Request for Proposal “ Selection of consultant for … documents/Selection...Selection of...

67
Selection of Consultant for Preparation of Comprehensive Mobility Plan on behalf of Urban Development and Housing Department (UDHD). Government of Bihar. Request for Proposal “ Selection of consultant for preparation of CMP for 3 cluster of Bihar cities for Urban Development and Housing Department(UDHD),Government of Bihar” Urban Development and Housing Department Vikas Bhawan, Bailey Road, Patna Bihar-800015 Website: www.urban.bih.nic.in 12/16/2016

Transcript of Request for Proposal “ Selection of consultant for … documents/Selection...Selection of...

Selection of Consultant for Preparation of Comprehensive Mobility Plan on behalf of Urban

Development and Housing Department (UDHD). Government of Bihar.

Request for Proposal “ Selection of consultant for preparation of CMP for 3 cluster of Bihar cities for Urban Development and Housing Department(UDHD),Government of Bihar”

Urban Development and Housing Department Vikas Bhawan,

Bailey Road, Patna

Bihar-800015

Website: www.urban.bih.nic.in 12/16/2016

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

1

Table of Content

Notice Inviting Request for Proposal ............................................................................. 5

Disclaimer ....................................................................................................................... 6

Glossary .......................................................................................................................... 8

1 Invitation for Proposal ........................................................................................... 11

1.1 Background................................................................................................................................ 11

1.2 Request for Proposal.................................................................................................................. 12

1.3 Due Diligence by Applicants ....................................................................................................... 13

1.4 Sale of RFP Document ................................................................................................................ 13

1.5 Proposal Validity ........................................................................................................................ 13

1.6 Scope and Description of Bidding Process .................................................................................. 13

1.7 Scope of Consultancy ................................................................................................................. 14

1.8 Currency Conversion Rates and payment ................................................................................... 14

1.9 Schedule of submission of proposals .......................................................................................... 14

1.10 Schedule of selection process .................................................................................................... 15

1.11 Pre-Bid Meeting ......................................................................................................................... 16

1.12 Communications ........................................................................................................................ 16

1.13 Instructions to bidders General .................................................................................................. 18

1.14 Eligible applicant ........................................................................................................................ 21

1.15 Conflict of Interest ..................................................................................................................... 22

1.16 Acknowledgment by bidder ....................................................................................................... 22

1.17 Right to accept or Reject any of the proposals ........................................................................... 22

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

2

1.18 Clarification in RFP ..................................................................................................................... 23

1.19 Amendment to RFP Document ................................................................................................... 23

1.20 Preparation of Proposal ............................................................................................................. 24

1.21 Structure of the Financial Bid ..................................................................................................... 24

1.22 Submission of proposal .............................................................................................................. 24

1.23 Submission due date .................................................................................................................. 26

1.24 Earnest Money Deposit .............................................................................................................. 26

1.25 Performance Bank Guarantee .................................................................................................... 27

1.26 Late submission of proposal ....................................................................................................... 27

2 Evaluation Process ................................................................................................. 28

2.1 Evaluation of Applications .......................................................................................................... 28

2.2 Confidentiality ........................................................................................................................... 28

2.3 Tests of Responsiveness ............................................................................................................. 29

2.4 Clarifications to Facilitate Evaluation.......................................................................................... 29

3 Criteria for Evaluation ............................................................................................ 30

3.1 Minimum Eligibility Criteria ........................................................................................................ 30

3.2 Team structure .......................................................................................................................... 30

3.3 Evaluation of Bids ...................................................................................................................... 30

3.4 Selection Procedure ................................................................................................................... 30

3.5 Payment Schedule ..................................................................................................................... 31

3.6 Stakeholder CONSULTATIONS .................................................................................................... 31

4 General Condition Contract.................................................................................... 32

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

3

4.1 Definition ................................................................................................................................... 32

4.2 Notices ...................................................................................................................................... 32

4.3 Authority of Member in Charge ................................................................................................. 33

4.4 Authorized representative ......................................................................................................... 33

4.5 Taxes and Duties ........................................................................................................................ 33

4.6 Force Majeure ........................................................................................................................... 33

4.7 Fraud and Corrupt practices ....................................................................................................... 34

4.8 Measures to be taken ................................................................................................................ 35

4.9 Commissions and Fees ............................................................................................................... 36

4.10 Effectiveness of Contract ........................................................................................................... 36

4.11 Commencement of Services ....................................................................................................... 36

4.12 Expiration of Contract ................................................................................................................ 36

4.13 Modifications or Variations ........................................................................................................ 36

4.14 Termination ............................................................................................................................... 36

4.15 OBLIGATIONS OF THE CONSULTANT .......................................................................................... 38

4.16 OBLIGATIONS OF THE CLIENT ..................................................................................................... 40

4.17 Terms and Conditions of Payment .............................................................................................. 40

4.18 GOOD FAITH .............................................................................................................................. 41

4.19 SETTLEMENT OF DISPUTES ......................................................................................................... 41

4.20 Miscellaneous ............................................................................................................................ 41

4.21 Knowledge management centre ................................................................................................ 42

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

4

List of Appendices

Appendix 1: Scope of Consultancy ............................................................................................... 44

Appendix 2: List of Empanelled consultants by Ministry of Urban Development Government of

India ............................................................................................................................................ 53

Appendix 3: Format for Submission of Proposal ........................................................................... 56

Appendix 4: Format for Power of Attorney for Submission of Proposal......................................... 57

Appendix 5: Format for Power of Attorney for Lead Member of Consortium ................................ 58

Appendix 6: Format for Details of Consultant............................................................................... 59

Appendix 7: Format for Details of the Key Personnel ................................................................... 61

Appendix 8: Financial Proposal Submission Form ......................................................................... 62

Appendix 9: Format for Affidavit Certifying that Entity/Director/s/of Entity are not backlisted .... 64

Appendix 10: Performance Bank Guarantee format ..................................................................... 65

List of Tables

Table 1 - Key personnel Qualifications and Experiences ............................................................... 19

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

5

Notice Inviting Request for Proposal

Urban Development and Housing Department, Government of Bihar intends to prepare Comprehensive Mobility Plans for 11 cities of Bihar. In this regard Limited tender from the empaneled consultants of the Ministry of Urban Development Government of India for preparation of Comprehensive Mobility Plan is invited. The interested applicants are invited to submit their information as per the provisions of the Request for Proposal (RFP) document titled “Selection of consultant for preparation of CMP for 3 cluster of Bihar cities to Urban Development and Housing Department(UDHD),Government of

Bihar”

Group 1 - Patna Urban Agglomeration: comprising of Patna, Danapur, Khagaul and Phulwari Sharif

Group 2 - Bhagalpur, Munger, Katihar, Purnea, Begusarai

Group 3 - Arrah, Muzaffarpur, Darbhanga, Biharsharif, Gaya

Further details on the project are provided in the RFP document which can be obtained from UDHD office or downloaded from the Website: www.urban.bih.nic.in or Website. www.iutindia.org . Last date for submission of proposal is 23rd January, 2017.

Principal Secretary Bihar Urban Development and Housing Department

Vikas Bhawan, Bailey Road,

Patna Bihar-800015

Website: www.urban.bih.nic.in

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

6

Disclaimer The information contained in this Request for Proposal document (“RFP”) or subsequently

provided to Applicants, whether verbally or in document or in any other form by or on behalf of

Urban Development and Housing Department, Government of Bihar or any of its employees or

advisers, is provided to Applicants on the terms and conditions set out in this RFP and such other

terms and condition subject to which such information is provided.

The RFP is not an agreement and is neither an offer by Urban Development and Housing

Department (UDHD), Government of Bihar to the prospective applicants or any other person. The

purpose of this RFP is to provide interested parties with information that may be useful to them in

the formulation of their proposals pursuant to this RFP. This RFP includes statements, which

reflect various assumptions and assessments arrived at by the UDHD, Government of Bihar in

relation to the consultancy. Such assumptions, assessments and statements do not purport to

contain all the information that each Applicant may require. This RFP may not be appropriate for

all persons, and it is not possible for UDHD, Government of Bihar, its employees or advisers to

consider the objectives, technical expertise and particular needs of each party who reads or uses

this RFP. The assumptions, assessment statements and information contained in the RFP, may not

be complete, accurate, adequate or correct. Each applicant should, therefore, conduct its own

investigations and analysis and should check the accuracy, adequacy, correctness, reliability and

completeness of the assumptions, assessments and information contained in the RFP and obtain

independent advice from appropriate sources.

Information provided in this RFP to the applicants is on a wide range or matters, some of which

depends upon interpretation of law. The information given is not an exhaustive account of

statutory requirements and should not be regarded as a complete authoritative statement of law.

The UDHD, Government of Bihar accepts no responsibility for the accuracy or otherwise for any

interpretation or opinion on the law expressed herein.

The UDHD, Government of Bihar, its employees and advisers make no representation or warranty

and shall have no liability to any person including any applicant under any law, statute, rules or

regulations or tort, principles or restitution or unjust enrichment or otherwise for any loss,

damages, cost or expense which may arise from or be incurred or suffered on account of anything

contained in the RFP or arising in any way in this selection process.

The UDHD, Government of Bihar also accepts no liability of any nature whether resulting from

negligence or otherwise however caused arising from reliance of any applicant upon the

statements contained in this RFP.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

7

The UDHD, Government of Bihar may in its absolute discretion, but without being under any

obligation to do so, update, amend or supplement the information, assessment or assumption

contained in this RFP.

The issue of this RFP does not imply that the UDHD, Government of Bihar is bound to select an

applicant or to appoint the selected applicant, as the case may be, for the consultancy and the

UDHD, Government of Bihar reserves the right to reject all or any of the proposals without

assigning any reasons whatsoever.

The applicant shall bear all its costs associated with or relating to the preparation and submission

of its proposal including but not limited to preparation, copying, postage, delivery fees, expenses

associated with any demonstrations or presentation which may be required by the UDHD,

Government of Bihar or any other costs incurred in connection with or relating to its proposal. All

such costs and expenses will remain with the applicant and the UDHD, Government of Bihar shall

not be liable in any manner whatsoever for the same or for any other costs or other expenses

incurred by an applicant in preparation or submission of the proposal, regardless of the conduct

or outcome of the selection process.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

8

Glossary BAU Business as usual

BOO Build Own Operate

BOOT Build Own Operate Transfer

BOT Build Operate Transfer

BPL Below Poverty Line

BRT Bus Rapid Transit

BT Build Transfer

BTO Build Transfer Operate

BUDA Bihar Urban Development Authority

CBD Central Business District

CDM Clean Development Mechanism

CDP City Development Plan

CEA Central Electricity Authority

CEF Composite Environment Fee

CMP Comprehensive Mobility Plan

CNG Compressed Natural Gas

CO Carbon Oxide

CO2 Carbon Dioxide

CSOs Civil Society Organisations

CTTS Comprehensive Traffic and Transportation Studies

DBFO / M Design Build Finance Operate / Maintain

DBM Design Build Maintain

DBOM Design Build Operate Maintain

DMIC Delhi Mumbai Industrial Corridor

DP Development Plan

DPR Detailed Project Report

EB Enumeration Block

EPCA Environment Pollution Control Authority

FAQs Frequently Asked Questions

FAR Floor Area Ratio

FSI Floor Space index

GHG Green House Gases

GIS Geographic Information System

HC Hydrocarbon

HH Household

HSD High Speed Diesel

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

9

IPCC Inter-governmental Panel on Climate Change

ITS Intelligent Transport System

IUT Institute of Urban Transport (India)

