R2 250217 Raipur Rahan Kalan Consultant
R2 250217 Raipur Rahan Kalan Consultant
for
Selection of consultant for preparation of Detailed
Layout Plan, Detailed Project Report of all project
components of Raipur-Rahan kalan Township in Agra
February 2025
Issued by:
This Request for Proposal (RFP) document for Selection of consultant for preparation of Detailed Layout
Plan, Detailed Project Report of all project components of Raipur-Rahan Kalan Township in Agra
(hereinafter referred to as the “Project”) contains brief information about the scope of work and qualification
process for the selection of Bidder/Consultant. The purpose of the RFP Document is to provide the
Bidders/Consultants (hereinafter referred to as “Bidder/s”) with information to assist the formulation of their
proposals (hereinafter referred to as the “Proposal/s”).
This RFP is not an agreement and is neither an offer by the Authority to the prospective Bidder or any other
person. The purpose of this RFP is to provide interested parties with information that may be useful to them in
making their Financial Bids pursuant to this RFP. While all efforts have been made to ensure the accuracy of
information contained in this RFP Document, this document does not purport to contain all the information
required by the Bidders. The Bidders should conduct their own independent assessment, investigations and
analysis and should check the reliability, accuracy and completeness of the information at their end and obtain
independent advice from relevant sources as required before submission of their Proposal. Agra
Development Authority (hereinafter referred to as “Client” or the “Authority”) or any of its employees or
existing advisors shall incur no liability under any law, statute, rules, or regulations as to the accuracy or
completeness of the RFP Document. The Authority reserves the right to change any or all conditions/
information set in this RFP Document by way of revision, deletion, updating or annulment through issuance of
appropriate addendum as the Authority may deem fit without assigning any reason thereof.
The Authority reserves the right to accept or reject any or all Proposals without giving any reasons thereof.
The Authority will not entertain or be liable for any claim for costs and expenses in relation to the preparation
of the Proposals to be submitted in response to this RFP Document.
Information provided in this RFP to the Bidder (s) is on a wide range of matters, some of which may depend
upon interpretation of law. The information given is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. The Authority
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed
herein.
i
`Contents
ii
FORM 5: Declaration ....................................................................................................................................48
FORM 6: Declaration ....................................................................................................................................49
Form 7: Curriculum Vitae (CV) for Proposed Professional Staff ..................................................................50
FORM 8: Financial Proposal ........................................................................................................................51
iii
1 Data Sheet
Name of the Bid Selection of consultant for preparation of Detailed Layout Plan,
Detailed Project Report of all project components of Raipur-
1 Rahan Kalan Township in Agra
Time-period of contract Twelve (12) months (inclusive of master planning and detailed
2
design– extendable on mutually agreed terms)
3 Method of selection Quality-cum-cost based selection (QCBS) 70:30
Ernest Money Deposit Refundable amount of INR 5,00,000/- incl. tax/GST etc. including
taxes
Note: EMD is not to be deposited by the Bidders taking benefit of
exemption of EMD with valid documents. For taking exemption of
4 EMD, the intending bidder shall have to upload self-attested duly
stamped copy of Udyog Aadhar registration certificate of MSME and
valid NSIC enlistment certificate in appropriate category along with
Bid. If the aforesaid document is not submitted by the Bidder, the
exemption of EMD may not hold good and bid shall become invalid.
5 Tender Processing Fee Non-refundable fee of INR 5,000 + GST 18%, i.e., INR 5,900.00
6 Payment Details https://induscollect.indusind.com/pay/
Security Deposit/ Performance INR 20,00,000.00 (Rupees Twenty Lakhs only)
7
Guarantee
Name of the Authority’s official Chief Engineer, ADA
for addressing queries and
Contact: + 91 8299094976, 7989777560
8 clarifications
E-mail: [email protected]
Website: http://adaagra.org.in/
9 Proposal Validity Period 180 days from Proposal Due Date
10 Consortium Not allowed
1
2 Instructions to Bidders
2.1 General instructions
1. No Bidder shall submit more than one (1) Proposal, in response to this RFP.
2. The RFP is non-transferable, and Proposals shall be submitted only by the respective
Bidders to whom the RFP has been issued to be Authority.
1. The Bidders shall bear all costs associated with the preparation and submission of the
Proposal. Authority will not be responsible and liable for any costs, regardless of the
conduct or outcome of the Proposal/process.
2. Bidders are encouraged to submit their respective Proposals after visiting the office of
the Client and ascertaining for themselves the availability of documents and other data
with the Client, Applicable Laws and regulations or any other matter considered relevant
by them.
3. All papers submitted with the Proposal are neither returnable nor claimable.
1. Notwithstanding anything contained in this RFP, Authority reserves the right to accept or
reject any Proposal and to annul the bidding process and reject all the Proposals, at any
time without any liability or any obligation for such acceptance, rejection, or annulment,
without assigning any reason.
ii. The Bidder/s do/does not respond promptly and diligently to requests for supplemental
information required for the evaluation of Proposals, or
iii. The Bidder does not adhere to the formats provided in the Annexure A to the RFP while
furnishing the required information/details.
2.1.4 Clarifications
1. Bidders are encouraged to inform themselves fully about the assignment and the local
conditions before submitting the Proposal by paying a visit to the Authority and the
Project site, sending written queries to the Authority, and attending a Pre-Proposal
Conference.
2
2. Bidders requiring any clarification on the RFP may send their queries to the Client by
email at the mail-id provided in communications details in the Data Sheet with subject
clearly written the following identification:
3. The Client shall endeavour to respond to the queries within the period specified therein
but no later than 7 (seven) days prior to the PDD. The Client will post the reply to all such
queries on the Official Website.
4. The Client reserves the right not to respond to any queries or provide any clarifications,
in its sole discretion, and nothing in this Clause 2.1.4 shall be construed as obliging the
Client to respond to any question or to provide any clarification.
1. At any time prior to the Proposal Due Date (PDD), the Authority, for any reason, whether
at its own initiative or in response to a clarification requested by eligible Bidder/s, may
modify the RFP by issuance of an addendum. Such amendments shall be uploaded on
the e-procurement website http://etender.up.nic.in and Authority web site at Welcome
to Agra Development Authority (adaagra.org.in) through a corrigendum and this shall
form an integral part of the e-bid/Proposal document. The relevant clauses of the e-
bid/Proposal document shall be treated as amended accordingly. It shall be the sole
responsibility of the prospective Bidder to check the above-mentioned websites from
time to time for any amendment in the RFP document/s. The Authority shall not be
responsible for failure to get/download the amendments.
2. In order to provide the Bidders a reasonable time to examine the addendum, or for any
other reason, Authority may, at its own discretion, extend the PDD Data identification
and collection
3. It is desirable that the Bidders submit their Proposal/s after verifying the availability of
the data, information and/or any other matter considered relevant.
i. Made a complete and careful examination and accepted the RFP in totality.
iii. Made a complete and careful examination of the various aspects of the indicative
Scope of Work.
