
Task 1 (iii) Conducting the following surveys for the purpose of data collection and analysis
Traffic surveys: Traffic and other surveys, as defined below, shall be carried out in the forms of surveys,
data collection, assessment, analysis and evaluation. The objective is to determine:
o Traffic flow and composition by link
o Assessment of level of service (urban transport guidelines should be used for benchmarking)
o Vehicle characteristics for determination of vehicle operating costs
Proposed traffic survey locations should be identified during collection of data and be listed in the inception
report. Survey locations should be identified to cover key junctions such as:
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
12 | P a g e
o T junctions
o Roundabouts (Pari chowk etc.)
o Metro station locations
o School locations
o Congestion stretches
o Traffic situation for peak demand must be studied and factored in during the analysis, wherever
applicable.
Manual classified counts: Classified volume counts will be conducted at critical links and
intersections for a period of 8 hours (4 in the morning and 4 in the evening) including the morning and
evening peak hours. The Consultant will study existing situation and prepare a list of critical links and
intersections. The selection of the critical links and intersections for the survey will be done in
consultation with the Client. The following data will be collected:
o Category/Traffic mode (define) wise hourly flow. Modes of traffic to be covered include bus,
private transport (two wheeler, three wheeler, four wheeler), commercial vehicles, slow
moving vehicles others (such as pedestrian)
o Category wise hourly turning movements
o Variation in flow before, during and after the peak.
Parking survey: Work and business centers, shopping complexes and tourist attractions are major
generators of parking demand. Parking demand should be established by a manual count of each
vehicle type where there significant on street parking occurs. The survey will be conducted for a
period of 12 hours continuously in such areas.
Parking survey should be on the basis of land use survey. Prior to the survey, the master plan and
buildings in each type of land use, and applicable traffic rules & regulations should be reviewed.
Origin destination survey: Origin-destination survey will be conducted through roadside interviews
on an outer cordon i.e. major entry/exit points and on corridors where important activity locations are
situated. The tentative number and location of survey stations, the survey time in hours per day will be
confirmed after detail discussion with the Client. The location and timings of the road side interviews
will coincide with that of traffic counts to facilitate adjustment of sampling. The information shall be
obtained by trained enumerator supervisors and include type of vehicle, make, type of commodity
carried, origin and destination, trip purpose, place of residence, employment, and frequency of travel
of the road user
Speed and delay surveys: These surveys will establish road capacity and extent of congestion on
key sections to determine possible improvements, widening, intersections, traffic control, traffic
management, etc. The consultants shall carry out speed delay surveys in both peak and anti-peak
hour’s directions, during peak and off-peak hours. The free speed shall be observed and impact of the
prevailing traffic on running speed during peak and off-peak hours for each section shall be
established to indicate the level of congestion. Typical delay and causes shall be identified.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
13 | P a g e
Mass transit and passenger’s survey: The survey will be conducted on routes within the city and at
terminal areas for a period for 24 hours. The basic purpose of the survey will be to collect information
regarding origin, destination, trip purpose, frequency of travel and other particulars. The random
survey sampling technique will be adopted to survey the passengers and will cover all modes.
Commuter survey: Public and private trips by all modes which originate/terminate outside the city
planning area with destination/origin within the city will be surveyed. The survey will be planned for 24
hours at railway stations and at an outer cordon
Vehicle Operators’ survey: A sample survey of operators of taxis, auto rickshaws, good vehicles
along with slow moving goods vehicles will be conducted inside the city area with assistance from the
vehicle owners’ associations. Information on vehicle and operating characteristics will be collected. In
the case of slow moving goods vehicles, operating cost, socio-economic characteristics of operators
and routes of operation will be determined. The survey will be planned for 24 hours.
Terminal area survey: This survey will collect information on movement patterns of persons/goods at
major terminal and market areas: vehicle (good and passenger) entry/exit, including
commodity/occupancy, etc. The survey is to undertaken at main railway stations, bus terminals, etc.
Pedestrian survey: Pedestrian survey will be carried out to assess flows/demand at identified major
intersections and road corridors. The survey will be from 06:00 to 22:00 on a normal working day and
will detail the number of pedestrians moving along and across the road at mid-block and at
intersections
Road inventory: An inventory will be conducted along all major roads in adequate detail, including
link lengths, cross-sections details, type and general surface conditions, street furniture, intersections,
control devices, drainage conditions, abutting land use, parking, etc
Topographic surveys at key sections/junctions: The Consultant shall conduct plane table surveys
to prepare base plans for critical sections and junctions to facilitate improvements. Total station
survey will also be conducted for major terminals (bus and rail), based on the prevailing traffic
circulations pattern and parking demand, etc. and appropriate improvement proposals will be
established
Develop base year transport demand model: In this task, a base-year transport demand model will
be developed using results of all the above surveys. This shall apply traffic demand modelling to
analyse/evaluate urban land use and the transport system. The modelling should emphasize person-
based travel patterns, along with vehicle movements and include more non-motorized vehicles
(NMV)/pedestrian movements than conventional modelling approaches. It should also enable
integrated planning of urban land use and the transport system.
Task 2: Prepare urban transport development strategy for the future
Vision and Goals: It is essential that mobility improvement measures in proposal form a coherent
package with a consistent vision and goals for the desirable directions of city urban transport. The vision
and goals define the desired form of long-term urban transport system in the city. While visions are
statements of the desirable directions of urban transport development, goals are quantitative/qualitative
targets for major indices, to be achieved within the planning horizons. The Consultant will prepare the
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
14 | P a g e
vision for the urban transport development strategy and also define quantifiable goals to achieve this
vision.
Urban growth scenarios: In this task, optimal land use and transport systems will be examined. For
analytical purposes, urban growth scenarios will be developed in combination with strategic level transport
networks. While master plans regulate land use pattern, this activity should provide a preferred growth
scenario from the view point of an optimal urban land use and transport development pattern.
Future transport network scenarios: The future transport network consists of the existing network and
additional network. Future modal split (ratio of trips made by public and private transport modes) needs to
be estimated by the use of modelling analysis. When the detailed modelling method is not applied, it is
recommended to set several modal scenarios that will be used in generating alternative networks to meet
the future travel demand.
Development of urban land use and transport strategy: Each combination of transport network and
urban growth scenario developed in the previous tasks should be assessed using the transport demand
model. Land use patterns will be included in the modelling analysis, in terms of a specific distribution of
residential population and employment. Various land-use planning measures should be considered in
relation to transport development strategies. The alternative development scenarios will be evaluated by
using criteria, such as potential for developing public transport systems, total travel time, average travel
speed, and economic indices. Based on the evaluation, a desirable urban development strategy will be
proposed.
Task 3: Develop urban mobility plans
Urban transport projects should be identified which would support the proposed vision and goals and the
development scenario.
Task 3 (i) Public transport improvement plan
A public transport improvement plan should be developed that covers:
o Development of all modes of public transport with a focus on multi-modal integration
o Present and prospective modes of transport e.g. innovative transportation means
o Development of trunk and feeder public transport network
Task 3 (ii) Road network development plan
Road projects will be developed and listed in the proposal, including but not limited to the following:
o Grade separator projects
o Intersections improvement projects for important junctions (Metro Corridor, Pari chowk etc.)
o Flyover projects
o Underpass projects
o Cloverleaf projects
The road network plan should include the following aspects:
o Inter-city connectivity between Greater Noida and other cities
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
15 | P a g e
o Connectivity within Greater Noida
o Existing and future traffic bottlenecks
o Explanation of proposed strategy in terms of land use pattern
o Public transport network
o Role and benefit of each project within the road network plan
o Recommendations for infrastructure
o Operations and maintenance on existing and proposed road networks
o Provision of sidewalks, skywalks and NMV lanes
o Estimated costs of proposed projects
o Planning improvement at strategic locations
All the recommendations and proposals given by the Consultant must focus on safe and sustainable mobility
solutions.
Task 3 (iii) Non-motorized transport (NMT) facilities
Planning for pedestrians, bicycles and cycle rickshaws will be one of the most important tasks in the plan. As
the plan sets out visions/goals for the region and serves as a strategic level plan for urban land use and
transport systems, the NMT policy level planning may be accepted. However, detailed NMT improvement
plans and traffic management measures can be worked out for commercial centres, metro stations and other
major activity centres, which refine NMT policy for the whole region and provide the costing basis to
implement such policy
Task 3 (iv) Mobility management measures
Measures for mobility management should be developed with implications for regulation and enforcement.
The topics to be covered in this plan include:
o Pedestrian’s facilities
o Non-motorized vehicle facilities
o Traffic control measures
o Parking plan – Space identification as well as provision of adequate parking spaces at all
Intermediate Public Transport (IPT) facilities like bus stations, metro stations, etc.
o Intersection Improvement projects (in parallel with road network development plan)
o Demand management measures
o Traffic safety plan
o Intelligent transport system and user information
Task 4: Prepare implementation programme
Task 4 (i) Preparation of project list
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
16 | P a g e
An implementation programme including practical procedures to implement the proposed measures, in terms
of timeframe, financing options and implementation agencies, should be prepared. A brief summary of project
information is required, including project title, location, estimated cost, etc. Proposed projects should be
evaluated and prioritized against clear criteria and classified into short, medium and long term (10+ years).
Prioritization methodology should be discussed with the Client before preparing the list of projects for short,
medium and long term implementation.
Specifically, the following tasks should be conducted:
o Preparation of project list (Improvement of important intersections shall be given a priority)
o Selection of priority measures
o Prioritization methodology
o Identification of possible financing options
o Development of implementation programme
Task 4 (ii) Project profile sheets for short term projects
Project profile sheet should be prepared for short term projects
Task 5: Stakeholder’s consultations
The proposal should be discussed with stakeholders throughout the study. An Advisory committee and
workshops/seminars should be organized to coordinate and develop a consensus. In particular
workshops/seminars should be held at the stage of inception report, interim report and draft final report
stages. The primary objective should be to develop a working relationship with stakeholders and to
obtain their views on the proposal.
The primary stakeholders i.e. GNIDA and their concerned staff should be fully involved throughout the
work, such that all aspects of the plan development process and its subsequent updating are within the
capacity of such officials by the end of the study.
Task 6: Preliminary design for all roads (reduce engineering design on this) – enhancement solutions,
smoothening of turns, improving carrying capacity.
The preliminary design of roads will include but not be limited to complete layout of the proposed road
network as per the agreed cross sections with all the features shown thereon, new alignment including
interface with the major roads, proposed mass rapid transit (MRT) corridor and other elements of the
overall region.