JnNURM Jawaharlal Nehru National Urban Renewal Mission

LCMP Low-Carbon Comprehensive Mobility Plan

LCS Low Carbon Scenario

LCV Light Commercial Vehicle

LPG Liquefied Petroleum Gas

LRT Light Rail Transit

MFA Multilateral Funding Agency

MLA Member of legislative Assembly

MoUD Ministry of Urban Development

MP Member of Parliament

MRT Mass Rapid Transportation

Mtoe Million Tonne of Oil Equilent

MTW Motorised Two / Three Wheeler

NAMA Nationally Appropriate Mitigation Actions

NAPCC National Action Plan on Climate Change

NGOs Non-Governmental Organisations

NHAI National Highway Authority of India

NMT Non-Motorised Transport

NOx Nitrogen Oxide

NSSO National Sample Survey Organisation

NUIS National Urban Information System

NUTP National Urban Transport Policy

PBS Public Bicycle Sharing

PM Particulate Matter

PPP Public Private Partnership

PT Public Transport

PUC Pollution Under Control

ROW Right of Way

RTA Regional Transport Authority

SC Scheduled Caste

SLB Service Level Benchmarks

SOx Sulphur Oxide

SUV Sports Utility Vehicle

TAZ Traffic Analysis Zone

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

10

TDM Travel Demand Management

TOD UDHD

Transit Oriented Development Urban Development & Housing Department, Government of Bihar

UIDSSMT Urban Infrastructure Development Scheme for Small and Medium Towns

ULBs Urban Local Bodies

UMTA Unified Metropolitan Transport Authority

UNEP United Nations Environment Programme

UNFCCC United Nations Framework Convention on Climate Change

UT Urban Transport

UTF Urban Transport Fund

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

11

1 Invitation for Proposal

1.1 Background

1.1.1 India is a rapidly urbanizing economy. Roughly, 60% of its Gross State Domestic Product

(GDP) is generated in urban areas, having 32% per cent of the total population. Since the

share of its urban population is projected to be doubled in the next 25 – 30 years, it is

expected that the share of GDP from urban areas will also go up considerably. However,

growth in economic activities is contingent upon the availability and quality of

infrastructure services, such as power, telecom, roads, water supply, sanitation, waste

management and mass transportation.

1.1.2 Massive urbanization has led to increases in travel demand, while transport infrastructure

development has not kept pace with the increased travel demand. As a result, the

problem of congestion and its consequential costs in the form of travel delays, loss of

productivity, air quality deterioration, noise pollution and increasing road fatalities are

posing a severe threat to the sustainability of urban areas.

1.1.3 The existing local governments and the state authorities of Bihar have been undertaking a

number of projects to improve the mobility in the city, which though are in tune with the

National Urban Transport Policy, 2006 (NUTP) objective, are unable to bring any

significant improvement in the mobility of the city as they are taken up in a piece meal

manner. Therefore to bring about a radical change in transport environment, it is

important to develop a long term strategy in the form of a Comprehensive Mobility Plan

(CMP), which provides for a sustainable improvement in the mobility of the city.

1.1.4 In this context it is proposed by the Urban Development & Housing Department (UDHD),

Government of Bihar (hereafter referred to as “UDHD” or “The Client” or “The Authority”)

to prepare CMPs for the cities of Bihar. The CMPs are proposed to be prepared for 3

cluster of cities as given below.

Cluster 1 - Patna Urban Agglomeration: comprising of Patna, Danapur, Khagaul

and Phulwari Sharif

Cluster 2 - Bhagalpur, Munger, Katihar, Purnea, Begusarai

Cluster 3 - Arrah, Muzaffarpur, Darbhanga, Biharsharif, Gaya

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

12

1.1.5 Separate CMPs would be prepared for each of the 11 cities. For Cluster 1, a single CMP

would be prepared for the Patna Urban Agglomeration area comprising 5 towns as

indicated above. For Cluster 2 & 3, five CMPs, one for each city would be prepared. For

the purpose of appointing consultant, the cities have been clubbed into 3 groups of cities

based on geographical spread and continuity.

1.2 Request for Proposal

1.2.1 UDHD invites offers/bids/proposals (the “Proposals”) from experienced, qualified,

interested Agencies/ Companies/ firms/ consortium/Joint Venture for ‘Preparation of

CMP for 3 clusters of cities of Bihar’ as envisaged under this RFP.

1.2.2 The consultant shall provide all technical services related to preparation of

Comprehensive mobility plan. The consultancy shall be but not limited to preparation of

Comprehensive mobility plan as per the guidelines laid by the Ministry of Urban

Development in toolkit on Preparation of Comprehensive mobility Plan which is available

at IUT website http://www.iutindia.org/downloads/Documents.aspx. The detailed scope

of services for the project consultancy, but not limited, is a l s o set out at Appendix 1 to

this RFP Document.

1.2.3 The selection will be based on Least Cost Selection from amongst the empanelled

consultants for “Preparation of CMP” by the Ministry of Urban Development. (List

attached as Appendix 2)

1.2.4 UDHD, Bihar reserves the right to accept/reject any offer without assigning any reason

whatsoever. UDHD, Bihar takes no responsibility for the delay, loss or non-receipt of any

submission due to technical problems.

1.2.5 In Pursuance of the above the, UDHD has decided to carry out the process of selection of

the consultants for preparation of Comprehensive Mobility Plans of 11 cities in the state

of Bihar by single bid and two Envelop system ( one envelope containing financial bid and

second envelope containing the required key personnel as per clause 1.13.5&1.13.6),and

has appointed The Institute of Urban Transport (India) as Technical Experts for

monitoring and supervision of work for the Preparation of Comprehensive Mobility Plans

for 11 cities of Bihar. IUT would be the nodal agency for all communication and queries

hereby referred as “IUT” or “Technical Expert”.

1.2.6 In case of any queries/ clarifications, the following may be contacted:

Ms. Kanika Kalra

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

13

Urban Transport Expert& Acting Director KMC

Institute of Urban Transport,

1st Floor, Anand Vihar Metro Station Building

New Delhi 110092

Tel: (+91) 1166578721.

Fax No. - + (91)1166578733

Email – [email protected]

1.3 Due Diligence by Applicants

Applicants are encouraged to inform themselves fully about the assignment and the local

conditions before submitting the proposal by paying a visit to UDHD and the site area, sending

written queries to UDHD and attending a Pre-Bid meeting on the date and time specified in clause

1.6, 1.7.

1.4 Sale of RFP Document

RFP document can be downloaded from the Official website of UDHD/IUT, www.urban.bih.nic.in

or www.iutindia.org. The tender being limited tender for the empaneled consultants of the

Ministry of Urban Development, there is no fees applicable for the purchase of the tender

document.

1.5 Proposal Validity

1.5.1 Proposal shall remain valid for Ninety (90) days from the date of opening of the Financial

Bid. A Proposal valid for a shorter period may be rejected by UDHD, Bihar on the grounds

that it is non-responsive.

1.5.2 In exceptional circumstances, UDHD, Bihar may solicit the bidder’s consent to an

extension of the period of validity.

1.6 Scope and Description of Bidding Process

1.6.1 UDHD has adopted a single stage selection process. The tender/ RFP is a limited tender

only for the consultants empanelled by the Ministry of Urban Development, Government

of India (MoUD) for “Preparation of Comprehensive Mobility Plans”. The list of

empanelled consultants is as per Appendix 2 since the empanelled consultants have

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

14

already been technically evaluated by MoUD, a single-stage procedure will be followed in

evaluating the proposals. The interested consultants are requested to submit the financial

bids along with the requisite document given in clause 1.13.5. Bids of only those

consultants who qualify the eligibility criteria cited in Clause 1.14 would be opened and

compared.

1.7 Scope of Consultancy

1.7.1 The detailed scope of services for the project consultancy is set out at Appendix 1 to this RFP

Document

1.8 Currency Conversion Rates and payment

1.8.1 For the purposes of evaluation of bids of applicants, only INR will be considered as the

applicable currency.

1.8.2 All payments to the consultant shall be made in INR in accordance with the provision of

this RFP. The consultant may convert INR into any foreign currency as per applicable

laws and the exchange risk, if any, shall be borne by the consultant.

1.9 Schedule of submission of proposals

Institute of Urban Transport would endeavour to adhere to the following schedule.

Sr.No Event Description Tentative dates

1. Date of issue of RFP 16th December, 2016

2. Last date of receiving queries/clarifications

2nd January, 2017

3. Pre Bid Meeting 1500 hrs on6th January, 2017

4. Proposal due date(PDD) 1500 hrs on 23rd January, 2017

5. Opening of technical proposal 1530 hrs on 23rd January, 2017

6. Opening of financial Proposal 1500 hrs 1st February, 2017

7. Letter of award (LOA) 16th February, 2017

8. Submission of Performance security Within 15 days of LOA

9. Signing of Agreement Within 15 days of LOA

10. Validity of agreement 90 days for PDD

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

15

1.10 Schedule of selection process

The following process shall be adhered to the selection of the consultant

S no.

Description Details

1. Name of the agency Requesting for Proposal

Urban Development & Housing Department, government of Bihar

2. Request for proposal for Selection of Consultant for ‘Preparation of Comprehensive Mobility Plan’ for Cities of Bihar

3. Scope of services As Mentioned in Appendix 1 - Indicative Scope of Consultancy.

4. Type of tender Limited tender

5. Method of Selection Least-Cost selection

6. Representative/Contact person for all queries :

Ms. Kanika Kalra Urban Transport Expert& Acting Director KMC Institute of Urban Transport (India), 1st Floor, Anand Vihar Metro Station Building New Delhi 110092 Tel: (+91) 1166578721. Fax No. - + (91)1166578733 Email – [email protected]

7. Date, Time & Place of Pre-bid Meeting

1500 hrs on 6th January 2017in the Conference Room, UDHD

Office, Vikas Bhawan, Bailey Road, Patna, Bihar-800015

8. Proposal due date 1500 hrs on 23rd January, 2017

9. Opening of Bids 1500 hrs on 23rd January, 2017, at Conference Room, UDHD Office, Vikas Bhawan, Bailey Road, Patna, Bihar-800015

10. Date and time of opening of Financial Proposals

1st February, 2017,at 1500 hrs, at Conference Room, UDHD Office, Vikas Bhawan, Bailey Road, Patna, Bihar-800015

11. Validity of Technical and Financial Proposals

90 days from the date of opening of the Financial Bids

12. Letters of intent to be issued on 16nd February ,2017

13. Reference exchange rate Not Applicable

14. Local Taxation The local taxes will be paid by the Consultant.

15. Expected date for commencement of consulting services

1st March , 2017

16. Processing charge Not Applicable

17. Earnest Money Deposit INR 1 Lakh. In the form of DD/FDR in favour of Director, Bihar Urban Development Agency.

18. Bank Guarantee 10% of the Tender value as per the Appendix 11 19. Address of Client where

Consultant must submit the Shri Ajay Kumar Singh Executive Engineer

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

16

proposal in sealed cover containing an original of the Financial Proposal

Urban Development and Housing Department Room No. -121 Vikas Bhawan, Bailey Road, Patna Bihar-800015 Website: www.urban.bih.nic.in

20. Language The Applicants should submit their applications and all their other documents in English.

21. Eligibility Criteria Limited for empanelled Agencies/ Companies/ firms/ consortium/Joint Venture of MoUD for preparation of CMP and as mentioned in 1.6.1,

Availability of team as per clause 1.13.5 22. Evaluation Criteria Least Cost Method for the empanelled Consultants who full fill

the eligibility criteria

23. Payment to the Consultant The consultant shall be paid by UDHD, Bihar on recommendation of IUT as mentioned in clause 3.5

1.11 Pre-Bid Meeting

1.11.1 The date, time and venue of Pre- Bid meeting shall be:

Date: 6th January, 2017

Time: 1500 hrs.