5. Authority shall not be liable for any mistake or error on the part of the Bidder in respect
of the above.
3
1. It is desirable that the Applicants submit their Proposal/s after verifying the availability of
the data, information and/or any other matter considered relevant.
2. It is deemed that Applicants have conducted their own assessment, research and
analysis, including seeking clarifications, queries from nodal officer(s) identified in this
document, as required before submission of their Proposal.
i. Made a complete and careful examination and accepted the RFP in totality.
iii. Made a complete and careful examination of the various aspects of the Scope of
Work.
4. Client shall not be liable for any mistake or error on the part of the Applicant in respect
of the above.
1. The Proposal and all related correspondence and documents should be written in the
English/Hindi language. Supporting documents and printed literature furnished by the
Bidders with the Proposal may be in any other language if they are accompanied by
appropriate translations of the pertinent passages in the English/Hindi language.
Supporting materials, which are not translated into English/Hindi, may not be considered
for evaluation. To interpretation and evaluation of the Proposal, the English/Hindi
language translation shall prevail.
2. The currency for the purpose of the Proposal shall be the Indian National Rupee (INR).
1. Proposals shall remain valid for a period of as mentioned in the data sheet from the
Proposal Due Date ("Proposal Validity Period") and Authority may solicit the Bidder’s
consent for extension of the period of validity, if required. Authority reserves the right to
reject any Proposal, which does not meet this requirement.
1. The Bidders shall prepare electronic copies of the technical and financial e-bid/Proposals
separately.
2. Bidders should provide all the information as per the RFP and in the specified formats.
Authority reserves the right to reject any Proposal that is not in the specified formats.
3. In case the Bidders intends to provide additional information for which specified space
in the given format is not sufficient, it can be furnished in duly stamped and signed PDFs.
4
1. The bid submission module of e-procurement website http://etender.up.nic.in enables
the Bidders to submit the Proposal online in response to this RFP published by the
Authority. Submission can be done till the Proposal Due Date specified in the RFP.
Bidders should start the process well in advance so that they can submit their Proposal
in time. The Bidder should submit their Proposal considering the server time displayed
in the e- procurement website. This server time is the time by which the submission
activity will be allowed on the Proposal Due Date indicated in the RFP schedule. Once
the submission date and time has passed, the Bidders cannot submit their Proposals.
For delay in submission of Proposal due to any reasons, the Bidders shall only be held
responsible.
i. For participating through the e-tendering system, it is necessary for the Bidders to
be the registered users of the e-procurement website http://etender.up.nic.in. The
Bidders must obtain a user login ID and password by registering themselves with
U.P. Electronics Corporation Ltd. (UPLC), Lucknow if they have not done so
previously.
ii. In addition to the normal registration, the Bidder must register with his/her Digital
Signature Certificate (DSC) in the e-tendering system and subsequently he/she will
be allowed to carry out his/her e-bid/Proposal submission activities. Registering the
DSC is a one-time activity. Before proceeding to register his/her DSC, the Bidder
should fist log on to the e-tendering system using the user login option on the home
page with the login ID and password with which he/she has registered.
iv. The Bidder can search for active tenders through "search active tenders" link, select
a tender in which he/she is interested in and then move it to 'My Tenders' folder using
the options available in the e-bid submission menu. After selecting the tender, for
which the Bidder intends to e-bid/Proposal, from "My tenders" folder, the Bidder can
place his/her e-bid/Proposal by clicking "pay offline" option available at the end of
the view tender details form. Before this, the Bidder should download the RFP
document including financial format and study them carefully. The Bidder should
keep all the documents ready as per the requirements of RFP document in the PDF
format.
v. After clicking the 'pay offline' option, the Bidder will be redirected to terms and
conditions page. The Bidder should read the terms & condition before proceeding to
fill in the Bid Processing Fee offline payment details. After entering and saving the
Bid Processing Fee details form so that "Bid document preparation and submission”
window appears to upload the documents as per technical and financial
schedules/packets given in the tender details. The details of the RTGS should tally
with the details available in the scanned copy and the date entered during e-
bid/Proposal submission time otherwise the e-bid/Proposal submitted will not be
accepted.
5
vi. Before uploading, the Bidder must select the relevant DSC. He may be prompted to
enter the DSC password, if necessary. For uploading, the Bidder should click
"browse" button against each document label in technical and financial
schedules/packets and then upload the relevant PDF files already prepared and
stored in the Bidder’s computer.
vii. The Bidder should click "Encrypt" next for successfully encrypting and uploading of
required documents. During the above process, the e-bid/Proposal documents are
digitally signed using the DSC of the Bidder and then the documents are
encrypted/locked electronically with the DSCs of the bid openers to ensure that the
e-bid/Proposal documents are protected, stored, and opened by concerned bid
openers only.
viii. After successful submission of e-bid/Proposal document, a page giving the summary
of e-bid submission will be displayed confirming end of e-bid/Proposal submission
process. The Bidder can take a printout of the bid summary using the "print" option
available in the window as an acknowledgement for future reference.
ix. Authority reserves the right to cancel any or all e-bids/Proposals without assigning
any reason.
1. The server time indicated in the bid management window on the e- procurement website
http://etender.up.nic.in will be the time by which the e-bid/Proposal submission activity
will be allowed till the permissible date and time scheduled in the e-tender. Once the e-
bid/Proposal submission date and time is over, the Bidder cannot submit his/her e-
bid/Proposal. Bidder must start the bid submission well in advance so that the
submission process passes off smoothly. The Bidder will only be held responsible if
his/her e-bid/Proposal is not submitted in time due to any of his/her problems/faults, for
whatsoever reason, during the e-bid/Proposal submission process.
1. At any point of time, a Bidder can withdraw his/her Proposal submitted online before the
Proposal Due Date. For withdrawing, the Bidder should first log in using his/her login ID
and password and subsequently by his/her DSC on the e-procurement website
http://etender.up.nic.in The Bidder should then select "My bids" option in the bid
submission menu. The page listing all the bids submitted by the Bidder will be displayed.
Click "View" to see the details of the bid to be withdrawn. After selecting the "bid
withdrawal" option, the Bidder must click "Yes" to the message- "Do you want to withdraw
this bid?" displayed in the bid information window for the selected bid. The Bidder also
has to enter the bid withdrawing reasons and upload the letter giving the reasons for
6
withdrawing before clicking the "Submit" button. The Bidder has to confirm again by
pressing "OK" button before finally withdrawing his/her selected e-bid/Proposal.
2. No e-bid/Proposal may be withdrawn in the interval between the Proposal Due Date and
the Proposal Validity Period. Withdrawal of an e-bid/Proposal during this interval may
result in the Bidder’s forfeited of his/her e-bid/Proposal security.