Typical Road Cross Sections and Road Network: Layout shall be based on the Master Plan
recommendations for typical cross-sections. Consultants have to review, update and revise the road
cross sections incorporating main carriageway, service road (if required). The road cross sections and
layout should be designed with emphasis on incorporating pedestrians and non-motorised transport
movement, public transport and para-transits, public transport routes, segregating/ dedicating lanes for
Heavy Occupancy Vehicle (HOV)/ commercial vehicle movement, freight terminals, if any
Pavement Cross Sections: Consultant has to design the pavement cross sections for all categories of
roads based on the projected traffic of the demarcated area. The traffic will form the basis for design of
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
17 | P a g e
pavement. Consultant has to advise on suitable pavement type depending on the site conditions and
soil California Bearing Ratio (CBR). The pavement shall be done strictly based on the provisions of
Indian Road Congress (IRC) and Ministry of Road Transport and Highways (MORTH) standards and
codes. Pavement shall be designed typically for repetition of wheel loads in terms of standard axles
over a design period as per IRC standards
Bridges and culverts shall be designed for IRC loading class 70 R and for seismic forces for appropriate
zones. All activities related to field studies, preliminary design and documentation shall be done as per
the latest guidelines/ circulars of MORTH and relevant publications of the IRC and Bureau of Indian
Standards (BIS). For aspects not covered by IRC and BIS, international standard practices, such as,
British and American Standards may be adopted
Geometric design: Road geometry should be designed based on IRC guidelines and international
codes also to be referred in case of any missing data. The preliminary design should support overall
drainage of the site. Latest design software like MX has to be used for the same. Design analysis and
any other software output have to be shared with the client
Drainage design: A detailed preliminary layout of the drainage to be decided and the same has to be
agreed with the client before final submission. This also has to be integrated with the existing drainage
around the site if any. The drainage design should be done for all surface and sub-surface drainage
including junctions. The existing data on rainfall, flood history, existing stream all has to be studied in
detail before preparing drainage plan
Junction Design: As part of the overall preliminary engineering of road network, the intersections have
to be designed based on the traffic projections. Consultants has to identify best suitable warrants for
major intersections in the study area including but not limited to signalised intersections, roundabouts,
grade separated interchanges, etc. Consultants have to provide preliminary designs based on projected
traffic for each of the development phases. Consultant should come out with innovative traffic
management techniques that help in reducing cost of construction such as state of art area level traffic
signalling system that increase the traffic handling capacity of intersections
The Consultant shall identify suitable locations for provision of bus bays, drop-offs and bus shelters on
the proposed road network. As far as possible, bus bays shall not be located on horizontal curves,
summit of vertical curves and bridges. Good visibility must be ensured. Further, the bus bays should not
be too close to major intersections. The length of each such bus bay shall also be indicated.
Apart from the above, the consultant will also have to take up the following as a part of preliminary
design report:
o Traffic circulation plan, utility relocation plan and layout of service road connections,
acceleration/ deceleration and sheltered lanes
o Planning and layout of protection works like retaining/ toe walls, pre-loading, ground treatment
based on geotechnical data, slope protection, bunds, embankments, and drains
o Preliminary design of structures like underpasses, flyovers, pedestrian underpasses/
crossings, railway over bridges (ROBs), indicating the approximate sections and General
Arrangement Drawing (GAD)
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
18 | P a g e
o Traffic management plan during construction period
o Road signing and marking plans, including over-head and variable message signs, Pavement
Markings, Safety Barriers, Railings, Delineators, Chevron Markings, Traffic Attenuators and
crash barriers
o Overall Circulation and Traffic Management System for entire site
The alignment design shall be verified for available sight distances as per the standard norms. The
provision of appropriate markings and signs shall be made wherever the existing site conditions do not
permit the adherence to the sight distance requirements as per the standard norms. The consultants
shall make detailed analysis of traffic flow and level of service for the existing road and workout the
traffic flow capacity for the improved project road. The requirement for separate climbing lanes along
steep gradients for heavy trucks shall be investigated and operational analysis shall be carried out for
the provision
The design drawings for geometric elements shall cover, but not be limited to the following major
heads:
o Site layout showing the proposed work (project schematic)
o Typical cross-sections
o Geometric design drawing of city roads which will include plan and profile
o Geometric design drawing of service roads which will include plan and profile
o Preparation of junction design
o Preparation of drainage layout and typical drain details
o Typical details of proposed culverts
o GADs of minor and major bridges and other structures
o Typical details of road protection works
o Road safety design
Task 7: 3D model and spatial database
All infrastructure, networks and facilities designed by the Consultant as part of this assignment shall be
consolidated as part of a spatial database for GIS, CAD and BIM applications. The Consultant shall
take approval of the Authority on the design of data scheme of the spatial database beforehand. Both
the 2D and 3D spatial data shall be stored in such spatial database for mapping, modelling and
analysis.
The Consultant shall propose the required specialist modelling software for facilitating high level
modelling analysis. While for transforming such modelled results into engineering layout plan the
Consultant shall make use of Autodesk Civil 3D or Map 3D.
The Consultant shall also prepare a 3D model of all infrastructure designed as part of the assignment.
The 3D model shall be developed using Autodesk Civil 3D, Map 3D and/ or InfraWorks. The Consultant
shall represent all aspects, details, alignments, materials, thicknesses, quantities, levels and
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
19 | P a g e
measurements as developed in preliminary design for roads and services. The Consultant shall use the
3D model to demonstrate the efficiency and cost effectiveness of the design.
Task 8: Submission of documents
The Consultant shall deliver four (4) copies of the final report along with soft copies of the report,
support calculations, survey data, etc. all complete
Phase – II: Detailed traffic and engineering designs
Detailed design will be taken for those projects, proposed in the transport plan by the Consultant, which
are approved by the Authority with each approved project treated as a separate project. The indicative
scope of work for Phase – II is as given below:
The Consultant shall prepare General Arrangement Drawings (GADs) and detailed drawings keeping in
view the economic and aesthetic consideration. The Consultant will be required to prepare alternative
schemes with cost associated with each alternative and suggest most economical and aesthetically
appreciable alternative to the Authority.
Each project identified above will be taken on individual level and a contractor will be appointed for
carrying out the infrastructure works. The scope of the Consultant shall be limited to design Review/
Modifications for design as per site conditions for each individual project.
The detailed tasks under this phase are as follows:
Task 1: Duties and responsibilities of the Consultant
The Consultant shall initiate, and actively pursue and involve itself in all investigations and enquiries,
consultations, studies, collection and compliance with pertinent information and data, convening of
and attendance at meetings, and in any other activities as are or may be necessary for producing
the detailed design, drawings and documents to the specified requirements.
The Consultant shall carry out the Services in accordance with its own methods, in compliance with
the provisions of the Agreement. Any and all changes necessary to ensure that the Consultant's
design, drawings and documents conform to the intent and purpose set out in the Agreement, shall
be made at the Consultant's own expense. The Consultant represents that it is a professional and
experienced consultant providing full consultancy services, and hereby agrees to bear full
responsibility for the correctness and technical merit of the services performed.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
20 | P a g e
Task 2: Services to be performed by the Consultant prior to the award of construction contracts
Task 2(i): Geotechnical Investigation
The Consultant shall study all subsurface data made available to it. The Consultant shall be
responsible for all-additional borings, geophysical survey, and field and laboratory tests that it may
require for the performance of the services. The cost of such additional investigations will be paid
separately on pro-rata basis on mutually agreed terms & conditions which shall be decided later.
The Consultant shall prepare a Geo-technical Survey Report incorporating the additional Geo-
technical data and shall submit to the Authority for acceptance.
The soil samples and rock cores obtained in the course of the additional geo-technical investigations
shall be delivered to the Authority by the Consultant on acceptance of the Geo-technical Survey
Report by the Authority
Task 2(ii): Design alternatives
The Consultant shall perform/develop Design Alternatives including for the substructure and
superstructure. The objective should be to reduce construction cost without adversely affecting
required transit system functions such as capacity, service life, reliability, economy of operation or
ease of maintenance and which shall not require any extension of design or construction time. There
may be changes in the structure at different locations due to site conditions and constraints. Design
alternatives are to be presented commencing from 2 weeks and completing within 4 weeks of the
Date of issue of Letter of Acceptance.
Each design alternative shall be presented in sufficient detail to clearly define the proposed design
alternative including:
o Proposed design alternative shall be clearly illustrated through sketches, drawings,
diagrams, calculations, published reports or other means that allow evaluation and
shall accompany the written description
o A detailed estimate of the amount of savings in construction cost
o If the design alternative is approved by the Authority, all further work of detailed
design, drawings, etc. will be done as per the approved alternative without any extra
cost to Authority
o All costs associated with this shall be included in the quoted price
Task 2(iii): Detailed Design
The Consultant shall completely design and detail the construction works (hereinafter referred to as
“the Works”), provide tender and contract drawings (for selection of contractor) and other documents
for the construction contract and be fully responsible for such design and detailing.
The Consultant shall incorporate in its design, the relevant seismic criteria and earthquake design,
as required by the design criteria.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
21 | P a g e
The Consultant shall include requirements for the construction contractor to prepare concrete
reinforcement bar bending schedules. The Consultant shall review and check these schedules.
The Consultant shall perform all civil and structural design within the contract limits as per GAD,
including, the preparation of calculations, drawings, specifications, bills of quantities (BOQs), cost
estimates and other documents as required but not limited to:
o General arrangement drawings
o Piers, piles/open /raft foundation, RE wall
o Bearing system, expansion joints
o Railing, crash barriers
o Detailed and typical sections
o Road geometry and road furniture
o Surface drainage plans
o Foul water drainage and pollution control facilities
o Traffic management plans and report
The Consultant shall co-ordinate its design with the relevant agencies and contractors
Task 2(iv): Permanent and temporary drainage
The Consultant shall design and detail the temporary and permanent drainage of the Works and
detail the connections of these Works to the existing drainage systems. The drainage systems to be
detailed as part of the design shall include but not be limited to:
o Other collection points to the appropriate sewer or drain of the drainage authority
o Systems for the surface water drainage of reinstated roadways, landscaped areas,
car parks and other paved areas associated with the Works and for the conveyance
of the surface water to the appropriate drainage system of the relevant drainage
authority; and
o Drainage systems for the conveyance of water from the road surface to discharge
points acceptable to the appropriate drainage authority.