Venue: Conference Hall, Bihar Urban Development Authority, Urban Development and Housing

Department, Vikas Bhawan, Bailey Road, Patna, Bihar-800015.

Site Visit Prior to submission of Bids: Prospective applicants may visit the site and review the

available data at any time prior to start of the bidding process/pre bid meeting. For this they need

to take written consent from the authority.

1.12 Communications

1.12.1 All communications for submission of proposal shall be addressed to

ATTENTION: Principal Secretary, Urban Development & Housing Department

ADDRESS: Shri Ajay Kumar Singh, Executive Engineer Urban Development & Housing Department Authority Room NO.121 Vikas Bhawan, Bailey Road, Patna

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

17

Bihar-800015 Website: www.urban.bih.nic.in

All communications, including the envelopes, should contain the following information, to be

marked

RFP Notice no:

For Selection of Consultant for ‘Preparation of CMP for 3 cluster of Bihar’ for Urban Development

and Housing Department (UDHD), Government of Bihar

1.12.2 All communications related to queries and explanation shall be addressed to

ATTENTION: Ms. Kanika Kalra

Urban Transport Expert& Acting Director KMC

ADDRESS: Institute of Urban Transport,

1st Floor, Anand Vihar Metro Station Building

New Delhi 110092

Tel: (+91) 1166578721.

Fax No. - + (91)1166578733

Email – [email protected]

With a copy to Executive Engineer as mentioned in clause1.12.1, UDHD and should contain the

following information, to be marked

RFP Notice no:

For Selection of Consultant for ‘Preparation of CMP for 3 cluster of Bihar’ cities for Urban

Development and Housing Department (UDHD), Government of Bihar

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

18

1.13 Instructions to bidders General

1.13.1 This is a request for proposal for Preparation of Comprehensive Mobility Plans for cities of

Bihar for UDHD, Bihar. Detailed objectives, scope of services, deliverables and other

requirements relating to this consultancy are specified in this RFP in Appendix 1. The term

applicant (the “Applicant”) means the sole Firm or the lead member of a consortium/Joint

Venture, as the case may be. The tender being limited tender for the empanelled

consultants of Ministry of Urban development, only those consultant empaneled with

MOUD for preparation of Comprehensive mobility plan can be the applicant as per the list

in Appendix 2. The manner in which the proposal is required to be submitted, evaluated

and accepted is explained in this RFP.

1.13.2 Please refer to the data sheet in clause 1.10 at the beginning of this document for

important details of the bid process.

1.13.3 The bidders are advised that the selection of consultant shall be on the basis of an

evaluation by UDHD through the selection process specified in this RFP. Bidders shall be

deemed to have understood and agreed that no explanation or justification for any aspect

of the selection process will be given by UDHD. The bidder shall bear all costs associated

with the preparation and submission of the Proposal. UDHD will in no case be responsible

or liable for those costs, regardless of the conduct or outcome of the bid process.

1.13.4 Bidder shall submit its proposal in the form and manner specified in this RFP .Bidder’s

proposals must offer services for the total requirement. Proposals offering only part of the

requirement will be rejected. The bidder is expected to examine all corresponding

instructions, forms, terms Contained in the RFP. Failure to comply with these documents

will be at the bidder’s risk and may affect adversely the evaluation of the bidder’s offer.

Only the bidder quoting the lowest in the financial bid shall be selected for the consultancy

work and shall enter the agreement with UDHD.

1.13.5 The Bidder consultancy team shall consist of the following minimum key personnel (the

“key Personnel”) who shall discharge their respective responsibilities as given in the Table 1

key personnel shall fulfil the conditions of eligibility in respect of qualification & experience

as given in Table 1.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

19

Table 1 - Key personnel Qualifications and Experiences

Key Personnel Experience Qualification and area of Specific Expertise

Man-months required on Site

1.

2.

Team Leader/Urban Transport Planner

Minimum 10 years of Experience

Master or PhD degree in Transportation Engineering/Planning from a recognized university. Should have experience as Team Leader in transport planning assignments of similar nature for at least 5 consultancy assignments.

1 1

3. Public Transport Expert

Minimum 7 years of Experience

Master’s Degree in Transport Planning/ Engineering from a recognized university. Should have experience as Public transport assignments of similar nature at least 3 consultancy assignments.

2 1.5

4. NMT Planning and Traffic Management Specialist

Minimum 5 years of Experience

Master’s Degree in Urban Transport Planning/ Engineering from a recognized university. Should have experience as NMT and Transport management specialist in transport planning assignments of similar nature at least 3 consultancy assignments.

2 1.5

5. Traffic survey and Modelling Specialist

Minimum 5 years

Master’s Degree in Transport Planning/ Engineering from a recognized university. Should have experience as Transport Modeller in transport planning assignments of similar nature at least 3 consultancy assignments.

3 2.5

6. Environment Expert

Minimum 5 years

Master’s Degree in Environment engineering/Planning /science from a recognized university. Should have experience in assignments of similar nature at least 3 consultancy assignments.

1 1

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

20

*Experience in similar nature means consultancy and advisory assignment in Public Transport

Planning and advisory assignment in Public transport planning and Urban Transport domain, and

preparation of urban transport development plans.

#the man-months given in Table 1 indicate only the minimum man-months required on site. This

however does not indicate the total man-month required by the key personnel for the project and

the total man-month requirements would need to be assessed by the bidder. The man-days input

for various stakeholder meetings at site shall not constitute part of the minimum man-months

required on site.

1.13.6 It is compulsory for the bidder to propose the team of experts at the time of the bidding

process to be eligible for evaluation of its proposal and shall maintain the same team till

the completion of the assignment. Furthermore applicant bidding for more than one

cluster shall propose separate team for each proposal and to be mentioned in the

financial proposal. In no case the key personnel are changed without prior approval and

consent of UDHD in writing.

1.13.7 The consultant would be required to establish a local office, at Patna on its own for the

project period. At least 2 (two) transport planners with a minimum experience of 5 years

should be posted at the local office, in addition to the key personnel as proposed in Table

1. The consultant shall establish all the material required to operate the office.

1.13.8 The Consultant shall form a multi-disciplinary team (the “Consultancy Team”) for

undertaking this assignment as per Table 1.

1.13.9 Consultants may include group of advisors in the team to infuse high level of expert

advice and integrate any missing skills in the study team. The Consultant should feel free

to submit their proposal on the basis of the man-months which they consider to be

necessary to undertake the assignment.

1.13.10 The Consultant will work closely with UDHD & IUT. The Consultant may prepare Issue

Papers highlighting issues that could become critical for the timely completion of the

Project and that require attention from the authorities.

1.13.11 The Consultant is required to prepare and submit a monthly report that includes and

describes, inter alia, general progress to date; data and reports obtained and reviewed,

conclusions to date, if any; concerns about availability of, or access to, data, analyses,

reports; questions regarding the TOR or any other matters regarding work scope and

related issues; and so on. The Consultants’ work on the TOR tasks should continue while

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

21

the report is under consideration and is being discussed. The Consultant shall be required

to give presentation on his proposal from time to time and shall incorporate necessary

changes as may be suggested by the Authority.

1.13.12 The Deliverables will be submitted as per schedule provided in this RFP.

1.14 Eligible applicant

1.14.1 The consultants empanelled by MoUD, GoI for preparation of CMP are eligible for bidding,

with requisite qualifications and experiences as indicated in clause 1.13.5, 0

1.14.2 The consultant should provide the details of the key personals as listed in clause 1.13.5 in

the format given in Appendix 7

1.14.3 The bidder should submit a Power of Attorney as per the format at Appendix 4, authorising

the signatory of the Application to commit the Applicant.

1.14.4 An Applicant or the member of Consortium who has earlier been barred by UDHD or

blacklisted by any state government or central government / department / agency in India

from participating in Bidding Process shall not be eligible to submit the bid either individually

or as member of Consortium with any other company, if such bar persists as on the due

date. The Applicant or the member of Consortium shall be required to furnish an affidavit

that there is no such bar imposed and existing as on the Application Due Date as per format

provided at Appendix 9. In case the Applicant or member of Consortium is banned by UDHD

or blacklisted by any state government or central government / department / agency during

the bidding period such Applicant shall be rejected.

1.14.5 A firm declared ineligible or debarred from providing consultancy services by any

government agency in India in accordance with the Government of India guidelines on

Preventing and Combating Fraud and Corruption in Projects shall be ineligible to submit an

Application. In case the Applicant or member of the Consortium is declared ineligible by

any government agency in India during the bidding process period then such Applicant

shall be excluded from bidding process.

1.14.6 An Applicant or member of the Consortium should have, during the last three years, neither

failed to perform on any agreement, as evidenced by imposition of a penalty or a

judicial pronouncement or arbitration award against the Applicant or member of the

Consortium, nor been expelled from any project or agreement nor have had any agreement

terminated for breach by such Applicant or member of the Consortium. In case the Applicant

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

22

or member of the Consortium fails to perform on any agreement, as evidenced by

imposition of a penalty or a judicial pronouncement or arbitration award against the

Applicant or member of the Consortium, or been expelled from any project or agreement

or have had any agreement terminated for breach by such Applicant or member of

Consortium, such Applicant shall cease to submit bid.

1.14.7 While submitting the bids the bidder should attach clearly marked and referenced

continuation sheets. In the event that the space provided in the specified forms in the

Appendices is insufficient. Alternatively, Applicants may format the specified forms making

due provision for incorporation of the requisite information.

1.15 Conflict of Interest

1.15.1 An applicant shall not have a conflict of interest that may affect the selection process or

the consultancy, (the “conflict of Interest”). Any applicant found to have a conflict of

interest shall be disqualified. In the event of disqualification, UDHD shall forfeit and

appropriate the Bid security as mutually agreed and genuine pre-estimated compensation

and damages p[payable to UDHD for, inter alia, the time, cost and effort or UDHD

including consideration of such applicant’s without prejudice to any other right or remedy

that may be available to UDHD hereunder or otherwise.

1.16 Acknowledgment by bidder

1.16.1 It is desirable that each bidder submits its proposal after collection of required information

and analysis or any other matter considered relevant by it.

1.16.2 It would be deemed that by submitting the proposal, the bidder has:

a) made a complete and careful examination of the RFP Document; and

b) has understood all the eligibility requirements for submission of proposal in

response to this RFP.

1.16.3 UDHD, Bihar shall not be liable for any mistake or error on the part of the bidder in respect of

the above.

1.17 Right to accept or Reject any of the proposals

1.17.1 Notwithstanding anything contained in this RFP Document, UDHD, Bihar reserves the right

to accept or reject any proposal or to annul the bidding Process or reject all proposals at any

time prior to the award of contract, without assigning any reasons thereof and without any

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

23

liability or any obligation, any correspondence and any request of any nature whatsoever,

for such rejection or annulment.

1.17.2 UDHD, Bihar reserves the right to reject any proposal if:

At any time, a material misrepresentation is made or discovered; or

If the proposed key personnel team as per clause 1.13.5 & 1.13.6 does not meet

the required experience

The bidder does not respond promptly and diligently to the requests for

additional information or clarification required for evaluation of the proposals.

1.17.3 Rejection of the proposal by UDHD, Bihar, as aforesaid, would lead to the

disqualification of the bidder. If the bidder is a Consortium, then the entire

Consortium would be disqualified.