3. The Bidder can re-submit his/her e-bid/Proposal as when required till the e-bid
submission end date and time. The e-bid/Proposal submitted earlier will be replaced by
the new one. The payment made by the Bidder earlier will be used for revised e-bid and
the new e-bid submission summary generated after the successful submission of the
revised e-bid will considered for evaluation purposes. For resubmission, the Bidder
should first log in using his/her login Id and password and subsequently by his/her digital
signature certificate on the e-procurement website http://etender.up.nic.in. The Bidder
should then select "My bids" option in the bid submission menu.
The page listing all the bids submitted by the Bidder will be displayed. Click "View" to see
the detail of the e-bid to be resubmitted. After selecting the "bid resubmission" option, click
"Encrypt & upload" to upload the revised e-bids documents.
4. The Bidder can submit their revised e-bids/Proposals as many times as possible by
uploading their e-bid documents within the scheduled date & time for submission of e-
bids/Proposals.
5. No e-bid can be resubmitted subsequently after the deadline for submission of e-bids.
1. The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP or the Bidding Documents and the Bidder
shall, when so required by the Authority, make available all such information, evidence
and documents as may be necessary for such verification. Any such verification, or lack
of such verification, by the Authority shall not relieve the Bidder of its obligations or
liabilities hereunder nor will it affect any rights of the Authority thereunder.
2. The Authority reserves the right to reject any Bid and appropriate the Bid Security if:
b. the Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the Bid.
3. Such misrepresentation/ improper response shall lead to the disqualification of the
Bidder. If such disqualification / rejection occurs after the Bids have been opened and
the Highest Bidder gets disqualified / rejected, then the Authority reserves the right to:
a. invite the remaining Bidders to submit their Bids in accordance with Section 3 and 4; or
b. take any such measure as may be deemed fit in the sole discretion of the Authority,
including annulment of the Bidding Process.
4. Kindly note that technical bids with any financial bid information shall be
summarily rejected
7
2.2.9 Selection of the Bidder
1. From the time the Proposals are opened to the time the contract is awarded, if any Bidder
wishes to contact the Authority, on any matter related to their Proposal it should do so in
writing. Any effort by the Bidders to influence any officer or bearer of the Authority in the
Proposal evaluation or contract award decisions may result in the rejection of the
Bidder’s Proposal.
1. After the technical evaluation, the Authority shall prepare a list of prequalified Bidders in
terms of Section 4 for opening of their financial bid. A date, time and venue will be notified
to all Bidders for announcing the result of evaluation and opening of Financial Bid. Before
opening of the Financial Bid, the list of pre-qualified Bidders along with their technical
scores will be read out. The opening of Financial Bid shall be done in presence of
respective representatives of Bidders who choose to be present. The Authority will not
entertain any query or clarification from Bidder who fail to qualify at any stage of the
selection process.
2. Bidders are advised that selection shall be entirely at the discretion of the Authority.
Bidders shall be deemed to have understood and agreed that the Authority shall not be
required to provide any explanation or justification in respect of any aspect of the
selection process.
3. Any information contained in the Proposal shall not in any way be construed as binding
on the Authority, its agents, successors, or assigns, but shall be binding against the
Bidder if the service is subsequently awarded to it.
2.3.2 Confidentiality
1. Prior to evaluation of the Proposals, Authority will determine whether each Proposal is
responsive to the requirements of the RFP. The Proposals shall be considered
responsive if:
i. It is received or deemed to be received by the due date and time including any
extension thereof pursuant to the Data Sheet.
8
ii. It contains all information as desired in this RFP.
iv. Bids are accompanied with Bid Processing Fee (non-refundable) and EMD as
specified in the Date Sheet of this RFP.
2. Authority reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution, or withdrawal shall be entertained by
Authority in respect of such Proposal.
1. To assist in the process of evaluation of Proposals, Authority may, at its sole discretion,
ask any Bidder for clarification on its Proposal. The request for clarification and the
response shall be in writing. No change in the substance of the Proposal would be
permitted by way of such clarifications.
1. Submissions from Bidders would first be checked for responsiveness as set out in
Clause 2.3.3. All Proposals found to be substantially responsive shall be evaluated as
per the Eligibility Criteria set out in Clause 4.1 of this RFP.
2. The Proposal containing the Technical Details in Clause 4.2 of the Bidder/s who do not
meet the Technical Criteria shall not be considered for further process.
1. The Bid document should be accompanied with an Ernest Money Deposit (EMD) as
mentioned in the data sheet of this document.
2. Any e-Bid not secured in accordance with above shall be treated as non-responsive and
rejected by the Authority.
3. For unsuccessful Bidder's EMD will be returned promptly as possible after opening of the
Price Bid.
4. For successful Bidder's e-Bid EMD will be returned after submission of Security Deposited
signing of the contract.
a) If Bidder (i) withdraws its e-Bid during the period of e-Bid validity specified by the Bidder
on the e- bid form: or (ii) does not accept the correction of errors or (iii) modifies its e-Bid
price during the period of e-Bid validity specified by the Bidder on the form.
b) In case of a successful Bidder if the Bidder fails to sign the contract with the Authority.
9
1. The final Letter of Award (LoA) will be given to the selected Bidder as the successful
bidder as Eligibility & Evaluation Criteria of Bids laid in Section 4 of this bid document.
2. The Authority will award the contract to the successful Bidder whose bid has been
determined to be responsive to all the conditions of the contract and meeting the
eligibility requirement of the bidding document.
1. Prior to the expiration of the period of e-Bid validity, the Authority will notify the successful
Bidder in writing, by letter/e-mail/fax, that its e-Bid has been accepted.
1. Prior to award of contract, to fulfil the requirement of Security Deposited during the
implementation period, the successful Bidder will deposit Security Deposit amount
equivalent to INR 20,00,000.00 (Rupees Twenty Lakhs only) of the project cost in the
form of FDR drawn or bank Guarantee drawn from any Scheduled or Nationalized Bank
in favour of Agra Development Authority valid for Twelve months after completion of the
Project.
2. Before the contract is awarded to the Successful Bidder, an agreement (to be given later)
will have to be signed by the Successful Bidder at his cost on proper stamp paper.
10
3 Terms of reference
3.1 Background
Agra Development Authority was constituted on dated 11.09.1974 under section-3 of U.P. urban planning
and development Act 1973. At the time of declaration, it included 144 revenue villages. In 1985 Govt. of
U.P. extended development area of Agra development authority by adding 19 revenue villages. Again in
1998 in development area of Agra development authority was increased including Fatehpur Sikri and 5
revenue villages into it. Master plan of Fatehpur Sikri – 2021 was prepared for 75,000 population and
urbanized area of 1056.55 ha.
The Greenfield township (GFT) at Raipur-Rahan kalan is aimed to contribute to the economic growth of
the Agra city. It aims to cater to a portion of futuristic demand generated from various sectors like
Residential Real Estate, Tourism, Hospitality, Commercial etc. The GFT is planned to largely
accommodate a proportion of floating population envisaged to visit Agra. Various type & nature of tourist
will be visiting Agra city. In concomitant to the same, the facilities proposed will cater to their needs and
serve their requirements. The tourists may visit for activities related to religious purposes, spirituality,
health & wellness tourism, etc. and the tourist category will vary according to purpose of the visit,
economic status, age group etc.