Task 2(v): Utility identification and coordination
The Authority will assist the Consultant to liaise with the utility owning authorities for all the
necessary requirements for utility supply. The Consultant shall furnish relevant drawings and
documents required to obtain approval for construction from utility authorities.
The Consultant shall study and use the records and drawings of existing and planned utilities made
available by the Authority. The Consultant shall list all the utility conflicts discovered and inform the
Authority, in writing, of its recommendations for modifications and diversions.
The Consultant shall also be responsible for the co-ordination with the concerned authorities for the
design, diversions and modifications for enhancement of the utility capability due to the project
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
22 | P a g e
construction. The Consultant shall coordinate with and gather additional technical information after
the Authority has arranged the initial contact with the various utility authorities that are involved in
the Works. For any joint survey meeting, formal or informal, with the relative utility authority, the
Consultant shall prepare the required information, make a presentation, and prepare minutes of the
meeting according to the instructions of the Authority. All the correspondence, minutes of the
meeting, and information transmittals between the Authority, the Consultant, and the relative utility
authorities shall be written in English. If information is not sufficient for the detailed design, the
Consultant shall make recommendations / arrangements for additional surveys with prior intimation /
approval of the utility authority / the Authority and the cost for the same shall be deemed to be
included in the lump sum prices set forth in the Agreement.
The Consultant's recommendations shall take into account the design programme and other
implications such as cost effectiveness. The Authority will assist the Consultant in determining which
diversions must be carried out by the respective authorities; which utilities, if any, must be left
undisturbed; and what requirements or conditions must be observed such as maintaining flows,
protection and support, inspection and other matters essential to the planning, programming, and
execution of works for utilities within the Contract. The prime responsibility for all utility co-ordination
lies with the Consultant. The Consultant shall submit the utility diversion scheme prior to the
submission of GAD’s.
Task 2(vi): Area traffic management plans
The Consultant's responsibilities are to develop a detailed traffic management plan for the contract
area as may be affected by the construction work, and to provide assistance to Authority in liasing
with other Government and City agencies to gain acceptance of the proposals. The Consultant shall
also develop a comprehensive traffic management plan for the surrounding areas of the work, taking
into consideration the traffic generated because of the proposed work.
The principles of traffic management during construction are:
o to minimize the inconvenience of road users and the interruption to surface traffic
through the area impacted by the construction of the project;
o to ensure the safety of road users in the impacted area;
o to facilitate access to the construction site, and to maintain reasonable progress of
construction at the restricted areas; and
o to ensure traffic safety at the construction site
Task 2(vii): Preparation of cost estimates and BOQ
The cost estimates shall be prepared as per provisions of this RFP and as per below. These will be
used for the purpose of tendering process for selection of contractor(s):
o The description of items in BOQ should be consistent with the drawings and
specifications.
o The Consultant shall prepare detailed estimates for quantities and project cost
including rate analysis for the entire project, using local/ state/ applicable schedule of
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
23 | P a g e
rates. For items missing in the local/ state/ applicable schedule of rates, any other
mutually agreeable source(s) may be used. This may include inviting quotes from
suppliers.
o The estimation of quantities shall be based on detailed design of various components.
The estimation of quantities and costs shall be worked out separately for each
component.
o The Consultant shall make detailed analysis for computing the unit rates for the
different items of works. The unit rate analysis shall duly take into account the various
inputs and their basic rates, suggested location of plants and respective lead
distances for mechanized construction. The unit rate for each item of work shall be
worked out in terms of manpower, machinery and materials.
o The Consultant shall prepare BOQ of various components with a break up of cost for
each component separately. The Consultant may include provision for physical and
price contingencies, interest during construction and other financing costs,
preconstruction expenses, etc. Cost estimates should be prepared based on item rate
analysis and on prevalent market rates in the region.
o The project cost estimates so prepared are to be checked against rates for similar on-
going works in the surrounding region with reference to current State PWD schedule
of rates.
Task 2(viii): Tender documentation
The Authority will prepare the Tender Documents. However, the Consultant shall be responsible for
providing assistance in the form of preparation of the Scope of Work, Bill of Quantities, Cost
Estimate and Technical Specifications, Tender Drawings, etc. as required for each construction
contract package as part of the Scope of Work.
Task 2(ix): Amendments to Tender Documents
The Consultant shall provide additional design and other information not included in the Tender
Documents but as may be required by the Authority. This shall include, but not be limited to:
o Amendments as appropriate to the BoQ
o Assistance in conducting Pre-bid meetings and resolving queries of bidders
o Draft written replies to tenderers’ queries where relating to the Consultant’s design
o Addenda to tender documents and drawings
o Technical clarification for technical evaluation of the tender whenever required
Task 2(x): Contract Drawings
The Consultant shall submit to the Authority, prior to the award of each construction contract, a
complete set of "For Construction" contract drawings for that contract that has been produced as a
co-ordinated package. The Consultant shall also furnish a complete set of CAD file on CDs for
contract drawings. The CDs shall be fully compatible with the Authority’s computer system.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
24 | P a g e
The construction-drawings shall confirm to the tender drawings specification and BOQ. Any
deviation/variations with construction drawings as compared with the tender drawing shall be clearly
brought out in writing with reasons to seek approval, before execution
Task 3: Submission of documents
All date has to be submitted in Soft Copies – CDs. The Consultant shall deliver the drawings, and documents
as listed to the Authority, and tender packages as directed by the Authority as detailed below:
First Review Submission
1 full size (A-1) sets of mylar reproducible;
full size (A-1) sets of drawings;
half size (A-3) sets of drawings;
3 sets of draft BOQ’s
3 sets of draft specifications
3 sets of design calculations
3 sets of construction cost estimates
3 copies of the Design Report
3 copies of additional topographical surveys, field surveys, site investigations and utility surveys
Submission of Tender Drawings, BOQ’s, Cost Estimates and Specifications
One full size (A-1) set of mylar reproducible
12 sets of full size (A1) drawings
12 half size (A-3) sets of drawings
12 sets of Bills of Quantities
12 sets of Special specifications
3 sets of Cost Estimates
Final Review Submission
One full size (A-1) set of mylar reproducibles
3 full size (A-1) sets of drawings
3 half size (A-3) sets of drawings
3 sets of design calculations
3 copies of the Design Report
3 copies of the Construction Programme
3 copies of the Construction Cost Estimates
3 copies of the factual report on geo-technical investigations
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
25 | P a g e
3 copies of the Geotechnical Design Summary Report
Submission of Construction Drawings
8 sets of all conformed drawings marked "for Construction" including soft copies
Phase III: Project Management Consultancy (PMC) for proposed improvement interventions
Task 1: Services to be performed by the Consultant during construction
Services during construction shall be deemed to commence for each construction work.
Task 1(i) Contract drawings
Additional contract drawings or revisions to the contract drawings previously issued for construction
shall be prepared by the Consultant and submitted to the Authority. Where changes to the contract
drawings are required, the Consultant shall be responsible for preparing all data related to the
detailed design onto drawings to be issued to the Contractor. The Authority will then issue the
drawings to the contractor for construction of the Works.
Task 1(ii) Site meetings
The Consultant shall attend site meetings when requested by the Authority.
Task 1 (iii) Site Visits
At the request of the Authority, the Consultant shall visit the site to provide his expert opinion on the
performance, quality, progress, etc. of the Works and to report whether the work is progressing
generally as designed. The result of such visits shall be reported to the Authority immediately, if
urgent actions are required, and shall be included in the Consultant's monthly reports in all cases.
Task 1 (iv) As-Built Drawings of the Works
The Consultant shall review the contract record drawings and as-built information submitted by the
contractors to the Authority on a continuous basis prior to the issuance of the Certificate of
Completion for the construction contract. The Consultant shall prepare relevant calculations
reconciled with as-built conditions and information necessary for the maintenance of the works.
Task 1 (v) Liaison Work
The Consultant shall co-ordinate and liaise with all concerned local authorities, private and
Government agencies to obtain approvals, testing and clearances as deemed necessary, depending
on the conditions prevalent at site.
Task 2: Submission of "As-Built" Drawings
Three sets of "As-Built" drawings endorsed by the DDC
3 sets of Final Design Summary Report incorporating the reconciled calculations, if any including
soft copies
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
26 | P a g e
2.1 Timeline and payment milestone
1. Phase I: Preparation of transport plan for Greater Noida City
# Deliverable Timeline (t=0)
from signing of
LoA
Payment
1.1 Submission of Inception report T+1 month 20%
1.2 Current state assessment report must include all the
required details as mentioned under Phase 1- Task 1 within
the Terms of Reference (TOR) given in this document
T+4 months 30%
1.3 Urban transport development strategy including public
transport improvement plan, road network development plan,
parking plan, non-motorized transport facilities plan and
Mobility management measures as per requirements laid
down in Phase 1- Task 2 & Task 3 of TOR
T+6 months 20%
1.4 Implementation strategy including Preliminary design of all
roads and structures including overall circulation and traffic
management system as per requirements laid down in
Phase 1- Task 4, 5 & 6 of TOR
T+8 months 20%
1.5 Submission of consolidated data in spatial database for
GIS, CAD and BIM applications as per requirements laid
down in Phase 1- Task 7 of TOR
T+8 months 10%
2. Phase II: Detailed traffic and engineering designs
# Deliverable Timeline (t=0)
from Completion
of Phase I
Payment
2.1 Geotechnical investigation and design alternatives
based on the urban transportation and implementation
strategy developed during Phase I. This shall include
requirements laid down in Phase II – Task 1, 2 (I – II) of TOR
T+3 months 20%
2.2 Detailed designs. This shall include requirement as laid
down in the Phase II – Task 2 (III to VI) of TOR
T+9 months 50%
2.2 Detailed cost estimate and BOQ for tender
documentations and contract drawings as per requirements
laid down in Phase II-Task (VII-X) of TOR
T+11 months 20%
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
27 | P a g e
2.3 Submission of Tender Documents and consolidate data
as per requirements land down in Phase II – Task 2 VIII – X
& Task 3 of TOR
T+12 months 10%
* - 50% of the payment amount will be paid upon submission of the deliverable document/s due and
the balance 50% payment will be done only after approval of the particular deliverable by GNIDA.
# - Complete payment on first concept shall be initiated only after approval of the concept by the
Authority
i. In case of a delay in submission of deliverable/s by more than one (1) month and if the cause of
delay is solely attributed to the consultant, the Authority may impose a penalty of 2% of total cost of
amount payable at that deliverable per month of delay. The decision of the Authority shall be final
and binding
ii. All deliverables (including basis of various worksheets in soft form/any software) shall become the
property of GNIDA and shall be used by GNIDA as deemed fit. Soft copies of deliverables shall also
be furnished as required by GNIDA.
iii. The completion time of this consultancy is 8 months for Phase - I from issue of Letter of Acceptance.