1.18 Clarification in RFP

1.18.1 Bidders requiring any clarification of the RFP may notify UDHD, Bihar by sending emails by

2nd January, 2017 indicated in the ‘Data sheet’. UDHD, Bihar would endeavour to respond to

the queries by the date mentioned in clause 1.9. UDHD, Bihar will forward its responses,

at its sole discretion, to all the bidders and would include a description of the enquiry

and the response of UDHD, Bihar without identifying the source of the enquiry.

1.18.2 All correspondence / enquiries should be submitted to the following in writing via e-mail:

Email – [email protected]

1.19 Amendment to RFP Document

1.19.1 At any time prior to the deadline for submission of Proposals, UDHD, Bihar may, for any

reason, whether at its own initiative or in response to a clarification requested by a

prospective bidder, may modify the RFP document.

1.19.2 In order to afford prospective bidders reasonable time in which to take the amendments

into account in preparing their offers, UDHD, Bihar may, at its discretion, extend the

deadline for the submission of Proposals.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

24

1.20 Preparation of Proposal

1.20.1 The Proposals and all correspondence and documents relating to the Proposal shall be

written in the English language. The Proposal shall comprise of 2 envelopes as follows

sealed in a cover envelop:

I. Key personnel Qualification and Experience

II. The financial bid

Both the envelops should be labelled as above and the cover envelope should be labelled as per

clause 1.22.10.

1.21 Structure of the Financial Bid

1.21.1 The bidder shall quote a bid as per appendix 8 inclusive of all taxes.

1.21.2 The consultant shall raise the invoices as per the payment terms given at clause 0, 3.5.1

1.21.3 UDHD, Bihar shall effect payments to the Consultant after receiving the invoices

submitted by the Consultant and verification from the Technical experts.

1.21.4 All prices shall be quoted in Indian Rupees.

1.22 Submission of proposal

1.22.1 The bidder shall submit the proposal in single bid and two envelop system, one envelope

containing 2 copies of the team and key personal details as per 1.13.5&1.13.6 and only

one copy of the Financial Proposal in the second envelope.

1.22.2 The Bidders interested in submitting financial proposals for more than one group of CMPs,

shall submit separate proposal for each group with the separate team for each group. The

proposal with same team for more than one CMP shall be rejected.

1.22.3 The Proposal shall be typed or written in indelible ink and shall be signed by the bidder or

a person or persons duly authorised to bind the bidder to the contract. The letter of

authorisation shall be indicated by written power-of-attorney accompanying the Proposal.

1.22.4 A Proposal shall contain no interlineations, erasures, or overwriting. Corrections, if any,

made by the bidder, shall be initialled by the person or persons signing the Proposal.

1.22.5 The bidder shall seal the Proposal in an envelope indicating the name and address of the

bidder. If the envelopes are not sealed and marked properly, UDHD, Bihar will not assume

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

25

responsibility for the Proposal’s misplacement or premature opening. The envelope shall

be marked with the name of the Group for which the bid is being submitted.

1.22.6 Proposals must be received by UDHD, Bihar at the address date and time specified. Any

proposal received by UDHD, Bihar after the deadline for submission of proposals will be

rejected.

1.22.7 UDHD, Bihar may, at its own discretion, extend this deadline for the submission of

Proposals by amending the RFP in which case all rights and obligations of the UDHD, Bihar

and bidders previously subject to the deadline will thereafter be subject to the deadline as

extended.

1.22.8 The bidder may withdraw its proposal after the proposal’s submission, provided that

written notice of the withdrawal is received by UDHD, Bihar prior to the deadline

prescribed for submission of Proposals. The bidder’s withdrawal notice shall be prepared,

sealed, marked, and dispatched by telex or fax but followed by a signed confirmation

copy. No Proposal shall be modified subsequent to the deadline for submission of

proposals.

1.22.9 No proposal may be withdrawn in the Interval between the deadline for submission of

proposals and the expiration of the period of proposal validity specified by the bidder on

the Proposal Submission Form.

1.22.10 Each envelope shall contain the following (checklist)

S.No Technical proposal submission form Refer Appendix 1

1. Format for submission of proposal Refer Appendix 3

2. Power of Attorney for signing of the Application (in case of Consortium, this would need to be provided by all the member)

Refer Appendix 4

3. In case of Consortium, Power of Attorney for signing of Application by the Lead Member

Refer Appendix 5

4. Financial Proposal Submission Form Refer Appendix 8

5. Affidavit certifying that Business Entity / Director(s) of Business Entity are not blacklisted / barred

Refer Appendix 9

6. Declaration of Undertaking Refer Appendix 10

7. Earnest Money Deposit Clause 1.24

The envelopes and the outer cover envelope shall clearly bear the following identification:

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

26

Submission of Proposals

Request for Proposal for selection of Consultant for ‘Preparation of Comprehensive Mobility

Plan for Group ____’ for UDHD, Bihar

“To be opened by Proposal Opening Committee only”

and

“Submitted by

<Name, Address and Contact Phone No. of the Consultant>

1.22.11 The envelope shall be addressed to:

ATTENTION: Principal Secretary, Urban Development & Housing Department

ADDRESS: Shri Ajay Kumar Singh, Executive Engineer Urban Development & Housing Department Authority Vikas Bhawan, Bailey Road, Patna Bihar-800015 Website: www.urban.bih.nic.in

The proposals may be sent by courier or post or may be submitted in person at

the above mentioned address.

1.23 Submission due date

1.23.1 The proposals should be submitted on or before 23rd January, 2017 at 1500 hours IST as

mentioned in the Schedule of Proposal Submission Process (refer clause 1.9), to the

address provided in Clause 1.12.1 in the manner and form as detailed in this RFP

Document.

1.23.2 UDHD, Bihar may, in exceptional circumstances, and at its sole discretion, extend the

Submission Due Date by issuing an Addendum in accordance with Clause 1.19 , uniformly

for all Applicants.

1.24 Earnest Money Deposit

1.24.1 The applicant shall furnish as part of its proposal, a EMD( Earnest Money Deposit) of INR

1 lakh rupee in the form of a Demand Draft/Banker cheque/Bank guarantee ( valid for 6

months) issued by any scheduled Bank in India in favour of Director BUDA payable at

Patna. The EMD is returnable not later than 30 (thirty) days from Financial proposal

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

27

opening date. The selected applicant bid security shall be returned, upon the receipt of

performance bank guarantee and the applicant signing the contract. Earnest Money

Deposit of unsuccessful Applicants shall be returned, upon the receipt of accepted LoA

from the successful applicant.

1.24.2 Any Bid not accompanied by the Earnest Money Deposit shall be rejected by UDHD Bihar

as nonresponsive.

1.24.3 UDHD shall not be liable to pay any interest on the Earnest Money Deposit and the same

shall be interest free.

1.25 Performance Bank Guarantee

The successful bidder shall furnish a performance Bank Guarantee, in the form of a bank

guarantee or a demand draft, valid for a period of 12 months or completion of consultancy

assignment (the consultancy assignment shall be deemed to be completed on issuance of a

completion certificate by UDHD) whichever is earlier respectively, from a scheduled bank in India,

for a amount equivalent to 10% (ten per cent) of the contract amount mentioned in the letter of

Acceptance, subsequent to acceptance of LoA by the successful applicant. The Applicant, by

submitting its application pursuant to the RFP, shall be deemed to have acknowledged that

without prejudice to the Authority’s any other right or remedy here under or in law or otherwise,

the performance security, if available, shall be forfeited and appropriated by the Authority as the

mutually agreed pre-estimated compensation and damage payable to the Authority, inter alia, the

time, cost and effort of the Authority in regard to the RFP including the consideration and

evaluation of the proposal under the following conditions:

a. If an Applicant engages in any of the prohibited practices.

b. If the applicant has Conflict of Interest

c. If the selected Applicant commits a breach of the Agreement.

1.26 Late submission of proposal

1.26.1 No proposals shall be accepted which is received after the Submission Due Date. Any such

proposal received after the Submission Due Date shall be summarily rejected and returned

unopened.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

28

2 Evaluation Process

2.1 Evaluation of Applications

2.1.1 No proposal will be opened before the submission due date.

2.1.2 To assist in the examination, evaluation and comparison of proposals, UDHD, Bihar may at

its discretion, ask the bidder for clarification of its Proposal. The request for clarification

and the response shall be in writing and no change in price or substance of the Proposal

shall be sought, offered or permitted.

2.1.3 UDHD, Bihar will examine the Proposals to determine whether they are complete,

whether the documents have been properly signed, whether the Proposals are generally

in order and whether the team members have the requisite qualifications and experiences

as indicated in clause 1.13.5, 0.

2.1.4 The proposal for each cluster would be evaluated separately.

2.1.5 Only for those proposals which fulfil the eligibility criteria as per clause 1.14, the financial

bid will be opened.

2.1.6 The contract would be awarded to the eligible applicants for each cluster on the basis of

the least cost method.

2.1.7 The proposals, so received, would subsequently be examined and evaluated in

accordance with the criteria set out in clause 2 .The financial proposal will be evaluated as

per its acceptability and competitiveness of rates. It is, therefore, critical that these

criteria be addressed in your submitted proposals.

2.2 Confidentiality

2.2.1 Information relating to the examination, clarification, evaluation, and recommendation

for the short-listed consultants shall not be disclosed to any person not officially

concerned with the Bidding Process. UDHD, Bihar will treat all information submitted as

part of Application in confidence and would require all those who have access to such

material to treat the same in confidence.

2.2.2 UDHD, Bihar shall not divulge any such information unless it is ordered to do so by any

authority pursuant to applicable law or order of a competent court or tribunal, which

requires its disclosure.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

29

2.3 Tests of Responsiveness

2.3.1 Prior to evaluation of bids, it shall be determined whether each bid is responsive to the

requirements of the RFP Document. A bid shall be considered responsive if the bid:

a) is received /deemed to be received by the submission Due Date including

any extension thereof pursuant to clause 1.23.1 &1.23.2 ;

b) Is signed, sealed and marked as stipulated in Clause 1 . 2 2 & 1.20

c) Contains all the information and documents as set out in clause 1.22.10 and in

the formats set out in this RFP Document;

d) Mentions the Proposal Validity Period as set out in clause Error! Reference source

not found.

2.3.2 UDHD, Bihar reserves the right to reject any bid which is non-responsive and no

request for alteration, modification, substitution or withdrawal shall be entertained by

UDHD, Bihar in respect of such proposals

2.4 Clarifications to Facilitate Evaluation

2.4.1 To facilitate evaluation of bids, UDHD, Bihar or IUT at its sole discretion, seek

clarifications in writing from any bidder regarding its bids. Such clarifications shall be

provided within the time specified by UDHD, Bihar, as the case may be, for this purpose.

Any request for clarifications and all clarifications shall be in writing.

2.4.2 If a bidder does not provide clarifications sought within the prescribed time, its bid shall

be liable to be rejected. In case the bid is not rejected, UDHD, Bihar may proceed to

evaluate the bid by construing the particulars requiring clarification to the best of its

understanding, and the bidder shall be barred from subsequently questioning such

interpretation.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

30

3 Criteria for Evaluation

3.1 Minimum Eligibility Criteria

3.1.1 The bidder should:

a) Have been empanelled as a consultant for Preparation of Comprehensive Mobility

Plans” by the Ministry of Urban Development, Government of India

b) Should provide the minimum key personnel as given in clause 1.13.5.