The township provides space for star hotels and guest houses, residential development for service
population along with necessary support commercial, open & green spaces, water retention ponds,
cottage industries, warehouses, and other social infrastructure. The township is an integrated township
with focus on development for residential, star hotels, institutions, Centres of excellence, commercial and
other support infrastructure.
The township has been envisaged as a stress-free city of productive culture, where nature and the built
spaces are intertwined seamlessly. The township has been seeded with institutions of excellence to foster
a culture of innovation and could act as an anchor for the eastern U.P. development. The township is
further visualized as a sustainable city, that is free from pollution, noise, and stress and which is designed
as a holistic structure in harmony with natural law, where individual life is flowing with the evolutionary
stream of energy and intelligence is sustainable. Sustainable, both for the environment, and with reference
to individual life. The focus of the township has ensured safety and security that involves in evolution of a
healthy township which supports a wholesome living without pollution with following key concepts:
Self-sufficient Township: Neighbourhoods based planning in such a way that each sectors
having equal access to all the amenities. The principles of inclusive development have been
incorporated in the land use planning and urban design with equitable allocation of space on
streets for walking, bicycles, open green spaces, utilities, and social infrastructure. The entire
development has been divided in six self-sustainable sectors and is supported by nodal & central
facilities accessible to all. The utilities are placed in such a way that each sector has an accessible
set of social infrastructure
11
Work, Play & Live Concept: 5 Minutes City concept for accessing the facilities within a sector in
a span of 5 minutes. the site is designed to help access - focused urban transformations which
should be inclusive, measurable, and effectively implemented. Cluster of Institutions and
decentralize facilities mark nodes abutting the excellence centres in each sector which will provide
all community facilities required for resident Communities in each Sector. These institutions
include schools from nursery to secondary, Healthcare Centres, Postal Services, Police
Stations/Control Centre, E-Suvidha Kendra, Sport Centre Clubs etc. These Clusters become
vibrant public spaces well connected with the green and public transportation networks and are
all within a 5 min walking distance of their resident communities.
Inclusive Township: Equity to All through inclusiveness measures on infrastructure and facilities
Mixed Land Use: Encourage a mix of residential, commercial, industrial, and recreational land
uses within a neighbourhood or district. This can reduce the need for long commutes and promote
walkability.
Eco-Districts: Eco-districts are neighbourhoods or districts that integrate sustainable urban
development practices, including green building design, renewable energy, and resource-efficient
infrastructure.
Creative Placemaking: Creative placemaking involves integrating arts and culture into the
development of urban spaces to make them more engaging, inspiring, and community oriented.
Interconnected Greens:
The tentative components of the proposed township are listed below. However, the consultant is required
to recommend and design all required components, in consultation with the Authority. It is required that
the components are proposed in line with the prevailing Master Plan and applicable regulations of the
Authority.
Roads: The tentative lane configuration proposed in the Green Field Township shall be 4 lane-
divided configurations for the 36m wide street, Feeder Street (18m) as well as the Local
Residential Streets (12m) which shall also include 2 dedicated lanes for EV vehicles. The road
hierarchy and consequent detailed street design shall be finalised and detailed by the consultant
in line with the approved vision for the township, identity, and scale of the township, encouraging
green mobility, etc. and/or as directed by Agra Development authority time to time.
The tentative road hierarchy for the township shall be categorized into:
- A 36m main connecting road shall run in a loop around the central region of the township,
accommodating services like, commercial spaces, institutional buildings, recreational
spaces etc.
- 18 m feeder streets shall connect various major nodes of the city to the 36 m road and
would act as collector roads for providing connectivity to the components of the greenfield
township
Commercial and Plotted Development
- Finally, the third level of hierarchy shall be local residential streets of 12m RoW providing
connectivity at plot level
EV lanes main roads: 2 exclusive EV lanes shall be proposed on each side of the main road.
The width, strategic location, number etc. of EV lanes and EV charging stations shall be
suggested by the consultant. To provide a sustainable IPT system to the township through
increased usage of EV based IPT systems such as E-rickshaws, is required to be proposed to
provide EV fast charging stations at strategic locations such as institutional buildings, commercial
areas, public transport interchanges, major parking zones within the township.
Non-motorized Transport (NMT) Bicycle lanes and parking: To promote NMT mobility within
the township, dedicated NMT lanes shall be proposed on cross all road hierarchy such as 36m,
12
18m and 12m on both sides of the RoW. Also, adequate measures such as rumble strips, road
markings, signages, bollards, etc., shall be adopted to improve pedestrian and NMT safety. The
social infrastructure in the neighbourhoods of the township is required to be proposed, provided
within a 5min walking or cycling distance. The proposed public transport system shall provide
services along all the major roads of the township supported by a robust IPT system on the other
roads.
Blue and green infrastructure: As part of the building a green image for the township, adequate
garden/green spaces around the town shall be proposed. The green spaces shall be designed
based on the landscape and heritage themes, which are indigenous to the region. The entire
green shall be interspersed with a series of interlinked retention ponds, constructed wetlands and
tanks to meander through the watersheds. This feature not only serves as a flood prevention
measure but provides a forest of beauty and utility connecting the existing villages and
settlements. Because of the meandering each portion of the new town will have access to the
forest as well as the water bodies within them. However, the consultant shall recommend the
proposed infrastructure as per the assessment study
A main street shall wind its way through the entire city, connecting its many neighbourhoods
and Centres. Large sidewalks, hawker zones, cycling routes, and an E-Bus shuttle service shall
be present and accounted for. It shall prohibit through traffic. The Street will be flanked by official
and informal businesses, as well as cottage industries where visitors can visit shops that create
idols, paintings, and herbal medicines, among other things. With commercial space on the ground
floor and residential, offices, and other uses on the upper floors, it shall be envisioned to be a
mixed-use building.
Commercial: Hotels, guest houses and other commercial activities (as permissible in the Master
Plan) shall be planned as per the market demands and requirement assessment for the proposed
township. Optimum plot sizes and number of plots, for the commercial activities will be determined
by the consultant. Locations of the proposed commercial activities shall also be strategically
planned in the township. Common commercial complex or neighbourhood market is required to
be designed in detail by the consultant.