For Phase – II, the completion time is 12 months for the completion of Phase – I. For Phase – III,
timeline, deliverables and payments shall be decided later.
2.2 Team
The Bidder will provide relevant workforce in sufficient numbers. The key team shall constitute of the
members as defined below:
# Position Qualifications and Experiences
1 Project
Manager
Post graduate degree in Planning or Project Management from a recognized
university
Experience of over 15 years in project management for large infrastructure
projects including road and metro projects, urban transport and regional
planning etc.
2 Senior
Transport
Planner
Post graduate degree in Transportation planning from recognized university
Over 7 years’ experience gained after acquiring qualification prescribed in the
field of Transportation Planning out of which at least 3 years must be as
Transportation Planner or equivalent post
Experience should include planning for green infrastructure, non-motorized
transport, multi-modal transport, etc.
3 Junior
Transport
Planner
Post graduate degree in Transportation Planning from a recognized university
Over 5 years’ experience gained after acquiring qualification prescribed in the
field of Transportation Planning
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
28 | P a g e
# Position Qualifications and Experiences
4 Urban
Planner
Post graduate degree in Urban/Regional Planning from a recognized
University
Over 5 years’ experience gained after acquiring qualification prescribed in the
field of Urban/Regional Planning
5 Traffic
surveyor
Post graduate degree in economics/statistics or Traffic engineer/Transport
planner
Experience of over 5 years in traffic surveys, data collection, data analysis and
economic modelling
6 Geologist/GIS
specialist
Post graduate degree in geology/geography/relevant discipline
Over 5 years’ experience in GIS mapping and modelling
7 Highway
Engineer
Post Graduate in Civil Engineering from a recognized university
Over 10 years’ experience in road design projects
8 Structural
Design
Engineer
Post Graduate in Civil Engineering (structures) from a recognized university
Over 10 years of experience of designing flyovers, underpass and bridges
Experience should include planning for green infrastructure, non-motorized
transport, multi-modal transport, etc.
The Bidder shall also provide supporting staff as required for the Project.
* For the purpose of evaluation the total marks scored in this section will be multiplied by 100%.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
29 | P a g e
3 Instructions to Bidders
3.1 General instructions
i. A Bidder is eligible to submit only one Application for the Project. A Bidder applying individually or as
a member of a consortium shall not be entitled to submit another application either individually or as
a member of any consortium, as the case may be.
ii. The Bidder shall initiate, and actively pursue and involve itself in all investigations and enquiries,
Authority feedbacks, information, convening of and attendance at meetings, and in any other
activities as are or may be necessary for producing high quality work as per the requirements.
iii. The Bidder shall carry out the services in compliance with the provisions of this Agreement. Any and
all changes necessary to ensure that the Bidder's documents conform to the intent and purpose set
out in the Agreement, shall be made at the Bidder's own expense. The Bidder represents that it is a
professional and experienced company providing services related to Appointment of Transport
planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida, and
hereby agrees to bear full responsibility for the correctness and technical merit of the services
performed.
iv. Bidders shall be evaluated on the basis of the Evaluation Criteria specified in this document. Bidders
shall be deemed to have understood and agreed that no explanation or justification for any aspect of
the Selection Process will be given and that GNIDA’s decisions are without any right of appeal
whatsoever.
v. The Bidder shall enclose with its e-Bid, scanned copies of its Financial Statements of the last two
financial years duly certified by a Chartered Accountant.
vi. Any entity which has been barred by the Central/State Government in India or by any entity
controlled by them, from participating in any project, and the bar subsists as on the date of Bid,
would not be eligible to submit an e - Bid.
vii. An Bidder should have, during the last three years, neither failed to perform on any agreement, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Bidder, nor been expelled from any project or agreement nor have had
any agreement terminated for breach by such Bidder.
viii. Bidders are encouraged to inform themselves fully about the assignment and the local conditions
before submitting the e-Bid by paying a visit to the Authority and/or by sending written queries to
GNIDA before the last date for receiving queries/clarifications.
ix. GNIDA shall not be liable for any omission, mistake or error on the part of the Bidder in respect of
any of the above or on account of any matter or thing arising out of or concerning or relating to e-Bid
or the Selection Process, including any error or mistake therein or in any information or data given by
GNIDA.
x. The Bidder shall quote their financial bid in the following format:
1. For Phase I, the Bidder shall quote all-inclusive lump sum price (including all taxes)
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
30 | P a g e
2. For Phase II, the Bidder shall quote percentage (%) of total cost of selected projects
(including all taxes). Final remuneration/payment to the Consultant for Phase II shall be
decided based on the total cost of selected projects and calculated as follows:
A. Total cost of projects 0 – 50 Cr = X (percentage of total cost of selected projects)
B. Total cost of projects 50 – 100 Cr = .8X (percentage of total cost of selected projects)
C. Total cost of projects 100 – 150 Cr = .6X (percentage of total cost of selected projects)
D. Total cost of projects 150 Cr+ = .4X (percentage of total cost of selected projects)
Total payment shall be calculated as: A + B (it applicable) + C (if applicable)
(Note: For financial evaluation, we would take the tentative cost of total projects selected for
phase II as 75 crore)
xi. The quoted rate shall be fixed and not subject to any escalation whatsoever during the period of
execution of the Contract including the extended period, if any.
3.1.1 Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and
their participation in the Bidding Process. The Authority will not be responsible or in any way liable for
such costs, regardless of the conduct or outcome of the Bidding Process.
3.1.2 Acknowledgement by Bidder
It shall be deemed that by submitting the e-Bid, the Bidder has:
made a complete and careful examination of the e-Bid;
received all relevant information requested from GNIDA;
acknowledged and accepted the risk of inadequacy, error or mistake in the information provided
in the e-Bid or furnished by or on behalf of GNIDA;
satisfied itself about all matters, things and information, necessary and required for submitting
an informed Application and performance of all of its obligations thereunder;
acknowledged that it does not have a Conflict of Interest; and
agreed to be bound by the undertaking provided by it under and in terms hereof.
3.1.3 Availability of Bid Document
This Bid document is available on the web site http://etender.up.nic.in and on Greater Noida Authority website
www.greaternoidaauthority.in at E-link and Corporation's website www.uplc.in to enable the Bidders to view,
download the e-Bid document and submit e-Bids online up to the last date and time mentioned in e-Bidder
notice/ e-Bid document. The Bidder`s shall have to pay e-Bid document fee and EMD as mentioned in Data
sheet. The scanned copy of RTGS with transaction ID certified by the same bank must be enclosed along with
the e-Bid. This e-Bid document fee will be non-refundable. Bid without Bid fee in the prescribe form will not be
accepted.
3.1.4 Clarifications of e-Bid
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
31 | P a g e
i. During evaluation of e-Bid, the Authority may, at its discretion, ask the Bidder for a clarification of
his/her e-Bid. The request for clarification shall be in writing.
ii. In case the Bidder seeks for any queries, he shall send letter or e-mail to the correspondence
address given in Data Sheet
iii. However, the Authority shall not entertain any correspondence from the Bidders during the period of
e-Bid opening to selection of the successful Bidder. Any wrong practice shall be dealt in accordance
with the section 4.1.7 of this e-Bid document under Fraud and Corrupt Practices.
3.1.5 Amendment of e-Bid Document
i. At any time prior to the deadline for submission of e-Bid, the Authority may, for any reason, whether
at its on in iterative or in response to a clarification requested by a prospective Bidder, modify the e-
Bid document by amendments. Such amendments shall be uploaded on the e-procurement website
http://etender.up.nic.in, Greater Noida Authority web site at E-link and Corporation's website
www.uplc.in through corrigendum and form an integral part of e-Bid document. The relevant clauses
of the e-Bid document shall be treated as amended accordingly.
ii. It shall be the sole responsibility of the prospective Bidder to check the web site http//etender.up.nic.in
or corporation's website www.uplc.in from time to time for any amendment in the e-Bid documents.
In case of failure to get the amendments, if any, the Authority shall not be responsible for it.
iii. In order to allow prospective e-Bids a reasonable time to take the amendment into account in
preparing their e-Bids, the Authority, at the discretion, may extend the deadline for the submission of
e-Bids. Such extensions shall be uploaded on the e-procurement website http://etender.up.nic.in,
and Corporation's website www.uplc.in.
3.2 Preparation and submission of Bids
3.2.1 Language of e-Bid
The e-Bid prepared by the Bidder, as well as all correspondence and documents relating to the e-Bid
exchanged by the Bidder and the Authority shall be written either in English or Hindi language. The
correspondence and documents in Hindi must be accompanied by embedded/separate Hindi font files. Only
English numerals shall be used in the e-Bid.
3.2.2 Documents constituting the e-Bid
The e-Bid prepared by the Bidder shall comprise the following components:
a) Technical e-Bid- Technical e-Bid will comprise of :
i) Fee details - Details of Bid processing fee and prescribed EMD
ii) Eligibility details- Includes copies of required documents in PDF format justifying that the Bidder
is qualified to perform the contract if his/her bid is accepted and the Bidder has financial &
technical capability necessary to perform the contract and meets the criteria outlined in the
Qualification requirement and technical specification and fulfill all the conditions of the contract.
iii) Technical evaluation: Details of all documents needed for Technical evaluation as mentioned in
this RFP
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
32 | P a g e
b) Financial e-Bid – Financial Bid as per the prescribed format given in Appendix 5.6
3.2.3 Documents establishing Bidder's Qualification
i) The Bidder shall furnish, as part of its technical e-Bid, documents establishing the Bidder's
qualification to perform the contract if its e-Bid is accepted. The documentary evidence should be
submitted by the Bidder electronically in the PDF format.
ii) The documentary evidence of Bidder's qualification to perform the contract if its e-Bid is accepted
shall be as per qualification requirements specified in e-Bid document.
3.2.4 E-Bid form
The Bidder shall complete the e-Bid form and the appropriate price schedule/BOQ furnished in the e-
Bid document.
3.2.5 E-Bid currency
Prices shall be quoted in Indian Rupees only.
3.2.6 Formats and Signing of e-Bid.
i) The Bidder shall prepare one electronic copy of the technical e-Bid and financial e-Bid separately.
ii) The e-Bid document shall be digitally signed, at the time of uploading, by the Bidder or a person or
persons duly authorized to bind the Bidder to the contract. The latter’s authorization shall be
supported by attaching a scanned copy of valid proof of authorization like Power of Attorney/Board
Resolution etc.