3.2 Team structure

3.2.1 The team of bidding firms shall generally include qualified personnel including the urban

transport planner, public transport expert, NMT Planning and Traffic Management Specialist,

Traffic survey and Modelling Specialist and Environment Specialist. Depending upon the

requirements specific to a particular Urban Area, the exact team composition and estimated

total man- month requirements will have to be prescribed.

3.2.2 For the purpose of evaluation of the bids in response to this RFP, the Table 1 indicates the

qualification and experience requirements for the above mentioned position.

3.3 Evaluation of Bids

3.3.1 The Bidders will be evaluated as per clause 2.1.

3.4 Selection Procedure

3.4.1 Final selection will be made by UDHD, Bihar on the basis Least Cost selection method as

mentioned in Clause 2.1

3.4.2 The Contract will be awarded to the lowest offer for each Group separately.

3.4.3 A letter of intent will be issued to the successful bidder and other bidders duly informed within

15 days of public opening of financial proposals. After receipt of the letter of intent the

successful bidder shall sign and date the contract with UDHD, Bihar and commence the

consulting services immediately.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

31

3.5 Payment Schedule

3.5.1 The consultant shall be paid by UDHD, Bihar on recommendation of IUT and approval of UDHD

and MoUD as under

Sl. No. Component Milestone payment

1 Submission and Approval of Inception Report and detailed work plan

20%

2 Submission and approval of Interim Report 30%

3 Submission and approval of Draft Final Report 20%

4 Submission and approval of Final Report and Executive summary+ Submission of all requisite data to Knowledge management centre refer clause 4.21.3

30%

Total (excluding service tax) 100%

No payment shall be due for the next stage till the Consultant completes to the satisfaction of the

Authority, the work pertaining to the preceding stage.

3.6 Stakeholder CONSULTATIONS

The CMP will be discussed with stakeholders at various stages of study throughout the study with the

objective to develop a working relationship with stakeholders and to obtain their views on the CMP.

Accordingly, a combined stakeholder consultation/ workshops/seminars for all the 5 CMPs will be held

at Patna by the consultant at each of the following stages:

Inception Report,

Interim Report, and

Draft Final Report stages.

Final Report stage.

The IUT shall hold monthly or as required review meeting with the Consultant on any or all of the

documents and advice forming part of the Consultancy relating to their respective parts, at the

Authority’s office. The Consultant will ensure the presence of Team Leader along with relevant key

personnel / professionals for that particular stage of the project, in this meeting. Further, the Consultant

may be required to attend meetings and conferences during the bid process and till signing of

Agreements for execution of the Project cities.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

32

4 General Condition Contract

4.1 Definition

4.1.1 Applicable Law” means the laws and any other instruments having the force of law by the Government.

4.1.2 “Consultant” means any private or public entity that will provide the Services to the Client under the Contract.

4.1.3 “Contract” means the Contract signed by the Parties and all the attached documents ,that is these General Conditions (GC), and the Appendices.

4.1.4 “Contract Price” means the price to be paid for the performance of the Services

4.1.5 “GC” mean these General Conditions of Contract.

4.1.6 “Party”, means the Client or the Consultant, as the case may be, and “Parties” means both of them.

4.1.7 “Personnel” means persons hired by the Consultant and assigned to the performance of the Services or any part thereof.

4.1.8 “Services” means the work to be performed by the Consultant pursuant to this Contract, as described in Annexure 1 hereto.

4.1.9 “In writing” means communicated in written form with proof of receipt.

4.2 Notices

4.2.1 Any notice, request or consent required or permitted to be given or made pursuant to this

Contract shall be in writing. Any such notice, request or consent shall be deemed to have been

given or made when delivered in person to an authorized representative of the Party to whom

the communication is addressed

4.2.2 A Party may change its address for notice hereunder by giving the other Party notice in writing.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

33

4.3 Authority of Member in Charge

4.3.1 In case the Consultant consists of a joint venture/consortium/ association of more than one

entity, the Lead Member hereby authorize the entity to act on their behalf in exercising all the

Consultant’s rights and obligations towards the Client under this Contract, including without

limitation the receiving of instructions and payments from the Client.

4.4 Authorized representative

4.4.1 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 Consultant may be taken or executed by the

officials.

4.5 Taxes and Duties

4.5.1 The Consultant, and their Personnel shall pay such indirect taxes, duties, fees, and other

impositions levied under the Applicable Law, the amount of which is deemed to have

been included in the Contract Price.

4.6 Force Majeure

4.6.1 “Force Majeure” or “Force Majeure Event” means circumstances or situations that are unusual

occurrences which tend to disrupt normal activities and which are beyond the control of the

Party affected by them (“Affected Party”) which is not attributable to the other Party and

include, but not be limited to the following:

a. earthquake, flood, inundation and landslide;

b. storm, tempest, hurricane, cyclone, lightning, thunder or other extreme atmosphere

disturbances;

c. fire caused by reasons not attributable to the Affected Party or any of the employees,

representatives or agents appointed by the Affected Party

d. acts of terrorism;

e. strikes, labour disruptions or any other industrial disturbances not arising on account of the

acts or omissions of the Affected Party;

f. national emergency or declaration of police emergency; and

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

34

g. war, hostilities (whether declared or not) invasion act of foreign enemy, rebellion, riots,

weapon conflict or military actions, civil war, ionising radiation, contamination by

radioactivity from nuclear fuel, any nuclear waste, radioactive toxic explosion, volcanic

eruptions.

h. 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.

4.6.2 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.

4.6.3 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.

4.6.4 During the period of their inability to perform the Services as a result of an event of Force

Majeure, the Consultant 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.

4.7 Fraud and Corrupt practices

4.7.1 The bidders and their respective officers, employees, agents and advisers shall observe the

highest standard of ethics during the bidding process. Notwithstanding anything to the contrary

contained in this RFP, UDHD shall reject a proposal without being liable in any manner

whatsoever to the bidder, if it determines the bidder has, directly, indirectly or through an

agent, engaged in corrupt, fraudulent, collusive or coercive practices or restrictive practices.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

35

4.7.2 If the Client determines that the Consultant and/or its Personnel, services providers and

suppliers has engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices, in

competing for or in executing the Contract, then the Client may, after giving 14 days’

notice to the Consultant, terminate the Consultant's employment under the Contract, and the

provisions of Clause 2 shall apply as if such expulsion had been made under clause 1.15

4.7.3 Should any personnel of the Consultant be determined to have engaged in corrupt, fraudulent,

collusive, coercive, or obstructive practice during the execution of the Contract, then that

personnel shall be removed as per clause 4.15.2

4.7.4 For the purposes of this Clause, the following terms shall have the meaning hereinafter

respectively assigned to them:

I. “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;

II. “Fraudulent practice” means a misrepresentation or omission of facts in order to

influence a selection process or the execution of a contract;

III. “Collusive practices” means a scheme or arrangement between two or more

consultants, with or without the knowledge of the Employer, designed to establish

prices at artificial, non-competitive levels;

IV. “Coercive practices” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation in a procurement process, or

affect the execution of a contract;

V. (v) “obstructive practice” is (a) deliberately destroying, falsifying, altering or concealing

of evidence material to the investigation or making false statements to investigators in

order to materially impede investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; and/or threatening, harassing or intimidating any

party to prevent it from disclosing its knowledge of matters relevant to the

investigation or from pursuing the investigation; or acts intended to materially impede

the exercise of inspection and audit rights provided

4.8 Measures to be taken

4.8.1 The Client will sanction a Consultant, including declaring the Consultant ineligible, either

indefinitely or for a stated period of time if it at any time the Client determines that the

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

36

Consultant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or

coercive practices in competing for, or in executing the contract.

4.9 Commissions and Fees

4.9.1 The Client will require the successful Consultants to disclose any commissions or fees that may

have been paid or are to be paid to agents, representatives, or commission agents with respect

to the selection process or execution of the contract. The information disclosed must include at

least the name and address of the agent, representative, or commission agent, the amount and

currency, and the purpose of the commission or fee.

4.10 Effectiveness of Contract

4.10.1 This Contract shall come into effect on the date the Contract is signed by both Parties. The date

the Contract comes into effect is defined as the Effective Date.

4.11 Commencement of Services

4.11.1 The Consultant shall begin carrying out the Services not later than the number of days

after the Effective Date specified in the clause 1.9 and clause 1.10(Datasheet)

4.12 Expiration of Contract

4.12.1 Unless terminated earlier pursuant to Clause 4 . 1 4 . 1 Hereof, this Contract shall expire at the

end of 30 (thirty) weeks after the Effective Date of completion.

4.13 Modifications or Variations

4.13.1 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. However, each Party shall give due consideration to any proposals for

modification or variation made by the other Party.

4.14 Termination

4.14.1 Termination by client: The Client may terminate this Contract in case of the occurrence of

any of the events specified in paragraphs (a) through (f) of this Clause 4.14.1. In such an

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

37

occurrence the Client shall give a not less than fifteen (15) days’ written notice of termination to

the Consultant, and thirty (30) days’ in the case of the event referred to in (d).

a) If the Consultant does not remedy a failure in the performance of their obligations under

the Contract, within fifteen (15) 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 are unable to perform a material portion

of the Services for a period of not less than thirty (30) days.

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 Clause 4.19 hereof.

4.14.2 Termination by consultant : The Consultants may terminate this Contract, by not less than

fifteen(15) days’ written notice to the Client, such notice to be given after the occurrence of any

of the events specified in paragraphs (a) through (c) of this Clause 4.14.2

a) If the Client fails to pay any money due to the Consultant pursuant to this Contract and not

subject to dispute pursuant to Clause 4.18 hereof within sixty (60) 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 Clause 4.19 hereof.

4.14.3 Payment upon termination: Upon termination of this Contract pursuant to Clauses 4.14.1 or

4.14.2, the Client shall make the following payments to the Consultant:

a) Payment pursuant to Clause 4.14 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 Clause

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

38

4.14.1, 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.

4.14.4 Penalties for delay: If the Consultant fails to perform any of the Services under this Contract

within the requisite time period due to reasons he must warrant, the Employer shall, unless the

Special Conditions include a derogation, be authorised to inflict a penalty of 0.5% of the Order

Value for every week of delay, subject to a cap of 8% of the Order Value. Beyond such penalty,

the Employer may not bring any further claims arising from the delay in the performance of the

Services. The right of termination shall remain unaffected.

4.15 OBLIGATIONS OF THE CONSULTANT

4.15.1 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.

4.15.2 Conflict of Interests

The Consultant shall hold the Client’s interests paramount, without any consideration for future

work, and strictly avoid conflict with other assignments or their own corporate interests.

4.15.3 Consultants not to Benefit from Commissions, Discounts, etc.

The payment of the Consultant pursuant to Clause 4.17 shall constitute the Consultant’s

only payment in connection with this Contract or the Services, and the Consultant shall not

accept for their own benefit any trade commission, discount, or similar payment in connection

with activities pursuant to this Contract or to the Services or in the discharge of their

obligations under the Contract, and the Consultant shall use their best efforts to ensure they

shall not receive any such additional payment.

4.15.4 Consultant and Affiliates not to be Otherwise Interested in Project

The Consultant agrees that, during the term of this Contract and after its termination, the

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

39

Consultant and any entity affiliated with the Consultant, shall be disqualified from providing

goods, works or services (other than consulting services) resulting from or directly related to

the Consultant’s Services for the preparation or implementation of the project.

4.15.5 Prohibition of Conflicting Activities

The Consultant shall not engage, and shall cause their Personnel not to engage, either

directly or indirectly, in any business or professional activities which would conflict with the

activities assigned to them under this Contract.