Multi-Level Car Parking (MLCP) (if required): Multilevel parking facilities shall be required to
be proposed at all vehicular access points connecting to the city and to the larger regional
network. The number, location, capacity, and other details of the proposed MLCP Structures shall
be assessed by the consultant. These structures would act as modal interchanges for access to
the city E-Bus system and other utilities. These towers will act as gates/markers and mark the
entrance to the city. These multi-level facilities are envisaged to provide multi-modal integration
at ground and first floor along with separate drop off and pick-up zones for IPT It will also be
equipped with passenger information systems, waiting halls in the ground and first floor, cafeteria,
toilets, first aid centre, emergency services, solar rooftops etc. A similar model has been
implemented in Bangalore through the development of Transit cum Traffic Management Centres
(TTMC) at various strategic locations
13
Sustainability concepts: proposed Greenfield Township layout shall provide a self-sustaining
environment and pave the way to a carbon-zero footprint through energy efficient & green building
initiatives, climate resilient & disaster proof buildings, green and blue infrastructure, water, and
solid waste management with circular economy initiative
- Green Urban and Public Transport: The township shall propose greener form of urban
and public transport to make it a clean and users’ friendly place. The proposed urban and
public transport shall comprise of following strategies: Decentralized public transit hub
with multilevel car parking, Electric bus based public transit, which shall facilitate
movement within the township and connectivity to rest of Agra city. Encourage use of
walking and cycles through provision of quality NMT infrastructure on all roads of the
greenfield township.
- Solar Energy Use: The township shall promote greener form of energy generation.
Development controls regulations shall be recommended to use rooftop solar PV for
meeting partial energy needs of the greenfield township. It shall be proposed that
approximately 30% of the energy demand of the township can be met through solar
energy and 50% of the rooftop of the buildings in township should have SPV systems
preferably grid connected systems.
- Zero Waste Township: The greenfield township wastewater treatment system shall be
designed based on 100% recycling of the wastewater through tertiary treatment for
gardening and flushing system of the toilets. Hence, township shall have dual piping
system. Also, the waste generated within the township shall use into the circular economy
along with mandatory recycling and composting for all businesses and residences
- Green Buildings: The township through its Development Control Regulations shall
mandate that all buildings in the township have green building certification from GRIHA
(Green Rating for Integrated Habitat Assessment), with minimum rating of 4.
In view of the above, the Authority is planning to undertake Green Field Land Development Project through
integrated development i.e., Road network, Service /Multi utility duct network, Sewerage Network, Water
supply network, Electricity Supply System (33/11 Kv Sub Station), Connection arrangements of these
service networks to individual property, Boundary demarcation of assets, Public spaces (Parks, Green
belts and toilet) related works, and Signage work i.e., of the land is to be done to create a sustainable
habitat i.e. township ready for sustainable habitation.
The ADA intends to hire an agency to prepare the detailed master plan, to define the urban design
guidelines, detailed layout plan, assist in hiring a developer for the development of the entire township of
442.44 Ha. To execute hereinabove project, the ADA is issuing this RFP to appoint a consultant for
preparation of Detailed master planning and architectural Design for 442.44 Ha of Greenfield Township
in Agra for ADA.
Rahan Kalan Raipur lies outside the Agra City, on the periphery of Agra Metropolitan boundary. The site is
located adjacent to 100 meters Inner Ring Road with a total area of 442.44 Hectares. It is located
approximately 15 kms away from Agra City Centre towards East direction. The nearest railway station is
Kuberpur within 1km from the northern part of the site. The NH-19 which intersects the Inner Ring Road,
goes towards Firozabad. The site is 500m away from the Yamuna River.
14
Figure 1: Raipur-Rahan kalan Site Location
The site is surrounded by agricultural land on all sides though an Industrial Manufacturing
Cluster (IMC) is proposed on west direction adjacent to the site. Yamuna River is located 500 meters away
from the site towards south direction. Village Rahan Kalan, Rahan Khurd Dhaurra, Kuberpur and Raipur lies
near to the site. An Eastern dedicated freight corridor (Transport Railway Line) is running along Agra Bypass
Road and Kuberpur Railway Station is located near to the site.
15
The above images are that of the Eastern Dedicated Freight Corridor along the Agra Bypass Road with
Kuberpur as the nearest railway station and the view of the Yamuna River from the 100 m wide Inner Ring
Road.
16
Site context
17
3.3 Detailed Scope of services
The scope of work for the Consultant (but not limited to) is to undertake detailed assessment of the project
site and accordingly prepare a Master Plan & Design for the proposed township in green field township in
Agra. The initial project area is tentatively 442.44 Ha and ADA may extend the project area based on the
requirement. The detailed scope of services covered under this assignment is as below:
1) Detailed Site Analysis: Field visit to understand the site location and local conditions. The Consultant
shall undertake detailed site analysis covering connectivity aspects, existing land use, surrounding
developments, review of development controls (Byelaws) and zoning regulations, environmental
aspects, and SWOT analysis. The existing infrastructure facilities including water supply, power supply
and waste management shall also be studied.
2) Topographical Surveys: This shall cover detailed boundary survey (including fixing of boundaries) for
the measurement of actual site extent, contour survey for mapping the existing ground levels and prepare
contour map with an interval of at least one (1) meter and mapping of all existing site features (natural
and manmade). After conducting the Boundary Survey, the consultant shall also assist ADA while fixing
up the boundary stones.
3) Tree Survey and Flood Line Demarcation
The selected consultant shall conduct a comprehensive Tree Survey and Demarcation of the Flood
Line at the project site as per applicable statutory guidelines and best practices. The scope of work shall
include:
Tree Survey:
Identification, enumeration, and mapping of all existing trees on the site, including species, girth,
height, and health condition.
Preparation of a Tree Inventory Report
Compliance with applicable laws such as the TTZ, Tree Preservation Act or other Guidelines.
Demarcation of Flood Line:
Identification and marking of the Highest Flood Level (HFL) and Regulatory Flood Line based
on historical data, hydrological studies, and relevant flood zoning regulations.
4) Market Study and Demand Assessment
The market potential for the Raipur Rahankalan site shall be assessed by studying the available data
and economic status of the project area along with all the required stakeholder consultations, the future
developments proposed in the vicinity of the project area, Existing Real Estate trends, Land values, and
process shall be identified and studied along with the natural resource potential of the region.
The total space requirement for each land uses and its supporting infrastructure and amenities in the
Site area shall be allocated in line with its market potential and the expected share that it can capture
given its competitive advantage at the location.
Assessment of common and utility infrastructure based on the proposed product category/product
mix.
18
e) To provide Sector wise distribution of various income-based housing based on proposed density.
f) To provide distribution of facility in each sector along with the location as per the latest building bye
laws and related Government Orders for the scheme area.
- Demarcation plan and numbering of each plot/sector or block wise.
- Numbered plot plan with sizing for each developable parcel within the proposed
development.
- Construction / architectural control parameters (setbacks, FAR, ground coverage and other
control parameter) for sale offer of each plot in layout-showing proposed building footprint.
Strategies for Land & Plot Disposal Policies.
- Size of each plot
(Note: plot distribution for each land use/ component proposed in the township will be assessed
by the consultant based on market trends, future needs of the township and marketability of the
township)
g) To finalise location and distribution of all the facilities (infrastructure and network) and services such
as electrical sub- station, transformers, sump well, tube well, STP etc. in the township as per the
latest building bye laws and related Government Orders for the scheme area and as per prevailing
regulations of the Authority
h) To determine phasing plan for financially viable implementation of the proposed township.