3.2.7 Deadline for submission of e-Bid
E-Bid (Technical and Financial) must be submitted by the Bidder at e-procurement website
http://etender.up.nic.in not later than the time specified on the prescribed date (as the server time
displayed in the e-procurement website).The Authority may, at its discretion, extend this deadline for
submission of e-Bid by amending the e-Bid document, in which case all rights and obligations of the
Authority and Bidders previously subject to the deadline will thereafter be subject to the deadline as
extended.
3.2.8 Submission of e-Bid
i) The bid submission module of e-procurement website http://etender.up.nic.in enables the Bidders to
submit the e-Bid online in response to this e-Bid published by the Authority.
ii) Bid submission can be done only from the bid submission start date and time till the bid submission
end date and time given in the e-Bid. Bidders should start the bid submission process well in advance
so that they can submit their e-Bid in time.
iii) The Bidder should submit their e-Bid considering the server time displayed in the e- procurement
website. This server time is the time by which the e-Bid submission activity will be allowed till the
permissible time on the last/end date of submission indicated in the e-Bid schedule.
iv) Once the e-Bid submission date and time is over, the Bidders cannot submit their e-Bid. For delay in
submission of e-Bid due to any reasons, the Bidders shall only be held responsible.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
33 | P a g e
The Bidders have to follow the following instructions for submission of their e-Bid:
i) For participating in e-Bid through the e-Biding system it is necessary for the Bidders to be the
registered users of the e-procurement website http://etender.up.nic.in. The Bidders must obtain a user
login Id and password by registering themselves with U.P. Electronics Corporation Ltd., Lucknow if
they have not done so previously for registration.
ii) In addition to the normal registration, the Bidder has to register with his/her digital signature certificate
(DSC) in the e-Biding system and subsequently he/she will be allowed to carry out his/her e-Bid
submission activities. Registering the digital signature certificate (DSC) is a one-time activity. Before
proceeding to register his/her DSC, the Bidder should first log on to the e-Biding system using the user
login option on the home page with the login Id and password with which he/she has registered.
For successful registration of DSC on e-procurement website http://etender.up.nic.in the Bidder must
ensure that he/she should possess class-2/class-3 DSC issued by any certifying authorities approved
by controller of certifying authorities, Government of India, as the e-procurement website
http://etender.up.nic.in is presently accepting DSC issued by these authorities only. The Bidder can
obtain user login Id and perform DSC registration exercise given above even before the e-Bid
submission date starts. The Authority shall not be held responsible if the Bidder tries to submit his/her
e-Bid at the moment before end date of submission but could not submit due to DSC registration
problem.
iii) The Bidder can search for active Bids through "search active tenders" link, select a Bid in which he/she
is interested in and then move it to 'My Tenders' folder using the options available in the e-Bid
submission menu. After selecting and the Bid, for which the Bidder intends to e-Bid, from "My tenders"
folder, the Bidder can place his/her e-Bid by clicking "pay offline" option available at the end of the
view Bid details form. The Bidder should keep all the documents ready as per the requirements of e-
Bid document in the PDF as per formats given in the RFQ cum RFP document.
iv) After clicking the 'pay offline' option, the Bidder will be redirected to terms and conditions page. The
Bidder should read the terms & conditions before proceeding to fill in the Bid fee and EMD offline
payment details. After entering and saving the Bid fee and EMD details form so that "bid document
preparation and submission" window appears to upload the documents as per technical and financial
schedules/packets given in the Bid details. The details of the RTGS should tally with the details
available in the scanned copy and the date entered during e-Bid submission time otherwise the e-Bid
submitted will not be accepted.
v) Next the Bidder should upload the technical e-Bid documents for fee details (e-Bid fee and EMD),
Qualification details. Before uploading, the Bidder has to select the relevant digital signature certificate.
He may be prompted to enter the digital signature certificate password, if necessary. For uploading,
the Bidder should click "browse" button against each document label in technical and financial
schedules/packets and then upload the relevant PDF files already prepared and stored in the Bidder's
computer. The required documents for each document label of technical and financial schedules can
be clubbed together to make single different files for each label.
vi) The Bidder should click "Encrypt" next for successfully encrypting and uploading of required
documents. during the above process, the e-Bid document are digitally signed using the DSC of the
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
34 | P a g e
Bidder and then the documents are encrypted/locked electronically with the DSC's of the bid openers
to ensure that the e-Bid documents are protected, stored and opened by concerned bid openers only.
vii) After successful submission of e-Bid document, a page giving the summary of e-Bid submission will
be displayed confirming end of e-Bid submission process. The Bidder can take a printout of the bid
summary using the "print" option available in the window as an acknowledgement for future reference.
viii) Authority reserves the right to cancel any or all e-Bids without assigning any reason.
3.2.9 Late e-Bid
i) Bids received by the Authority after the specified time on the Bid Due Date shall not be eligible for
consideration and shall be summarily rejected.
ii) The server time indicated in the bid management window on the e- procurement website
http://etender.up.nic.in will be the time by which the e-Bid submission activity will be allowed till the
permissible date and time scheduled in the e-Bid.
iii) Once the e-Bid submission date and time is over, the Bidder cannot submit his/her e-Bid. Bidder has
to start the bid submission well in advance so that the submission process passes off smoothly. The
Bidder will only be held responsible if his/her e-Bid is not submitted in time due to any of his/her
problems/faults, for whatsoever reason, during e-Bid submission process.
3.2.10 Withdrawal and resubmission of e-Bid
i) At any point of time, a Bidder can withdraw his/her e-Bid submitted online before the bid submission
end date and time. For withdrawing the Bidder should first log in using his/her login id and password
and subsequently by his/her digital signature certificate on the e-procurement website
http://etender.up.nic.in. The Bidder should then select "My bids" option in the bid submission menu.
The page listing all the bids submitted by the Bidder will be displayed. Click "View" to see the details
of the bid to be withdrawn. After selecting the "bid withdrawal" option the Bidder has to click "Yes" to
the message "Do you want to withdraw this bid?" displayed in the bid information window for the
selected bid. The Bidder also has to enter the bid withdrawing reasons and upload the letter giving the
reasons for withdrawing before clicking the "Submit" button. The Bidder has to confirm again by
pressing "OK" button before finally withdrawing his/her selected e-Bid.
ii) No e-Bid may be withdrawn in the interval between the deadline for submission of e-Bids and the
expiration of period of e- bid validity. Withdrawal of an e-Bid during this interval may result in the
forfeiting of Bidder's e-Bid security.
iii) The Bidder can re-submit his/her e-Bid as when required till the e-Bid submission end date and time.
The e-Bid submitted earlier will be replaced by the new one. The payment made by the Bidder earlier
will be used for revised e-Bid and the new e-Bid submission summary generated after the successful
submission of the revised e-Bid will considered for evaluation purposes. For resubmission, the Bidder
should first log in using his/her login Id and password and subsequently by his/her digital signature
certificate on the e-procurement website http://etender.up.nic.in. The Bidder should then select "My
bids" option in the bid submission menu. The page listing all the bids submitted by the Bidder will be
displayed. Click "View" to see the detail of the e-Bid to be resubmitted. After selecting the "bid
resubmission" option, click "Encrypt & upload" to upload the revised e-Bids documents.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
35 | P a g e
iv) The Bidder can submit their revised e-Bids as many times as possible by uploading their e-Bid
documents within the scheduled date & time for submission of e-Bids.
v) No e-Bid can be resubmitted subsequently after the deadline for submission of e-Bids.
3.2.11 Authority's right to accept any e-Bid and to reject any or all e-Bids.
i) Notwithstanding anything contained in this e-Bid, GNIDA reserves the right to accept or reject any Bid
and to annul the Selection Process and reject all Bids, at any time without any liability or any obligation
for such acceptance, rejection or annulment, and without assigning any reasons thereof.
ii) The Authority reserves the right to reject any Bid if:
At any time, a material misrepresentation is made or uncovered, or
The Bidder does not provide, within the time specified by GNIDA, the supplemental information
sought by GNIDA for evaluation of the e-Bid.
iii) Such misrepresentation/ improper response may lead to the disqualification of the Bidder. If such
disqualification /rejection occurs after the e-Bid have been opened and the highest ranking Bidder gets
disqualified / rejected, then the Authority reserves the right to consider the next best Bidder, or take
any other measure as may be deemed fit in the sole discretion of the Authority, including annulment
of the Selection Process.
3.2.12 Period of validity of e-Bid
i) e-Bid shall remain valid for 90 days after the date of e-Bid opening prescribed by the Authority. An e-
Bid valid for a shorter period shall be rejected by the Authority as non-responsive.
ii) In exceptional circumstances, the Authority may solicit the Bidder's consent to an extension of the
period of e-Bid validity. The request and the response thereto shall be made in writing. A Bidder may
refuse the request without forfeiting its e-Bid security. A Bidder granting the request will not be required
nor permitted to modify its e-Bid.
3.2.13 Correspondence with the Bidder
i) Save and except as provided in this e-Bid, the Authority shall not entertain any correspondence with
any Bidder or its Technical Partners in relation to acceptance or rejection of any e-Bid.
ii) Subject to Clause 3.4.6 no Bidders or its Technical Partners shall contact GNIDA on any matter relating
to his e-Bid from the time of Bid opening to the time contract is awarded.
iii) Any effort by the Bidder or by its Technical Partners to influence GNIDA in the Bid evaluation, Bid
comparison or contract award decisions, may result in the rejection of his Bid.
3.3 Earnest Money Deposit
i) The Bid document should be accompanied with an Ernest Money Deposit (EMD) of INR 50,000/- paid
as mentioned in the data sheet of this document.
ii) Any e-Bid not secured in accordance with above shall be treated as non-responsive and rejected by
the Authority.
iii) Unsuccessful Bidder's EMD will be returned promptly as possible after opening of the Price Bid.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
36 | P a g e
iv) The successful Bidder's e-Bid EMD will be adjusted with Performance Security to be submitted by the
Bidder upon signing the contract.
v) The EMD may be forfeited:
a) If Bidder (i) withdraws its e-Bid during the period of e-Bid validity specified by the Bidder on
the e- bid form: or (ii) does not accept the correction of errors or (iii) modifies its e-Bid price
during the period of e-Bid validity specified by the Bidder on the form.
b) In case of a successful Bidder, if the Bidder fails to sign the contract with the Authority.