4.15.6 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.

4.15.7 Consultant’s Actions Requiring Client’s Prior Approval

The Consultant shall obtain the Client’s prior approval in writing before taking any of

the following actions:

a) Entering into a subcontract for the performance of any part of the Services. If the

Consultant intends to assign part of the contractual Services to others, it shall inform

UDHD, Bihar and IUT thereof at least 14 days before signing a corresponding sub-contract.

If UDHD, Bihar rejects such an assignment, the Consultant shall refrain from signing the

respective sub-contract.

b) Appointing such members of the Personnel not listed by name in Appendix 7

4.15.8 Reporting Obligations

a) The Consultant shall submit to the Client the reports and documents specified.

b) All reports shall be delivered in CD ROM in addition to the hard copies.

4.15.9 Documents Prepared by the Consultant to be the Property of the Client

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

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

40

thereof. This obligation shall remain effective after termination of the Contract for a period

of 24 months

b) The Consultant may retain a copy of such documents and software.

4.15.10 Accounting, Inspection and Auditing

The Consultant shall keep accurate and systematic accounts and records in respect of the

Contract, in accordance with internationally accepted accounting principles and in such form

and detail as will clearly identify relevant time changes and costs.

The Consultant shall permit, the Client and/or persons appointed by the Client to inspect its

accounts and records relating to the performance of the Contract and the submission of the

Proposal to provide the Services, and to have such accounts and records audited by auditors

appointed by the Client if requested by the Client. The Consultant shall retain all settlement-

related documents for five years and authorises the UDHD and IUT to audit these at any time

.The Consultant’s attention is drawn to Clause 1.9.1 which provides, inter alia, that acts

intended to materially impede the exercise of the Client’s inspection and audit rights provided

for under Clause 3.8 constitute a prohibited practice subject to contract termination (as well as

o a determination of ineligibility).

4.16 OBLIGATIONS OF THE CLIENT

4.16.1 During the term of this Contract, the Employer will try to, provide data, documentation and

information concerning the contractual Services that are available to it and can be shared with

the Consultant as far as reasonably possible, if applicable also in consultation with UDHD

4.17 Terms and Conditions of Payment

4.17.1 The consultant shall submit the invoice inclusive of taxes for payment when the payment is due

as per the agreed terms.

4.17.2 Once a milestone is completed, the consultant shall submit the report to IUT/UDHD. UDHD,

Bihar shall release the requisite payment on approval from MoUD, GoI after submitting the

invoice.

4.17.3 If the report submitted by the consultant is not as per the guidelines/ standards of UDHD,

reasons for such non-acceptance should be recorded in writing; UDHD, Bihar shall not release

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

41

the payment due to the consultant. In such case, the payment will be released to the consultant

only after it re-submits the report and which is accepted by the UDHD.

4.17.4 All payments under this Contract shall be made to the accounts of the Consultant specified.

Unless otherwise agreed, payments shall be made within a period of 60 calendar days after

receipt of the invoice by the Employer.

4.18 GOOD FAITH

4.18.1 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.

4.19 SETTLEMENT OF DISPUTES

4.19.1 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.

4.19.2 Dispute Resolution: Any dispute between the Parties as to matters arising pursuant to this

Contract that cannot be settled amicably within thirty (30) days after receipt by one Party of the

other Party’s request for such amicable settlement may be submitted by either Party for

settlement.

4.20 Miscellaneous

4.20.1 The Consultant shall notify UDHD Bihar and IUT of any material change in their status, in

particular, where such change would impact on performance of obligations under this Contract.

4.20.2 Each member/constituent of the Consultant, in case of a consortium, shall be jointly and

severally liable to and responsible for all obligations towards UDHD for performance of

works/services under the Contract.

4.20.3 The Consultant shall at all times indemnify and keep indemnified UDHD against all

claims/damages etc. for any infringement of any Intellectual Property Rights (IPR) while

providing its services under the Project.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

42

4.20.4 The Consultant shall at all times indemnify and keep indemnified UDHD against any claims in

respect of any damages or compensation payable in consequences of any accident or injury

sustained or suffered by its (the Consultant’s) employees or agents or by any other third Party

resulting from or by any action, omission or operation conducted by or on behalf of the

Consultant.

4.20.5 The Consultant shall at all times indemnify and keep indemnified UDHD and against any and all

claims by Employees, Workman, sub-consultant, suppliers, agent(s), employed engaged or

otherwise working for the consultant, in respect of wages, salaries, remuneration, compensation

or the like. (viii) All claims regarding indemnity shall survive the termination or expiry of the

Contract.

4.20.6 Consultant shall refer to the General Condition (Annexure2) for general provision, obligations of

the consultants, settlement of disputes etc, for submission of proposals.

4.21 Knowledge management centre

4.21.1 Knowledge Management Centre (KMC) is a learning repository of information, data base, news

and updates that can be effectively utilized by all the stakeholders such as Government,

Business, Consultants, Academia, Citizens, Policy makers, Industry, Consultancy & Research

community working in the domain of Urban Transport. The portal is expected to facilitate

systematic collection, assimilation, transformation, loading, interpretation and analysis of data

in evolving future policies, programs and strategies besides enhancing the level of awareness of

citizens on Urban Transport matters.

4.21.2 The KMC shall help the afore-stated stakeholders in various stages of design,

development, implementation or operations to make timely decisions based on

documented best practices and vast correlative data available on KMC platform. The

knowledge data base shall also extend enormous support to policy makers to design

national or regional policies for transportation based on scientifically catalogued

datasets offering dimensions of analysis which are key to city transportation system

operations and design and research requirements.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

43

4.21.3 The Consultant after completion of the assignment shall submit all the necessary data

collected in the required format to the following address:

Ms. Kanika Kalra

Urban Transport Expert& Acting Director KMC

Institute of Urban Transport,

1st Floor, Anand Vihar Metro Station Building

New Delhi 110092

Tel: (+91) 1166578721.

Fax No. - + (91)1166578733

Email – [email protected]

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

44

Appendix 1: Scope of Consultancy

The tasks to be carried out, as per the toolkit CMP revised 2014, are detailed below.

Task 1: Define scope and timeframe of the CMP.

Task 2: Collect data and analyse the existing urban transport environment.

Task 3: Develop Business as Usual (BAU) Scenario.

Task 4: Develop Sustainable Urban Transport Scenarios.

Task 5: Develop Urban Mobility Plans.

Task 6: Prepare Implementation Program.

Task 1: Define scope and timeframe of the CMP.

As an initial task, the area covered by the CMP, the planning horizons should be clearly defined and the

vision should be set, in association with agencies concerned. The base year should preferably be the

current year or the latest year for which data is widely available at the start of work. This will typically be

the year preceding the study.

Task 2: Collect data and analyse the existing urban transport and environment.

Task 2-1 Review City Profile

Prepare a brief profile of the CMP planning area from available documents, including location, land area,

regional linkages, demographic data and socio-economic data.

Task 2-2 Delineation of Traffic Analysis Zones

CMP aims to ensure safe accessibility for all, irrespective of their socio-economic background and in a

way that does not affect the city’s environment. TAZs are delineated taking into account various factors

like administrative boundaries, physical barriers like water bodies, railway lines which are cutting across

zones, road network and public transport network in the study area, homogeneous land uses and special

generators like railway station, sports complexes / major freight centres etc may be considered as

separate zones.

Task 2-3 Review of Land Use Pattern & Population Density

Once the zones for the study area have been defined, the next step is to collect data in which slums

should also be considered as part of residential land use and not a separate land use. Also residential

land use should have income groups marked as well.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

45

CDP or master plans are the prime data sources for reviewing existing land-use patterns. These along

with other sources such as information available from the National Urban Information System (NUIS)

Scheme, property tax data may be used to compute the residential density and floor space used per

activity per unit area. In addition to residential densities, jobs densities must also be studied and

analysed.

Task 2-4 Review of the Existing Transport Systems

A review of the existing transport infrastructure and facilities needs to be done for each transport mode,

which may include walking, bicycle, cycle rickshaw, auto rickshaw, shared auto-rickshaw and public

transport. The review should include all types of facilities and amenities such as pavement description,

intersections treatment, lighting, parking space, parking cost, etc. The following aspects should be

reviewed:

Road Network Inventory (existing infrastructure quality with respect to each of the modes, using

Mobile GPS TECHNIQUE)

Public Transport System (performance and level of service provision for public transport users)

Para-Transit System (fleet usage detail, route detail, cost and fare, etc)

Freight Transport (Vehicle movement and Parking facilities)

Traffic Conditions on Roads (traffic conditions, manual classified counts and speed & delay surveys,

using VIDEO GRAPHY TECHNIQUE)

Traffic Safety (accident data)

For purpose of data collection, the formats given in the toolkit are to be used. All the data collected

and the model developed are to be publicly shared on the Knowledge Management Centre of MoUD

and with the cities.

Task 2-5 Study of Existing Travel Behaviour

Two important considerations should be taken into account while collecting data on travel patterns. The

collected data should be representative and cover the travel behaviour of all individuals within a

household, and the data should be segregated by social group and trip purpose, which can represent

people’s perceptions towards different modes of transport in terms of time, cost, comfort, safety and

security.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

46

Task 2-6 Review of Energy and Environment

Quantifying energy consumption for transport is important for estimating the CO2 and local air pollutant

emissions from transport-related activities. To create a complete picture, both top-down and bottom-up

approaches for estimating energy consumptions are required.

In general, energy balances cover all fuels, however since the focus here is on transport, only diesel,

petrol, LPG, CNG1 and electricity will be covered. Ambient air quality should be collected for

understanding the impacts of transport on air pollution.

Task 2-7 Service-Level Benchmarks

Infrastructural data have to be collected other than the data listed in Task 2-4 to Task 2-6. This data

should be then compared with the service-level benchmarks prepared by MoUD to understand the level

of service provided to the citizen of certain specified parameters.

Task 2-8 Analysis and Indicators (Comparison with Benchmarks)

Indicators provide an easy way to communicate a city’s transport status, or to make comparisons across

alternative scenarios. The indicators for transport level can be broadly divided in the following

categories:

i. Indicators for mobility and accessibility;

ii. Infrastructure and land use;

iii. Safety and security;

iv. Environmental impacts; and

v. Economic

Most of the indicators can also be directly linked to the Service Level Benchmarks of MoUD.

Task 3: Development of Business as Usual (BAU) Urban Transport Scenario

Task 3-1 Framework for Scenarios

The BAU scenario is to be developed based on existing trends without any radical policy interventions

for sustainable development and emission mitigation. However, it should consider infrastructure

development and land use according to the Master Plans.

1 Where ever applicable

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

47

Task 3-2 Socio-Economic Projections

A city’s future economic transitions depend on the current economic transitions taking place across the

country. As such following projections should be attempted.

i. Demographic Projections

ii. Employment Projection

iii. Industrial Growth Projection

Task 3-3 Land Use Transitions

The objective of successful land-use development and growth models is to identify where, how much

and what kinds of land use will develop. When modelling urban developments, it is necessary to

consider changes from vacant to built-up, as well as changes to the land use itself, such as from

residential to commercial. Simulation tools should be used to study these types of land use changes. The

land use type should be disaggregated into residential, commercial, retail, recreational, industrial,

educational, religious, and other categories.

Task 3-4 Transport Demand Analysis

Demand for passenger transport can be estimated using a four-step model developed on VISSUM/

similar software. The model developed can then be used for analysing the horizon years of the BAU

scenario. The consultant shall submit VISSUM complied form files for verification of the model.