6) Park and Open spaces and utilities design
a) To provide detail landscape plan of open space / garden /roadside plantation/ green belt along with
planting plan and maintenance plan.
b) Integrated Green Network with residential and commercial sites.
c) To provide design and drawing detail for finalization of contours within green network at appropriate
scale for implementation.
d) To provide design and drawing detail of theme-based landscape details of open spaces, garden,
sector wise roadside plantation, intersection, green belt and public plaza / space in scheme area.
e) To provide landscape design drawing including urban design elements like – lighting, street furniture,
sculptures, murals, railings, etc.
f) Open space and landscape strategy with typical details for three typologies of landscape:
- maintained parks and gardens with hardscape, softscape and road/park furniture.
- basic ground covered landscape areas with shrubs and planting.
- natural areas with native vegetation and managed landscapes.
g) To suggest innovative materials for the pavements, cladding, slopes, and landscaping, etc.
8) Implementation plan
For the effective scheme implementation design criteria, feedback from the concerned stakeholders must be
incorporated for the approval of transportation plan, land use plan, green and blue network implementation
19
plan, from the appropriate authority. Necessary NOC / approval must be taken by the consultant for which
support shall be provided by the ADA.
The consultant shall prepare the implementation plan covering the following:
a) Details of Urban Design drawings & guidelines for implementation - Policies, Regulations &
Guidelines to lend Coherent Characters of the Township. Urban Design Guidelines in Terms of Place
Making Strategies, Edge Conditions, Transitions and Activity Allocations; plot / block / sector wise.
b) Use of Vedic and regional architectural vocabulary for the treatment of the building elevations.
c) Use of Vedic architectural elements to articulate the skyline of the buildings.
d) Detail Urban Design for the Whole Township and for various land uses in sector layout.
e) Details Design & Control Designs Parameters for 10 Centres of Excellence as defined in land use
Plan based on permitted activities as per prevailing Master Plan, as approved by the Authority
f) Implementation of Façade Control Designs including Architectural Features Design & Drawing,
Materials & Techniques require for each plot / streetscape / land use.
g) Detail of Signage Design for scheme & each sector separately for identification and location based
upon relevant code / guideline.
h) To create unified urban and architectural image for the scheme, and colour controls may be proposed
for the Greenfield Township
i) Design and finalization of the scheme logo for incorporation for branding of scheme
j) The urban design guidelines for the façade controls should include building envelop guidelines along
the different hierarchy of the road. Which should be aimed at creating well defined spatial enclosures
in the township and facades contributing to the quality of the road/avenues and related open spaces.
The façade control guidelines should also focus on “Built to edge development” i.e., “Eyes on Street
Concept” within the township.
20
e) Detailed drawings for all structures, interiors, services, landscape, and any other relevant details.
Preparation of drawings of all services including sewerage, electricity, water supply & Storage, waste
disposal, circulation, parking with e-charging stations, signage, rainwater harvesting etc. The
consultant will carry out detailed planning for all services i.e., Water, Electricity & Sewage Disposal,
mechanical works, Fire alarm and protection Services, renewable energy sources, internal & external
electrification with necessary electrical rooms, cablings, power supply network including substation,
external lighting, alternate electric energy systems, telephone, computer cable, LAN and other
systems etc., for the respective plot of the building. As per relevant codes and practices, the
consultant will bear the responsibility of planning and detailing of the system and assistance in
obtaining sanction for additional requirement from the civic authorities, keeping in mind the present
load, additional requirement and future expansion, including those for the existing facilities.
f) The specifications and guidelines followed for design shall conform to the codes and Schedule of
Rates acceptable by the Authority. (e.g, UPPWD SOR, CPWD DSR & DAR etc.)
g) This stage shall comprise of the following:
- Layout for each facility/Building/component, as required by the Authority, if any
- Preparation and approval of detailed project strategy
- Establish architectural design and engineering programming process
- Provide value engineering of materials, construction methods and systems with costing
- Detailed drawings for civil, services, interiors, exterior including HVAC, lighting, plumbing etc.
- Detailed drawings for fixed finishes (wall, floor, ceiling, surfaces etc.) excluding movable
furniture for all areas
- Detailed specifications, bill of quantities & detailed costing as per the codes and Schedule of
Rates acceptable by the Authority. (e.g, UPPWD SOR, CPWD DSR & DAR etc.)
- Any other relevant documents/details
h) Preparation of specifications and bill of quantities, drawings etc. for calling of tenders for hiring
contractor for construction of building/facility as approved by the Authority.
i) Assistance in preparation of tender documents including specifications and bill of quantities,
drawings etc. for calling of tenders & implementation of Project.
j) The Agency shall assist the Authority in addressing clarifications to queries raised in the pre-tender
meeting for the execution of works.
k) Detailed Design and Detailed Project Report (DPR) have to be prepared.
l) Branding and Feasibility of the same.
3.4 Deliverables
i. Reports
ii. Presentations
iii. Maps and drawings (in the original software format in which it is prepared as well as in hard copy)
23
# Component 2 set of colored report Maps and drawings in 4 set A2
printout and a softcopy in printouts, PDF copy and AutoCAD format
base file format copy / base file format
7 Township Report on Construction / Demarcation plan, numbering and control
implementation architectural control parameters, naming of each
plan parameters (setbacks, plot/sector/block
FAR, ground coverage and
other control parameter) for Numbered plot plan with size, area for
sale offer of each plot in each developable parcel within the
layout-showing proposed proposed development.
building footprint.
Report on property
disposal plan for bulk Land
& Plot for various uses
proposed in the layout
plan.
8 Detail Urban Detail Urban Design guideline Detailed drawings for implementation of
Design for scheme including façade Façade Control Designs including Architectural
guideline control Features Design & Drawing, Materials &
for scheme Techniques require for each plot / streetscape /
landuse.
9 Working Assistance in onboarding Working drawings for the all the components of
drawings and contractor for development of the proposed township BoQ/ estimates for all
tender the township components Tender documents for hiring
documents contractor for each component*
*The components shall be approved by the
Authority
The selected consultant shall be provided with the data available with ADA that is currently being utilised.