3.4 Opening and evaluation of Bids
1. Opening of technical e-Bid by the Authority
i) The Authority will open all technical e-Bids, in the presence of Bidder`s representatives who
choose to attend at 11:00 AM on the prescribed date of opening at System cell office Sector-
Gamma-II, Greater Noida. The Bidder's representatives who are present shall sign a register
evidencing their attendance. In the event of the specified date e-Bid opening being declared a
holiday for the Authority, the e –bids shall be opened at the appointed time and place on the next
working day.
ii) The Bidder who is participating in e-Bid should ensure that the RTGS of Bid Processing Fee and
EMD must be submitted in the prescribed account of GNIDA within the duration (strictly within
opening & closing date and time of individual e-Bid) of the work as mentioned in Bid notice,
otherwise, in any case, e-Bid shall be rejected.
iii) The Bidders names and the presence or absence of requisite e-Bid security and such other details
as the Authority at its discretion may consider appropriate, will be announced at the opening. The
names of such Bidders not meeting the technical specifications and qualification requirement shall
be notified subsequently.
iv) The Authority will prepare minutes of e-Bid opening.
3.4.1 Opening of financial e-Bid
i) After evaluation of technical e-Bid, through the evaluation committee the Authority shall notify
those Bidders whose technical e-Bids were considered non-responsive to the conditions of the
contract and not meeting the technical specifications and qualification requirements indicating that
their financial e-Bids will not be opened.
ii) The Authority will simultaneously notify the Bidders, whose technical e-Bids were considered
acceptable to the Authority. The notification may sent by e-mail provided by Bidder.
iii) The financial e-Bids of technically qualified Bidders shall be opened in the presence of Bidders
who choose to attend. The date and time for opening of financial bids will be communicated to the
technically qualified Bidders subsequently after completion of technical bids evaluation through e-
mail provided by the Bidder. The name of Bidders, percentage price quoted for various items etc.
will be announced at the meeting.
iv) The Authority will prepare the minutes of the e-Bid opening.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
37 | P a g e
3.4.2 Correction of Errors
i) Financial Bids determined to be responsive will be checked by GNIDA for any arithmetic errors.
Where there is a discrepancy between the rate quoted in the Financial Bid, in figures and in words,
the amount in words will prevail over the amounts in figures, to the extent of such discrepancy.
ii) The amount stated in the Financial Bid will be adjusted by GNIDA in accordance with the above
procedure for the correction of errors and shall be considered as binding upon the Bidder. If the
Bidder does not accept the corrected quoted rate of e-Bid, his e-Bid will be rejected, and his Bid
Security shall be liable for forfeiture in accordance with Clause 3.3v).
3.4.3 Conditions of eligibility of Bidders
Bidders must carefully examine the eligibility criteria as mentioned below. The Bidder has to meet all the
eligibility criteria set out to be eligible for technical & financial evaluation.
A. Presence in Delhi/NCR: The Applicant must have a fully functional office in Delhi/NCR.
B. Financial Capacity: The Applicant must have an average annual turnover (from consultancy services)
of at least INR 20 crore in the last three financial years (2013-14, 2014-15 & 2015-16).
C. Technical Capacity: The Applicant must have the following experience
Experience of transport planning including traffic surveys, demand forecasting, GIS mapping, etc. in
the last 5 years for road sector projects - at least 2 projects
Experience of preparing Detailed Project Reports for Roads/Highways or similar projects in the last 5
years – at least 1 project
Experience of preparing Comprehensive Mobility Plans/Regional level transport network plans for
cities in the last 8 years – at least 1 project
Experience of Detailed Design (infrastructure pertaining to traffic/transport planning) Consultancy in
the last 5 years (including experience of support related to detailed design during construction) - at
least 4 projects
3.4.4 Evaluation criteria of e-Bids
i) The Technical Bid will be evaluated as per the criteria defined below and the ranking will be done from
highest to lowest.
# Criteria Maximum
Marks
Documents to be
Submitted
1 Firm’s Relevant Experience/Technical expertise
Experience of transport planning including traffic
surveys, demand forecasting, GIS mapping, etc. in
the last 5 years for road sector projects. (2 – 4
Projects: 10 Marks, 4 – 6: 15 Marks, More than 6: 20
Marks)
50 Work
Orders/Completion
Certificate/Declaration
by the firm duly
signed by authorized
signatory
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
38 | P a g e
Experience of preparing Detailed Project Reports for
Roads/Highways or similar projects in the last 5
years. (1-2 Projects: 5 Marks, More than 2 Projects:
10 Marks)
Experience of preparing Comprehensive Mobility
Plans/regional level transport network plans in the last
8 years. (Less than 2 Projects: 5 Marks, more than 2
Projects: 10 Marks)
Experience of Detailed Design Consultancy in the last
5 years (including experience of support related to
detailed design during construction) (Less than 6
Projects: 5 Marks, More than 6 Projects: 10 Marks)
2 Relevant Experience of the Key Personnel
Project Manager : 8 Marks
Senior Transport Planner : 8 MarksJunior
Transport Planner : 4 Marks
Junior Transport Planner : 4 Marks
Urban Planner: 4 Marks
Traffic surveyor : 4 Marks
Geologist/GIS specialist : 4 Marks
Highway Engineer : 4 Marks
Structural Design Engineer : 4 Marks
The number of marks to be assigned to shall be
determined considering the following three sub-criteria
and relevant percentage weights:
1. General qualifications (general education, training,
and experience): 25% weightage
2. Adequacy for the Project (relevant education, training,
experience in Similar Projects ) : 50% weightage
3. Years of experience in similar role: 25% weightage
40 Filled : Form - 5: CV
format
Curriculum Vitae of
key personnel
3 Technical Presentation
Bidder’s capability, understanding, approach and
methodology, appreciation of requirements.
10
Grand Total 100
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
39 | P a g e
3.4.5 Method of Selection of Consultant:
i) Quality cum Cost Based Selection (QCBS) shall be the basis of evaluation to ensure high technical skill
in selection of consultants. A minimum technical score of 70% is fixed as qualifying technical score.
ii) The Financial Proposals shall be opened for only those Bidders who score a minimum of 70% in Technical
evaluation as per the above-defined technical evaluation criteria.
iii) Financial Proposals/Bids for all the technically qualified Bidders will be ranked as L1, L2 and so forth.
iv) The Bidder with the lease cost proposal (L1) shall be selected and his Bid finalized after negotiation, if
required. L1 Bidder shall be awarded the contract.
v) Financial Bids shall be opened publicly in the presence of the Bidder’s representatives who choose to
attend on the date as mentioned in the Data Sheet.
vi) The Evaluation Committee will correct any computational errors.
3.4.6 Contacting the Authority
vii) No Bidder shall contact the Authority on any matter relating to his/her e-Bid, from the time of the e-Bid
opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the
notice of the Authority, he/she can do so in writing.
viii) Any effort by a Bidder to influence the Authority in its decisions on e-Bid evaluation, e- bid comparison or
contract award may result in rejection of the Bidder's e-Bid.
ix) In the event of any information furnished by the Bidder is found false or fabricated, the minimum
punishment shall be debarring /blacklisting from Greater Noida works and legal proceeding can also be
initiated.
3.5 Award of Contract
3.5.1 Award Criteria
i) The final Letter of Acceptance (LoA) will be given to the selected Bidder who secures maximum marks
based on the Evaluation Criteria of Bids laid in Clause 3.4.4.
ii) The Authority will award the contract to the successful Bidder whose bid has been determined to be
responsive to all the conditions of the contract and meeting the eligibility requirement of the bidding
document.
3.5.2 Notification of award
i) Prior to the expiration of the period of e-Bid validity, the Authority will notify the successful Bidder in writing,
by letter/e-mail/fax, that its e-Bid has been accepted.
ii) The notification of award will constitute the formation of the contract.
3.5.3 Performance Security
Prior to award of contract, to fulfill the requirement of performance security during the implementation period,
the successful Bidder will deposit Performance Security amount equivalent to as mentioned in the Data
Sheet of the financial Bid value in the form of Bank Guarantee drawn on any Nationalized Bank in favor of
GNIDA valid for six months after completion of the Project.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
40 | P a g e
Before the contract is awarded to the Consultant, an agreement (to be given later) will have to be signed by
the Consultant at his cost on proper stamp paper
3.5.4 Signing of contract
At the same time as the Authority notifies the successful Bidder that it’s e-Bid has been accepted, the
successful Bidder shall have to sign the contract agreement with relevant documents. The agreement draft
along with other related terms and conditions will be same as furnished in this e-Bid. Any refusal will not be
allowed.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
41 | P a g e
4 General Condition of Contract
4.1 General Provisions
4.1.1 Definitions
i) Unless the context otherwise requires, the following terms whenever used in this Contract have the
following meanings:
a) “Consultant” means any private or public entity that will provide the Services to the Authority
(“the Client”) under the Contract
b) “Contract” means the Contract signed by the Parties and all the attached documents, if any
c) “Government” means the Government of the Client’s country/state
d) “Party” means the Client or the Bidder, as the case may be, and “Parties” means both of them
4.1.2 Law Governing Contract
i) This Contract, its meaning and interpretation, and the relation between the Parties shall be governed
by the Applicable Law.
4.1.3 Language
i) This Contract has been executed in English language, which shall be the binding and controlling
language for all matters relating to the meaning or interpretation of this Contract.
4.1.4 Notices
i) Any notice, request or consent required or permitted to be given or made pursuant to this Contract
shall be in writing. Any such notice, request or consent shall be deemed to have been given or
made when delivered in person to an authorized representative of the Party to whom the
communication is addressed.
ii) A Party may change its address for notice hereunder by giving the other Party notice in writing of
such change to the address.
4.1.5 Authorized Representatives
i) Any action required or permitted to be taken, and any document required or permitted to be executed
under this Contract by the Client or the Advisor may be taken or executed by the officials specified in
the Contract.
4.1.6 Taxes and duties
i) TDS shall be deducted and deposited by the Authority and Service Tax shall be paid by the Authority
separately on the professional fee agreed as part of this Contract.