Task 3-5 Technology Transitions

An understanding of vehicles, fuels and CO2 emissions from electricity used in transportation system is

essential to understand the implications of travel demand on CO2 emissions and air quality.

Task 3-6 CO2 Emissions and Air Quality

The framework for sustainable urban mobility needs to utilise the four strategic levers: urban form, Non-

Motorised Transport (NMT), Public Transport (PT) and Technology. The framework should study the

impacts of alternative strategies using key indicators for mobility, safety, and local environment, as well

as more aggregate indicators like CO2 and energy use.

Task 3-7 Analysis and Indicators (Comparison with Benchmarks)

The indicators for the BAU scenario, similar to those estimated for the base year, should be analysed and

compared.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

48

Task 4: Development of Sustainable Urban Transport Scenarios

Task 4-1 Framework for Scenario

The sustainable urban transport scenario should visualise social, economic, environmental and

technological transitions through which societies respond to climate change, local environment and

mobility challenges. The scenario assumes deep emissions cuts using low carbon energy sources (e.g.,

renewables, natural gas, etc.), highly efficient technologies (e.g., improved vehicle efficiency), adoption

of behavioural and consumption styles consistent with sustainable development, changes in urban

development and enhanced use of non-motorised and public transport infrastructures.

Task 4-2 Strategies for Sustainable Urban Transport Scenario

The scenarios described here are related to the plans and policies aimed at limiting private vehicle

usage. The scenarios also assume an increase in motorised transport to some extent, which is inevitable

given the low level of vehicle use on a per capita basis. Therefore, emphasis is also placed on improving

technology in terms of efficiency and emissions. The strategies can be typically categorised into the

following four categories:

Change in urban structure

Improving non-motorised transport

Improving public transport

Technological changes

These strategies will deliver full benefits if they are implemented collectively; however for analysis it

may be useful to present them one by one to see the individual effect. The strategies presented here are

indicative, and the consultants can adapt them to a city’s specific circumstances.

A: Urban Structure

The scenario should explore alternate development strategies for reducing trip lengths and improving

access to public transport through changes in zoning regulations and floor area ratio to achieve higher

density, diversity and better design.

B: Non-Motorised Transport Infrastructure

The scenario should consider improving the use of NMT mode and improvement of NMT infrastructure

thereof. The scenario should also consider the safety of NMT users.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

49

C: Public Transport

Since most Indian cities lack reliable bus service, two kinds of scenarios for public transport should be

considered:

1. Improved bus service with compatible pedestrian and bicycle infrastructure

2. Improved bus service and mass transit with compatible pedestrian and bicycle infrastructure

D: Improving Public Transport, NMT and Urban Structure

This scenario looks at how the implementation of NMT, public transport and urban structure strategies

combine and complement each other.

E: Technology

Technology changes can encompass changes to vehicles design, fuel use, energy use and reduction in

CO2 emissions related to electricity.

F: Regulatory and Financial Measures (Incentives and Disincentives)

A wide variety of measures can be undertaken to help shift people from private transport modes to

sustainable urban transport under a regulatory and financial measure scenario. These measures try to

internalise the cost of externalities imposed by private vehicles. These may be incorporated in the model

in the form of increased generalised cost of travel by private modes.

Task 4-3 Transport Demand Analysis of Alternative Strategies for Sustainable Urban Transport

Based on the above scenario (A, B, C, D and F), improvement in infrastructure for sustainable urban

transport needs to be suggested.

Task 4-4 Technology Transitions under a Low Carbon Scenario

In the low carbon scenario, the fuel mix is expected to diversify further from BAU towards bio-fuels,

electricity and natural gas. Options for technology transitions should be suggested.

Task 4-5 CO2 Emissions and Air Quality (Refer task 3-6)

The model framework is same as the BAU scenario for estimating CO2 emissions and air quality.

Task 4-6 Analysis and Indicators (Comparison with Benchmarks)

Sustainable urban transport scenario should be compared with indicators and benchmarks.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

50

Task 5: Development of Urban Mobility Plan

The goal should be to provide for Comfortable Public Transport, NMT incorporated with other modes of

transport and Freight movement plan as part of CMP.

The Urban Mobility Plan should be developed in consultation with stakeholders and on the basis of the

analysis carried under Tasks 3 and 4. The urban mobility plan can be defined along the following lines;

however it is important that the plan includes a phasing plan and implementation agencies:

i. Integrated Land Use and Urban Mobility Plan

ii. Public Transport Improvement Plan

iii. Road Network Development Plan

iv. NMT Facility Improvement Plan

v. Freight Movement Plan

vi. Mobility Management Measures

vii. Fiscal Measures

Task 5-8 Mobility Improvement Measures and NUTP Objectives

A table should be prepared summarising the relationship between the NUTP objectives and the

measures proposed in the CMP, together with a classification of the measures according to their

implementation time frame (immediate, short, medium and long term).

Task 6: Preparation of the Implementation Program

Proposed projects should be evaluated and prioritised against clear criteria and classified into

immediate, short, medium and long-term. As the CMP is a long-term vision for the city authority, the

overall ownership of the CMP lies with ULBs. Given the ULB’s dependence on funding, a city’s CMP

should make a resource assessment for all the projects listed in the CMP and should suggest the city

authority, city-specific and project-specific indicative source of financing for the project.

1. STUDY DELIVERABLES

The CMP document should be as per the sample contents attached herewith. The study is to be

completed within the specified months (Refer Table 3). The deliverables are listed below.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

51

Deliverables Submission date for each CMP for

Group 1 (maximum no. Of months from start

of work)

Submission date for each CMP for

Group 2 (maximum no. Of months from start

of work)*

Submission date for each CMP for

Group 3 (maximum no. Of months from start

of work)*

No. of copies (hard + Soft)

Date of signing of agreement

M M M

Inception Report and Detailed Work Plan

M+1 M+1 M+1 5

Interim Report M+4 M+3 M+3 5

Draft Final CMP M+8 M+6 M+6 5

Final CMP with Executive summary

Within 1 month of receipt of comments

Within 1 month of receipt of comments

Within 1 month of receipt of comments

10

Cluster 1 - Patna Urban Agglomeration: comprising of Patna, Danapur, Khagaul and Phulwari

Sharif (Only Patna is a Municipal Corporation and accounts for more than 80% of the total

population. The other towns are included because of the growth of Patna and the fact that the

maximum distance to any town in 60 minutes. Commuting is high with high end residential

growth coming up in these adjoining towns.)

Cluster 2 - Bhagalpur, Munger, Katihar, Purnea, Begusarai

Cluster 3 - Arrah, Muzaffarpur, Darbhanga, Biharsharif, Gaya

*All the 11 CMPs are to be prepared concurrently/simultaneously.

A soft copy including database material (in PDF and Word /Excel /PPT/Dwg format/ Shape files/ Ver files

etc) shall be submitted with each of the above. Even the model developed should be submitted in PDF as

well as in the software used for modelling. All raw data collected in excel formats is to be submitted and

uploaded on KMC portal

2. STAKEHOLDER CONSULTATIONS

The CMP will be discussed with stakeholders at various stages of study throughout the study with the

objective to develop a working relationship with stakeholders and to obtain their views on the CMP.

Accordingly, a combined stakeholder consultation/ workshops/seminars for all the 5 CMPs will be held

at Patna by the consultant at each of the following stages:

Inception Report,

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

52

Interim Report, and

Draft Final Report stages.

Final Report stage.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

53

Appendix 2: List of Empanelled consultants by Ministry of Urban Development Government of India

List of consultants/agencies for preparation of Comprehensive Mobility Plan for cities

S. No. Name of the Agencies Address & Contact details

1 NF Infratech Service Pvt. Ltd. N-14, Lower Ground Floor, Malviya Nagar, New Delhi-110017 Tel: 011- 11-24508737

2 CDM Smith India Private Limited #75, 2nd floor, 14th Cross, 1st Block, R.T. Nagar , Bangalore-560032 Tel: 080-23543413/3408

3 LEA Associates South Asia Pvt. Ltd. B-1/E-27, Mohan Cooperative Industrial Estate, Mathura Road, New Delhi-110044 Tel: 011-26973950/52

Fax: 011-26971062

4 Mehta & Associates Architects and Urban Planners

Mehta & Associates Architects and Urban Planners 101-102, Navneet Plaza, 5/2, Old Palasia Indore (MP) – 452001 Ph – 0731 - 2561124

5 DHV India Pvt. Ltd B-1/I-1, First Floor, Mohan Co-operative Industrial Estate, Mathura Road, New Delhi - 110 044 Tel: 011 49888700 Fax : 011 49888701

6 Definiti Design - TPAEC JV B-103, II Floor, Sector 72, Noida 201301

Tel: 0120-648 90 05 7 EGIS India Consulting Engineers Pvt. Ltd. 13/6, SSR Corporate Park, 8th floor, Sector-27 B, Delhi-Mathura Road, Faridabad-121003 Tel: 0129-4265100

Fax: 0129-4050892

8 Tandon Urban Solutions Pvt. Ltd. 701, Harbhaajan Building , Near Mumbai University, Kalina, Santacruz (East) Mumbai -400 098

Telefax:022-26655335

9 IPE Global Private Limited IPE Towers,B-84, Defence Colony, Bhisham Pitamah Marg,New Delhi - 110024, Tel: 011-40755904 Ext: 212 Fax: 011– 24339534

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

54

10 Consulting Engineering Services (India) Private Limited

57, 5th floor, Nehru Place, New Delhi-110019 Tel: 011-41392300/41392374/41392385

11 McKinsey & Company Inc. Alamelu Terrace, 5th floor, 163, Anna Salai, Chennai-600002 Telephone: 044- 66413000 Fax: 044- 6611400

12 RITES Ltd. RITES Bhawan1,Sector 29, Gurgaon-122001 Tele: 0124-2571666 Fax: 0124-2571660

13 Urban Mass Transit Company Ltd. (UMTC)

5th floor, A-Wing, IFCI Tower, 61 Nehru Place, New Delhi-110019 Tel: 011-41606074/75/76/78 Fax: 011-26410763

14 Delhi Integrated Multi-Modal Transit System Ltd. (DIMTS)

1st Floor, Maharana Pratap ISBT Building, Kashmere Gate, Delhi – 110006

Tel: +91 11 43090100 Fax: + 91 11 23860966

15 L&T-Ramboll Consulting Engineers Limited

4th floor, Triton Square (SKCL Building), C3- C7, Thiru.Vi. Ka Industrial Estate, Guindy, Chennai-600032 Tel: 044-2250 9999 / 2250 9601

16 CPCS Canada, CPCS Transcom International Ltd.

1st floor, Trident House, Lower Broad Street, Bridetown, Barbados Tel: (613) 237-2500 Fax: (613) 237-4494

Indian Building Congress, First Floor, R.K. Puram, Sector- VI, New Delhi-110 022.

98717-44226 17 IBI Group # 410 Time Tower, MG Road Gurgaon -

122002 Tel: 0124-4840700 Fax: 0124-4840720

18 ICRA Management Consulting Services Limited

Logix Park, 1st Floor, Tower A4 & A5, Sector- 16, Noida -201301 (UP) Tele: 0120- 4515800 Fax: 0120- 4515850

19 Feedback Infrastructure Services Pvt. Ltd.

15th Floor, Tower 9B, DLF Cyber City, Phase- III, Gurgaon 122 002 Tel: 0124- 416 9100 Fax: 0124- 416 9175

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing

Department (UDHD). Government of Bihar.