The allocation of the lump-sum fees, as per the scope of work, is structured to support the various project
stages, which include:
A) Masterplan (30%)
B) Detailed design of Infrastructure components (45%)
C) Detailed design of urban design project components (25%) the payment milestones shall be based
on deliverables across the following components:
24
A) Masterplan
The masterplan will have a payment weightage of 30%. The project timeline for Masterplan shall
be as follows:
25
C) Detailed design of Urban design project components
This stage will have a payment weightage of 25%. The project timeline for detailed design for
Urban design projects shall be as follows:
S. Deliverable Timeline Payment
no. (T – date of
contract)
1 Draft detailed design 30% of the fee
Detailed design of all Urban design project components allocated to
T + 90 days Urban design
projects
2 Detailed design 40% of the fee
Completion of detailed design drawings and BOQs of all allocated to
identified projects and incorporation of all inputs T + 120 days Urban design
received in the draft detailed design stage projects
3 Floating of tender followed by Approval of design, BOQ and 15% of the fee
tender T + 150 days allocated to
Infrastructure
design projects
4 Onboarding of Implementing agency 15% of the fee
End to end bid process management T + 180 days allocated to
Preparation of LoIs and Work orders Infrastructure
Formulate and finalize contract agreements with the design projects
implementing agency.
In the event of a delay in the submission of deliverables exceeding one (1) month, and if the delay is solely
attributable to the consultant, the Authority reserves the right to impose a penalty. This penalty will amount
to 1% of the total cost payable for that deliverable for each week of delay or as decided by Engineer-in-
Charge, up to a maximum limit of 10%. It's important to note that the Authority's decision in this matter will
be considered final and binding on the consultant.
Note:
2. Payment for each stage shall be due upon approval / acceptance of the deliverable by the competent
authority of ADA
In response to the RFP, the Applicant shall provide financial quote in the form of INR / Ha. GST/taxes as
per applicable rates shall be paid by the client as extra. The financial quote, shall be inclusive of the
following:
All Out-of-Pocket Expenses (OPE)
- Travel, boarding and lodging at Agra
- Equipment to be used by the Consultant like laptop, internet dongle etc.
- Digital tools/ collaboration platforms deployed by the Consultant
- Stationery
- Admin expenses
Guesthouse-cum-office set-up cost (including space renting, furnishing, equipment, regular
maintenance etc.), if required
Any other miscellaneous expenditures.
26
3.6 Proposed Team
The Consultant’s team (the “Consultancy Team”) shall consist of the following key personnel (the “Key
Personnel”) as specified below:
27
design or
equivalent
*The proposed roles of the above specialists and their detailed qualification requirements need to be provided
in the CVs format as given in respective forms in Annexure B.
Consultant will have to deploy additional expert/s from relevant fields during the contract period other than
mentioned in the RFP as per the requirement of the project as per the directions from ADA from time to time.
Note:
• ADA expects all the Key Personnel specified in the Bid to remain available during the duration of the Project.
• The team leader must be available for all the key presentations / stakeholder meetings / review meetings /
coordination meetings at Agra.
• The ADA will not consider any substitution of Key Personnel, except under compelling circumstances
beyond the control of the Consultant and the concerned Key Personnel. Such substitution shall be limited to
not more than one Key Personnel subject to equally or better qualified and experienced personnel being
provided to the satisfaction of the ADA. Without prejudice to the foregoing, substitution of one Key Personnel
shall be permitted subject to reduction of remuneration equal to 5% (five percent) of the remuneration
specified for the Key Personnel who is proposed to be substituted.
28
4 Eligibility and Technical Evaluation criteria
4.1 Eligibility criteria
Applicants must carefully read the minimum conditions of eligibility (the “Conditions of Eligibility”) provided
herein. Proposals of only those Applicants who satisfy the Conditions of Eligibility will be considered for
evaluation. To be eligible for evaluation of its Proposal, the Applicant shall fulfil the following:
Form 2
Net Worth of the bidder should be positive as on Certificate from the Chartered Accountant.
3.
the last date of the previous Financial Year.
The Bidder should have experience in at least 1 Respective forms in Annexure C with Work
4.
similar work of area measuring 350 Ha. orders / contract / LOA / LOI With completion
undertaken in the past 7 years shall be certificate from Client / experience certificate
considered for evaluation. from Client.
Or,
The Bidder should have experience in at least 2
similar works of 220 Ha. undertaken in the past 7
years shall be considered for evaluation.
Or,
The Bidder should have experience in at least 3
similar works of 175 Ha. undertaken in the past 7
years shall be considered for evaluation.
29
# Eligibility Criteria Documentary Evidence
Note:
Similar works shall mean Master Plans including detailed layout for – City/town Level Master
plans, Real Estate Township projects, Integrated housing for corporate office
Campuses/University and higher educational campuses, Industrial Cluster Master Plans and Real
estate projects for commercial business districts shall be considered as per project area stipulated
in Eligibility and Evaluation criteria.
Experience of parent firm / subsidiary firm of participating bidder will not be considered under
evaluation. Only experience of participating firm/bidder will be considered in evaluation.
Experience in City Development Plans (CDP) prepared for JnNURM funding / any other State
funding and Concept Regional Plan / Development projects will not be considered
Intending bidder is eligible to submit the bid provided the Bidder has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority of employer, of
having satisfactorily completed similar Consultancy works of magnitude specified above. In case
of Consultancy works of private nature other than Central/State Government/Central Autonomous
Body/Central Public-Sector undertaking/City Development Authority/Municipal Corporation of
city, they shall be required to submit T.D.S. certificates for Consultancy works issued by
respective clients.
Bidder should have GSTN Copy of GSTN registration Certificate.
5.
Bidder should have PAN Card Copy of PAN Card.
6.
The Bidder must have an operational office for Proof of registration shall be submitted.
7.
the last 5 (Five) years in India.
The Bidder should not have been barred by the Undertaking as per FORM 5
8.
Central Government, any State Government, a
statutory authority, or a public sector
undertaking, as the case may be, from
participating in any project, and the bar subsists
as on the date of the Proposal.
The Bidder should have, during the last three Undertaking
9.
years, neither failed to perform on any
agreement, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award
against the Bidder, nor been expelled from any
project or agreement nor have had any
agreement terminated for breach by such Bidder.
Please note:
Bidder fulfilling all the eligibility criteria on their own shall be eligible for technical evaluation, and
hereinafter referred to as Eligible Bidders.
The (project) experiences that would be claimed by the Applicant against any criteria both for
eligibility as well as for technical evaluation must have been executed as the primary/ lead
consultant by the Applicant’s legal entity submitting the bid for this RFP
Bidders who score a minimum of 70% marks in technical evaluation shall be technically qualified and only
their Financial Bids shall be opened for further evaluation.
30
# Evaluation Criteria Maximum Documentary Evidence
marks
Technical Capability 45 marks
1.
The Bidder should have experience in similar 30 marks Form 3A and 3B with Work
A.
projects of preparing master plan and detail orders / contract / LOA / LOI
layout plan of area measuring at least 175 With completion certificate from
Hectares undertaken in the past 10 years shall Client / experience certificate
be considered for evaluation. from Client / Certificate from
CA indicating that the project is
• 10 marks for each 175 Hectares of land project substantially completed i.e.,
up to a maximum of 30 marks. 80% of the fees received.