4.1.7 Fraud and Corruption
i) Definitions: defines, for the purpose of this provision, the terms set forth below as follows:
a) “corrupt practice” means the offering, receiving, or soliciting, directly or indirectly, of anything of
value to influence the action of a public official in the selection process or in contract execution;
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
42 | P a g e
b) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a
selection process or the execution of a contract;
c) “collusive practices” means a scheme or arrangement between two or more Bidders, with or
without the knowledge of the Client, designed to establish prices at artificial, non-competitive
levels;
d) “coercive practices” means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in a procurement process, or affect the execution of a
contract.
ii) Measures to be taken
a) The Client will cancel the contract if representatives of the Consultant are engaged in corrupt,
fraudulent, collusive or coercive practices during the selection process or the execution of the
contract;
b) The Client will sanction the Consultant, including declaring the Consultant ineligible, either
indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that
the Consultant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for, or in executing, the said contract.
4.1.8 Limitation of Liability
i) The Contract will require that the aggregate liability of the Consultant under this Contract, or otherwise in
connection with the services to be performed hereunder, shall in no event exceed the total fees payable
to the Consultant hereunder. The preceding limitation shall not apply to liability arising as a result of the
Consultant's fraud in performance of the services hereunder.
4.2 Commencement, Completion, Modification and Termination of Contract
4.2.1 Effectiveness of Contract
i) This Contract shall come into effect from the date the Contract is signed by both Parties. The date the
Contract comes into effect is defined as the Effective Date.
4.2.2 Commencement of Services
i) The Consultant shall begin carrying out the Services not later than 15 days after the Effective Date
specified in the RFP or the Contract.
4.2.3 Expiration of Contract
i) Unless terminated earlier pursuant to GC Clause 4.2.6 hereof, this Contract shall expire at the end of such
time period after the Effective Date as specified in the RFP or the Contract.
4.2.4 Modifications or Variations
i) Any modification or variation of the terms and conditions of this Contract, including any modification or
variation of the scope of the Services, may only be made by written agreement between the Parties.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
43 | P a g e
4.2.5 Force Majeure
i) Definition
For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control
of a Party and which makes a Party’s performance of its obligations under the Contract impossible or so
impractical as to be considered impossible under the circumstances.
ii) No Breach of Contract
The failure of a Party to fulfil any of its obligations under the Contract shall not be considered to be a
breach of, or default, under this Contract insofar as such inability arises from an event of Force Majeure,
provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and
reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b)
has informed the other Party as soon as possible about the occurrence of such an event.
iii) Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be
extended for a period equal to the time during which such Party was unable to perform such action as a
result of Force Majeure.
iv) Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the
Advisor shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed
for additional costs reasonably and necessarily incurred by them during such period for the purposes of
the Services and in reactivating the Service after the end of such period.
4.2.6 Termination
Either Party may terminate this Agreement with immediate effect by serving prior written notice to the other
party if services are not possible to be rendered as per applicable laws or professional obligations.
i) By the Authority
The Authority may terminate this Contract in case of the occurrence of any of the events specified in
paragraphs (a) through (i) of this GC Clause 4.2.6.i). In such an occurrence the Client shall give a not
less than thirty (30) days’ written notice of termination to the Consultant, and sixty (60) days’ in the case
of the event referred to in (e).
a) If the Consultant does not remedy a failure in the performance of their obligations under the
Contract, within thirty (30) days after being notified or within any further period as the Client may
have subsequently approved in writing.
b) If the Consultant becomes insolvent or bankrupt.
c) If the Consultant, in the judgment of the Client has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract.
d) If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the
Services for a period of not less than sixty (60) days.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
44 | P a g e
e) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this
Contract.
f) If the Consultant fails to comply with any final decision reached as a result of arbitration
proceedings pursuant to GC Clause 4.3.ii) hereof.
ii) By the Consultant
The Consultant may terminate this Contract, by not less than thirty (30) days’ written notice to the Authority,
such notice to be given after the occurrence of any of the events specified in paragraphs (a) through (d) of
this GC Clause 4.2.6.ii):
a) If the Client fails to pay any money due to the Consultant pursuant to this Contract and not subject
to dispute pursuant to GC Clause 4.6 hereof within forty-five (45) days after receiving written notice
from the Consultant that such payment is overdue.
b) If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the
Services for a period of not less than sixty (60) days.
c) If the Client fails to comply with any final decision reached as a result of arbitration pursuant to GC
Clause 4.3.2 hereof.
iii) Payment upon Termination
Upon termination of this Contract pursuant to GC Clauses 4.2.6.i) or 4.2.6.ii), the Client shall make the
following payments to the Consultant:
a) payment pursuant to GC Clause 4.5 for Services satisfactorily performed prior to the effective date of
termination;
b) except in the case of termination pursuant to paragraphs (a) through (c), and (f) of GC Clause
4.2.6.i), reimbursement of any reasonable cost incident to the prompt and orderly termination of the
Contract, including the cost of the return travel of the Personnel and their eligible dependents.
4.3 Obligation of the Consultant
4.3.1 Standard of Performance
The Consultant shall perform the Services and carry out their obligations hereunder with all due diligence,
efficiency and economy, in accordance with generally accepted professional standards and practices, and
shall observe sound management practices, and employ appropriate technology and safe and effective
equipment, machinery, materials and methods. The Consultant shall always act, in respect of any matter
relating to this Contract or to the Services, as faithful advisers to the Client, and shall at all times support
and safeguard the Client’s legitimate interests in any dealings with third Parties.
4.3.2 Confidentiality
Except with the prior written consent of the Client, the Consultant and the Personnel shall not at any time
communicate to any person or entity any confidential information acquired in the course of the Services,
nor shall the Consultant and the Personnel make public the recommendations formulated in the course
of, or as a result of, the Services. Except as otherwise permitted by this Agreement, neither of the parties
may disclose to third parties the contents of this Agreement or any information/report/advice provided by
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
45 | P a g e
or on behalf of the other that ought reasonably to be treated as confidential and/or proprietary. Parties
may, however, disclose such confidential information to the extent that it: (a) is or becomes public other
than through a breach of this Agreement, (b) is subsequently received by the receiving party from a third
party who, to the receiving party’s knowledge, owes no obligation of confidentiality to the disclosing party
with respect to that information, (c) was known to the receiving party at the time of disclosure or is
thereafter created independently, (d) is disclosed as necessary to enforce the receiving party’s rights
under this Agreement, or (e) must be disclosed under applicable law, legal process or professional
regulations. These obligations shall be valid for a period of 3 years from the date of termination of this
Agreement.
4.3.3 Documents prepared by the Consultant to be the property of the Authority
a) All plans, drawings, specifications, designs, reports, other documents and software submitted by the
Consultant under this Contract shall become and remain the property of the Client, and the Consultant
shall, not later than upon termination or expiration of this Contract, deliver all such documents to the
Client, together with a detailed inventory thereof.
b) The Consultant may retain a copy of such documents and software. Restrictions about the future use of
these documents, if any, shall be specified in the Contract.
c) Notwithstanding the above, it is agreed that nothing contained herein above shall be applicable to
Consultant's pre-existing materials and working papers (i.e Materials owned by the Consultant which
were created and developed prior to this Agreement without direct reference to the deliverables under
this Agreement) which may now be incorporated by the Consultant into the final deliverables/reports or
the like, supplied to the Client hereunder in the course of delivering the Services pursuant to this
Agreement. However, in the event any such pre-existing material is used in the deliverables/reports
provided to the Client by the Consultant, the Consultant hereby agrees to grant the Client an irrevocable,
non-transferable, non-exclusive, paid-up, royalty free and perpetual license to use such pre-existing
material as it exists in the deliverable/ reports prepared by the Consultant as a part of this Agreement.
4.3.4 Accounting, Inspection and Auditing
The Consultant (i)shall keep accurate and systematic accounts and records in respect of the Services
hereunder, in accordance with internationally accepted accounting principles and in such form and detail
as will clearly identify all relevant time changes and costs, and the bases thereof, and (ii)shall periodically
permit the Client or its designated representative, up to two years from the expiration or termination of this
Contract, to inspect the same and make copies thereof as well as to have them audited by auditors
appointed by the Client, if so required by the Client as the case may be.
4.4 Obligation of the Client
4.4.1 Assistance and Exemptions
The Client shall use its best efforts to ensure that the Government shall provide the Consultant such
assistance and exemptions as specified in the Contract.
4.4.2 Change in the Applicable Law Related to Taxes and Duties
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
46 | P a g e
If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and
duties, then the remuneration and reimbursable expenses payable to the Consultant under this Contract
shall be increased or decreased accordingly under this Contract.
4.4.3 Services and facilities
The Client shall make available free of charge to the Consultant the Services and Facilities as required by
the Consultant to execute the Services.
4.5 Payments to the Consultant
Payments will be made to the account of the Consultant and according to the payment schedule stated in the
Contract. The Professional Fee shall be inclusive of GST or similar charges, as well as customs, duties or
tariffs imposed in respect of the Services, all of which the Client shall pay (other than taxes imposed on
Consultant’s income generally). Unless otherwise set forth in the Contract, payment is due within thirty days
following receipt of each invoice.
4.6 Good Faith and Indemnity
4.6.1 The Parties undertake to act in good faith with respect to each other’s rights under this Contract and to
adopt all reasonable measures to ensure the realization of the objectives of this Contract.
4.6.2 To the fullest extent permitted by applicable law and professional regulations, both the parties
indemnify each other and their associates and employees against all claims by third parties (including
each other’s affiliates) and resulting liabilities, losses, damages, costs and expenses (including
reasonable external and internal legal costs) arising out of the third party’s use of or reliance on any
report, deliverable, etc. disclosed to it by or through the parties as part of the regular interactions or for
project/s purposes.
4.7 Settlement of Disputes
4.7.1 This Contract shall be governed by, and construed in accordance with, the laws of India.
4.7.2 Amicable Settlement
The Parties agree that the avoidance or early resolution of disputes is crucial for a smooth execution
of the Contract and the success of the assignment. The Parties shall use their best efforts to settle
amicably all disputes arising out of or in connection with this Contract or its interpretation.
4.7.3 Jurisdiction
Any dispute relating to this Contract or the Services shall be subject to the exclusive jurisdiction of the
District court of Gautam Budhh Nagar, to which both the parties agree to submit for these purposes.
4.8 Fraud and Corrupt Practices
4.8.1 The Consultant and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary
contained in this E-Bid, the Authority shall reject a Bid without being liable in any manner whatsoever
to the Consultant, if it determines that the Consultant has, directly or indirectly or through an agent,
engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
47 | P a g e
practice (collectively the “Prohibited Practices”) in the Selection Process. In such an event, the
Authority shall, without prejudice to its any other rights or remedies, forfeit and appropriate the
Processing Fee, as the case may be, as mutually agreed genuine pre-estimated compensation and
damages payable to the Authority for, inter-alia, time, cost and effort of the Authority, in regard to the
E-BID, including consideration and evaluation of such Consultant’s Proposal.