55

20 SREI Infrastructure Finance Limited D-2, 5th floor, Southern Park, Saket, New Delhi-110017 Tel: 011-66025700

Fax: 011-66025818

21 SLS Transport Training Institute & Consultancy Pvt. Ltd.

No.188, 4th Main, Sadanandanagar, NGEF Layout, Bangalore-500038 Telefax: 080-25383819

22 Intercontinental Consultants & Technocrats Pvt. Ltd.

A -8 Green Park, New Delhi 110016 Tel: 011 40863000, Extn.: 1239,

Fax: 011- 26855252

23 CEPT University, Ahmedabad Centre for Environment Planning and Technology, University, Kasturbhai Lalbhai Campus, University Road, Navrangpura, Ahmedabad – 380 009.

Tel : 26302470, 26302740, 26306765

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

56

Appendix 3: Format for Submission of Proposal

[On the Letter head of the Applicant (Lead Member in case of Consortium)

To, Date:

Principle Secretary Urban Development and Housing Department Vikas Bhawan, Bailey Road, Patna Bihar-800015 Website: www.urban.bih.nic.in

Ref: Request for proposal for selection of consultant for “Selection of consultant for ‘Preparation of CMP for 3 clusters of Bihar’ cities for Urban Development and Housing Department (UDHD), Government of Bihar”.

Dear Sir / Madam,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide Professional Consulting services for “Selection of consultant for ‘Preparation of CMP for 3 clusters of Bihar’ cities for Urban Development and Housing Department (UDHD), Government of Bihar” for the sum as may be ascertained in accordance with the Price Schedule attached herewith and made part of this proposal. We hereby declare that all the information and statement made in this Application are true and accept

that any misinterpretation contained in it may lead to our disqualification at any stage of the bidding

process and even later. The required information about our organization is attached in the prescribed

format. We are enclosing our proposal for Qualification in one (1) original plus one (1) copy, with the

details as per the requirements of the RFP Document, for your evaluation.

We undertake, if our Proposal is accepted, to commence and complete the services specified in the

contract within the time frame stipulated.

We agree to abide by this proposal for a period of 90 days from the date fixed for opening of proposals

in the invitation for proposal, and it shall remain binding upon us and may be accepted at any time

before the expiration of that period.

We understand that you are not bound to accept any proposal you may receive.

Yours faithfully,

(Signature of Authorised Signatory) (Name,

Title and Address)

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

57

Appendix 4: Format for Power of Attorney for Submission of Proposal

(On Non – judicial stamp paper of Rs 100/- or such equivalent document duly attested by Notary public)

Power of Attorney

Know all men by these presents, we …………………………………………… (Name and Address of the registered

office) do hereby constitute, appoint and authorise Mr. /Ms.…………………… ………… (name and residential

address) who is presently employed with us and holding the position of ………………………………………. as our

attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection

with or incidental to our bid submission for the “Preparation of Comprehensive Mobility Plan for

cluster ------” of Bihar cities for Urban Development and Housing Department, Government of Bihar,

including signing and submission of all documents and providing information / responses to UDHD or

Institute of Urban Transport (“IUT”), representing us in all matters before UDHD and generally dealing

with UDHD or IUT in all matters in connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this

Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall

always be deemed to have been done by us.

For

___________________________

(Signature)

(Name, Title and Address)

Accepted

………….. …………….(Signature)

To be executed by the Lead Member in case of a Consortium.

The mode of execution of the Power of Attorney should be in accordance with the procedure, if

any, laid down by the applicable law and the charter documents of the executant(s) and when it

is so required the same should be under common seal affixed in accordance with the required

procedure.

In case the Application is signed by an authorised Director of the Applicant, a certified copy of

the appropriate resolution/ document conveying such authority may be enclosed in lieu of the

Power of Attorney

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

58

Appendix 5: Format for Power of Attorney for Lead Member of Consortium

(On Non – judicial stamp paper of Rs 100/- or such equivalent document duly attested by Notary public)

Power of Attorney

Whereas the Bihar Urban Development Authority (“UDHD”) has invited bids from interested parties for

Request for proposal for selection of consultant for ‘“Preparation of Comprehensive Mobility Plan for

Cluster ------” for Urban Development and Housing Department, Government of Bihar .Whereas, the

members of the Consortium are interested in bidding for the Project and implementing the Project in

accordance with the terms and conditions of the Request for Proposal (RFP) Document, and other

connected documents in respect of the Project, and

Whereas, it is necessary under the RFP Document for the members of the Consortium to designate the

Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts,

deeds and things as may be necessary in connection with the Consortium’s bid for the Project who,

acting jointly, would have all necessary power and authority to do all acts, deeds and things on behalf of

the Consortium, as may be necessary in connection with the Consortium’s bid for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT;

We, M/s. ……………… (Lead Member), and M/s ……………… (the respective names and addresses of the

registered office) do hereby designate M/s. ………………………………… being one of the members of the

Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the

acts, deeds or things necessary or incidental to the Consortium’s bid for the Project, including

submission of proposal for Qualification/ Application, participating in conferences, responding to

queries, submission of information/ documents and generally to represent the Consortium in all its

dealings with UDHD or IUT, any other Government Agency or any person, in connection with the Project

until culmination of the process of bidding and thereafter till the Contract Agreement is entered into

with UDHD Bihar.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member, Our said attorney

pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid attorney

shall and shall always be deemed to have been done by us/Consortium.

Dated this …………Day of ……….2017

…………………………………

(Executants)

(To be executed by all the members of the Consortium)

Note: The mode of execution of the Power of Attorney should be in accordance to the procedure, if any,

laid down by the applicable law and the charter documents of the executant(s) and when it is so required

the same should be under common seal

Affixed in accordance with the required procedure.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

59

Appendix 6: Format for Details of Consultant

1. Details of Applicant

(Documentary proof to be enclosed wherever required)

S.No Details

1. Name of applicant with full address

2. Tel. No.

3. Fax No.

4. Email

5. Year of Incorporation.

6. Country of incorporation:

7. Name and address of the person holding the Power of Attorney.

8. (i) Place of Business.

9. (ii) Date of Registration.

10. Name of Bankers with full address.

11. Service Tax Registration Number (copy).

12. Are you presently debarred / Black listed by any Government Department /Public Sector Undertaking /Any Employer? (If Yes, please furnished details)

13. Name and details (Tel / Mobile / E mail) of contact persons

Details of Authorised Signatory:

1. Name:

2. Designation:

3. Company:

4. Address:

5. Phone No.:

6. Fax No. :

7. E-mail address:

2. In case of a Consortium:

a) The information above should be provided for all the members of the Consortium

b) Information regarding role of each member should be provided as per table below:

c)

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

60

Sr. No.

Name of Member

Role (Specify Lead Member/ Other Member)

1.

2.

Certified that the above information is correct to the best of our knowledge and no relevant information

is concealed. If at any time during or after the bidding process, it is proved that the information

furnished by us is wrong, UDHD reserves the right to take necessary action against our firm as per

applicable Laws/Rules of the land.

Signature of Authorized Representative of the Firm

Date Name -------------------------------------------------------------

Place Designation

Tel No.

Mobile No.

E Mail ID

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

61

Appendix 7: Format for Details of the Key Personnel

Sr.No Designation of key personnel

Name Qualification Sector Experience

Areas of functional Expertise

Length of professional experience

Present Employment

Name of firm

Employed Since

Signed by Applicant/ Authorized Signatory

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

62

Appendix 8: Financial Proposal Submission Form

To,

Principal Secretary

Urban Development and Housing Department

Vikas Bhawan,

Bailey Road,

Patna

Bihar-800015

Website: www.urban.bih.nic.in

Dear Sir,

We, the undersigned, offer to provide the consulting services for “Preparation of Comprehensive

Mobility Plan for Cluster ------” for Urban Development and Housing Department, Government of

Bihar in accordance with your Request for Proposal dated [16th December , 2016] and our Technical

Proposal. Our Financial Proposal is attached in this appendix. This amount is inclusive of all domestic

taxes and all other charges whatsoever. We hereby confirm that the financial proposal is unconditional

and we acknowledge that any condition attached to financial proposal shall result in rejection of our

financial proposal.

Our financial proposal shall be binding upon us subject to the modifications resulting from contract

negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in the

Data Sheet. Commissions and gratuities paid or to be paid by us to agents relating to this proposal and

contract execution, if we are awarded the contract, are listed below:

Name and Address

Amount and Purpose of Commission and Gratuity of Agents

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

63

Name of Firm:

Address:

1. Financial proposal “Preparation of Comprehensive Mobility Plan for Cluster ------” of Bihar

cities for Urban Development and Housing Department, Government of Bihar

A. City wise cost(In Rs)

S.no. City name Manpower Cost Survey Cost Travel Cost including

Boarding and Loading

Miscellaneous cost if any

1 City 1

2 City 2

3 City 3

Note: The UDHA reserve the right to reduce the number of cities, if required, and the cost will be worked

out accordingly.

B. Other costs (In Rs)

a. Stakeholder Consultation

b. Other cost if any (Please specify)

C. Grand total (A+B)=Rs.

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

64

Appendix 9: Format for Affidavit Certifying that Entity/Director/s/of Entity are not backlisted

(On a Stamp Paper of relevant value)

Affidavit

I M/s. ……………… (Sole Applicant / Lead Member/ Other Member /s)), (the names and addresses of the

registered office) hereby certify and confirm that we or any of our promoter/s / director/s are not

barred or blacklisted by any state government or central government / department / agency/PSU in

India from participating in Project/s, either individually or as member of a Consortium as on the 23rd

January, 2017.

We further confirm that we are aware that our Application for the captioned Project would be liable for

rejection in case any material misrepresentation is made or discovered at any stage of the Bidding

Process.

We further confirm that our Proposal for the captioned Project would be liable for rejection in case

conditions with regard to the requirements of RFP are not fulfilled at any stage of the Bidding Process or

thereafter during the bidding period.

Dated this ……………………..Day of …………………., 2017

Name of the Bidder

…………………………………………….

Signature of the Authorised Person

…………………………………………….

Name of the Authorised Person

Note:

To be executed separately by all the Members in case of Consortium

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department

(UDHD). Government of Bihar.

65

Appendix 10: Performance Bank Guarantee format

Performance Bank Guarantee

Beneficiary: Request for Proposal No: Date: BID GUARANTEE No.: Guarantor:

We have been informed that (hereinafter called "the Applicant") has

submitted or will submit to the Beneficiary its bid (hereinafter called "the Bid") for the execution of

under Request for Proposal No. (“the RFP”).

Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be supported

By a bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary

any sum or sums not exceeding in total an amount of ( _) upon receipt

by us of the Beneficiary’s complying demand, supported by the Beneficiary’s statement, whether in

the demand itself or a separate signed document accompanying or identifying the demand, stating

that either the Applicant:

(a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s Letter of Bid

(“The Bid Validity Period”), or any extension thereto provided by the Applicant; or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity

Period or any extension thereto provided by the Applicant, (i) has failed to execute the contract

agreement, or (ii) has failed to furnish the performance security,, in accordance with the

Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.

This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of copies of

the contract agreement signed by the Applicant and the performance security issued to the

Selection of consultant for preparation of comprehensive mobility plan on behalf of Urban Development and Housing Department (UDHD).

Government of Bihar.

66

Beneficiary in relation to such contract agreement; or (b) if the Applicant is not the successful bidder, upon the

earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding

process; or (ii) twenty-eight days after the end of the Bid Validity Period.

Consequently, any demand for payment under this guarantee must be received by us at the office indicated

above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication

No. 758. [signature(s)]