4.8.2 For the purposes of this Clause 4.8, the following terms shall have the meaning hereinafter
respectively assigned to them:
a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the actions of any person connected with the Bidding Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has been associated in
any manner, directly or indirectly, with the Bidding Process or the LoA or arising therefrom,
before or after the execution thereof, at any time prior to the expiry of one year from the date
such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall
be deemed to constitute influencing the actions of a person connected with the Bidding
Process); or (ii) save and except as permitted under the Clause 3.2.13 of this e-Bid, engaging in
any manner whatsoever, whether during the Bidding Process or after the issue of the LOA or
after the execution of the Concession Agreement, as the case may be, any person in respect of
any matter relating to the Project or the LOA, who at any time has been or is a legal, financial or
technical adviser of the Authority in relation to any matter concerning the Project;
b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process;
c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action in the Bidding
Process;
d) “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of
Interest; and
e) “restrictive practice” means forming a cartel or arriving at any understanding or arrangement
among Consultants with the objective of restricting or manipulating a full and fair competition in
the Bidding Process.
4.9 Indemnity and Liability
4.9.1 To the fullest extent permitted by applicable law and professional regulations, both the parties
indemnify each other and their associates and employees against all claims by third parties (including
each other’s affiliates) and resulting liabilities, losses, damages, costs and expenses (including
reasonable external and internal legal costs) arising out of the third party’s use of or reliance on any
report, deliverable, etc. disclosed to it by or through the parties as part of the regular interactions or for
project/s purposes.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
48 | P a g e
4.9.2 The Contract requires that the aggregate liability of the selected Consultant under this Contract, or
otherwise in connection with the services to be performed hereunder, shall in no event exceed the
total fees payable to the Consultant hereunder.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
49 | P a g e
5 Appendix
5.1 Form-1: Letter of the Proposal
Letter of Proposal
(On Bidder’s letter head)
(Date and Reference)
To:
General Manager (Planning & Architecture)
Greater Noida Industrial Development Authority
Plot No. 1, Knowledge Park 4, Greater Noida
District Gautam Budh Nagar – 201308, Uttar Pradesh
Sub: Submission of proposal for appointment of a transport planner for improving inter-connectivity
and intra-connectivity of roads within Greater Noida
Dear Sir/Madam,
With reference to your e-Bid Document dated DD-MM-YYYY, I/we, having examined all relevant documents
and understood their contents, hereby submit our e-Bid for ______________ (Insert name of Project)
The Bid is unconditional and unqualified.
All information provided in the Bid and in the Appendices is true and correct and all documents
accompanying such Bid are true copies of their respective originals.
This statement is made for the express purpose of shortlisting for appointment as the Vendor for the
aforesaid Project.
I/We shall make available to the Authority any additional information it may deem necessary or require for
supplementing or authenticating the Bid
I/We acknowledge the right of the Authority to reject our application without assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever.
I/We certify that in the last three years, we have neither failed to perform on any contract, as evidenced by
imposition of a penalty by an arbitral or judicial authority 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 on our part.
I/We declare that:
I/We have examined and have no reservations to the RFP Documents, including any Addendum
issued by the Authority;
I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
50 | P a g e
defined in Clause 4.8 of the E-Bid document, in respect of any Bid or request for proposal issued
by or any agreement entered into with the Authority or any other public sector enterprise or any
government, Central or State; and
I/We understand that you may cancel the Selection Process at any time and that you are neither
bound to accept any Bid that you may receive nor to select the Vendor, without incurring any
liability to the Bidders in accordance with Clause 3.2.11of the E-Bid document;
I/We certify that in regard to matters other than security and integrity of the country, we have not
been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority
which would cast a doubt on our ability to undertake the Project or which relates to a grave
offence that outrages the moral sense of the community;
I/We further certify that in regard to matters relating to security and integrity of the country, we
have not been charge-sheeted by any agency of the Government or convicted by a Court of Law
for any offence committed by us or by any of our Associates;
I/We further certify that no investigation by a regulatory authority is pending either against us or
against our Associates or against our CEO/Partners/Directors/Managers;
I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by GNIDA in
connection with the shortlisting of Vendor or in connection with the Selection Process itself in
respect of the above mentioned Project;
I/We agree and understand that the proposal is subject to the provisions of the E-BID document.
In no case, shall I/we have any claim or right of whatsoever nature if the Project is not awarded
to me/us or our Bid is not opened or rejected;
I/We have studied e-Bid and all other documents carefully and also surveyed the Project site.
We understand that, we shall have no claim, right or title arising out of any documents or
information provided to us by the Authority or in respect of any matter arising out of or
concerning or relating to the Selection Process including the award of the Project;
I/We agree and undertake to abide by all the terms and conditions of the e-Bid Document.
In witness thereof, I/we submit this Bid under and in accordance with the terms of the e-Bid Document.
Date :
Place
Yours faithfully,
(Signature, name and designation of the Authorized Signatory)
(Name and seal of the Bidder)
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
51 | P a g e
5.2 Form-2: Financial capacity of the Bidder
Please provide with financial details about the Bidder along with certified copies attached as proofs. Along with that
please provide financial information in the following format:
Financial capacity of the Bidder
S.No Financial Year Annual Turnover (INR)
1 (2013-14)
2 (2014-15)
3 (2015-16)
On Behalf of (Name of the Bidder)
Signature of the Authorized Person
Name: Designation
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
52 | P a g e
5.3 Form 3: Details of Bidders
[Fill separate forms if bidding as a consortium]
Details of the firm by Bidder
Name of the Firm:
Date of registration of the Firm: Country:
Location within Country :
List of Professional Staff functioning in your firm:
Copy of certificate of Company registered in India under the Companies Act 1956/ 2013
Date of incorporation
On Behalf of (Name of Bidder) Signature of the Authorized Person Name: Designation:
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
53 | P a g e
5.4 Form 4A: List of Projects
Firm’s relevant experience/Technical Expertise:
A. Experience of transport planning including traffic surveys, demand forecasting, GIS mapping, etc. in the last 5 years for road sector projects - at least 2 projects
Sr. No. Project & Client Names Project Details Reference Page Number
1
2
3
4
5
6
7
B. Experience of preparing Detailed Project Reports for Roads/Highways or similar projects in the last 5 years – at least 1 project
Sr. No. Project & Client Names Project Details Reference Page Number
1
2
3
C. Experience of preparing Comprehensive Mobility Plans/Regional level transport network plans for
cities in the last 5 years – at least 1 project
Sr. No. Project & Client Names Project Details Reference Page Number
1
2
3
D. Experience of Detailed Design (infrastructure pertaining to traffic/transport planning) Consultancy in
the last 5 years (including experience of support related to detailed design during construction) - at least 4 projects
Sr. No. Project & Client Names Project Details Reference Page Number
1
2
3
4
5
6
7
On Behalf of (Name of Bidder) Signature of the Authorized Person Name: Designation: Note: Form 4B has to be filled for each Project with necessary documentary evidence in support of the experience claimed
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
54 | P a g e
5.5 Form 4B: Credential format
(Use separate sheet for each cited Project)
Credentials of the Projects done by Bidder
The following information should be provided in the format below for each Eligible Assignment for which your
firm individually was legally contracted by the client stated below: This information shall cover the
qualification requirements capable of being evaluated for pre-qualification. Add additional sheets if
necessary.
Name of the Firm:
Assignment Name:
Country:
Location within Country :
Name of Client :
Address :
No. of Staff :
Start Date
(Month / Year)
Completion Date
(Month / Year) Approx. Value of Services : (in Rupees) :
Whether Lead or Associate
Name of Associated Firm(s) if any :
Narrative Description of Project
On Behalf of (Name of Bidder) Signature of the Authorized Person Name: Designation:
Note: Work Orders or Completion Certificate or Declaration from authorized signatory as proof.
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
55 | P a g e
5.6 Form-5A: List of Key Personnel
Team Structure:
Sr. No Position Proposed Profile
Education Qualification
Years of relevant experience
1 Project Manager
2 Senior Transport Planner
3 Junior Transport Planner
4 Urban Planner
5 Traffic surveyor
6 Geologist/GIS specialist
7 Highway Engineer
8 Structural Design Engineer
On Behalf of (Name of Bidder) Signature of the Authorized Person Name: Designation:
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
56 | P a g e
5.7 Form-5B: CV format
[Please capture all relevant information]
Curriculum Vitae of Key Personnel
The following information should be provided in the format below for each of the key personnel as specified
in the document: This information shall cover the qualification requirements capable of being evaluated for
evaluation. Add additional sheets if necessary.
Designation Proposed :
NAME OF FIRM :
NAME OF STAFF :
DATE OF BIRTH : NATIONALITY :
EDUCATION :
EMPLOYMENT RECORD
From: To:
Employer:
Position Held
DETAILED
TASK
ASSIGNED
WORK UNDERTAKEN THAT BEST ILLUSTRATES CAPABILITY TO UNDERTAKE THE TASKS
ASSIGNED
Appointment of a transport planner for improving inter-connectivity and intra-connectivity of roads within Greater Noida
57 | P a g e
5.8 Form 6: Financial Proposal Submission Form
(On Bidder’s letter head)
[Location, Date]
To,
General Manager (Planning & Architecture)
Greater Noida Industrial Development Authority
Plot No. 1, Knowledge Park 4, Greater Noida
District Gautam Budh Nagar – 201308, Uttar Pradesh
Sub: Financial Bid for Appointment of a transport planner for improving inter-connectivity and intra-
connectivity of roads within Greater Noida
Dear Sir/Madam,
We, the undersigned, offer to provide the services for the above in accordance with your e-Bid dated ____,
and our Bid (Response to Technical Bid and Financial Bid). Our attached Financial Bid is as follows:
1. For Phase I, lump sum all-inclusive price of___________________________[including all taxes,
Amount in words and figures].
2. For Phase II, all-inclusive ____________________ percentage (%) of total cost of selected
projects for Phase II, [including all taxes, Amount in words and figures].
We understand that the Authority reserves the right to negotiate the Financial Bid for the services as a whole
or for individual sub components of the services.
We undertake that our Financial Bid shall be binding upon us subject to the modifications resulting from
contract negotiations, up to expiration of the validity period of the Bid, i.e. 90 days from the date of
submission of the e-Bid.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in India.
We understand you are not bound to accept any Bid you receive.
Yours sincerely,
Signature:
Name and title of Signatory:
Name & address of the Bidder
top related