The Bidder should have experience in similar 15 marks Form 3A and 3B with Work
B.
projects of preparing detailed designs of urban orders / contract / LOA / LOI
infrastructure projects including streetscape, With completion certificate from
parks, public spaces, gardens with cost totaling Client / experience certificate
to Rs. 200 Cr. in past 10 years shall be from Client / Certificate from
considered for evaluation. CA indicating that the project is
substantially completed i.e.,
• 5 marks for each package of 200 Cr. detailed 80% of the fees received.
design projects up to a maximum of 15 marks.
Note:
Similar works shall mean master Plans including detailed layout for – City/town Level Master
plans, Real Estate Township projects, Integrated housing for corporate office
Campuses/University and higher educational campuses, Industrial Cluster Master Plans and
Real estate projects for commercial business districts shall be considered as per project area
stipulated in Eligibility and Evaluation criteria.
Experience of parent firm / subsidiary firm of participating bidder will not be considered under
evaluation. Only experience of participating firm/bidder will be considered in evaluation.
Experience in City Development Plans (CDP) prepared for JnNURM funding / any other State
funding and Concept Regional Plan / Development projects will not be considered
Intending bidder is eligible to submit the bid provided the Bidder has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority of employer,
of having satisfactorily completed similar Consultancy works of magnitude specified above. In
case of Consultancy works of private nature other than Central/State Government/Central
Autonomous Body/Central Public-Sector undertaking/City Development Authority/Municipal
Corporation of city, they shall be required to submit T.D.S. certificates for Consultancy works
issued by respective clients.
Team Profile 15 marks
2.
The number of marks to be assigned to shall be determined considering the following three sub-
criteria and relevant percentage weights
Team Leader 5 marks List and CVs of all Key
A.
Personnel listed in section 3.6
Urban Designer 3 marks need to be submitted by the
B.
bidder in compliance with the
Urban Planner 3 marks
C. requirements
Architect/ GIS Planner 2 marks CVs for listed key personnel
D. positions will only be scored.
Infrastructure Design Expert 2 marks Any CV found non-compliant,
E.
even if not scored may result in
disqualification.
Technical Presentation* - Approach and 40 marks
3.
methodology
Understanding of the potential development of 10 marks To be presented to the tender
A.
the township in Agra, Approach and evaluation Committee.
Methodology:
Incorporation of bidder’s previous best Not to be provided with the
practices in this project: technical proposal.
31
# Evaluation Criteria Maximum Documentary Evidence
marks
Vision, Concept, product mix and zoning 10 marks
B.
strategy for the township: Bidder will be notified for the
Component wise synopsis of the proposal: 10 marks presentation schedule.
C.
Urban Design concept for the proposed
township: Team leader will have to
Proposed innovation in the township including 10 marks present the PPT along with the
D. support team.
development of blue and green area
*All the above components for the evaluation of technical presentation shall be accompanied /
elaborated with suitable graphics / sketches / 3D representations
GRAND TOTAL 100 marks
Please Note:
Highest Technical scoring proposal (Tm) shall be given a technical score (St) of 100 points. The technical
score of the other proposals (To) shall be computed as follows.
St = 100 x To (Other Technical proposal)
---------------------------------------
Tm (Highest Technical proposal)
Evaluations will be based on documentary evidence submitted by the Applicants and presentation before
the Selection Committee of Authority with respect to evaluation/selection criteria.
Minimum score of 60 marks is required in the technical evaluation process. Only those bids having
minimum score would be eligible for opening of Financial Bids. The financial proposals of only technically
shortlisted applicants will be opened in the presence of the Bidders representatives who choose to attend.
32
Lowest financial proposal (Fm) shall be given a financial score (Sf) of 100 points. The financial score of the
other financial proposals (Fo) shall be computed as follows.
The bid shall contain no interlineations or overwriting except as necessary to correct errors made by the
bidder themselves. Any such correction shall be initiated by the authorized person.
In case of a tie, bidder with higher technical score will be considered for award of work. The Successful
Bidder would be notified in writing by the client by issuing the Letter of Award (LOA) in favour of the Bidder.
The client reserves the right to accept any proposal or reject any or all the proposals without assigning any
reasons and any liability whatsoever including financial liability. The client also reserves the right to close or
cancel the entire process of appointment at any point without assigning any reasons whatsoever and
without any liability whatsoever.
33
Annexure A: General Conditions of Contract (GCC)
1. General Provision
1.1. Definitions
Unless the context otherwise requires, the following terms whenever used in this Contract have the following
meanings:
i. “Applicable Law” means the laws and any other instruments having the force of law in India as they
may be issued and be in force from time to time;
ii. “Authorized Representatives” shall have the meaning set forth in Clause 1.5 of Annexure B
iii. “Bidder” means any private or public entity that may provide the Services to the Authority (“the Client”)
under the Contract.
iv. “Client” means the Authority with which the Bidder signs the Contract for the Services
v. “Contract” or “Agreement” means the Contract signed by the Parties and all the attached documents,
if any
vi. “Confidentiality” shall have the meaning set forth in Clause 3.3 of Annexure B
vii. “Consultant” means the successful bidder with whom the contract shall be or has been signed
viii. “Eligibility” shall have the meaning set forth in Clause 4.1 of the RFP
xi. “Key Dates” shall mean the dates mentioned in the Data Sheet
xiv. “Party” means the “Client or the Bidder” as the case may be, and “Parties” means both of them
xv. “Personnel” means professionals and support staff provided by the Bidder assigned to perform the
Services or any part thereof
xvi. “Proposal Due Date” or “PDD” shall mean the date as specified in the Data Sheet
xvii. “Proposal Validity Period” shall mean the number of days for which the proposal shall be called valid
post bidding till the signing of contract (the number of days are as mentioned in the Data Sheet)
xviii. “RFP” means Request for Proposal i.e. It is a document that solicits a proposal, made through
bidding process, by an agency or Authority interested in procurement of a commodity, service, or
valuable asset.
xix. “Scheduled Bank” means Banks specified in the RBI Act, 1932
xx. “Services” means the work to be performed by the Bidder pursuant to the Contract.
34
xxiii. “months” means calendar months
This Contract, its meaning and interpretation, and the relation between the Parties shall be governed
by the Applicable Law.
1.3. Language
This Contract has been executed in English/Hindi language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this Contract.
1.4. Notices
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.
A Party may change its address for notice hereunder by giving the other Party a notice in writing of
such change to the address.
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 Bidder may be taken or executed by the officials specified in
the Contract.
For the purpose of this Contract, the terms set forth below as defined as follows:
ii. “fraudulent practice” means misrepresentation or omission of facts in order to influence the
selection process or the execution of a contract;
iii. “collusive practices” means a scheme or arrangement between two or more Bidders, with or
without the knowledge of the Client, designed to establish prices at artificial, non-competitive
levels;
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 the contract.
Measures to be taken:
The Client will cancel the Contract if representatives of the Bidder are engaged in corrupt, fraudulent,
collusive or coercive practices during the selection process or the execution of the contract;
The Client will sanction the Bidder, including declaring the bidder ineligible, either indefinitely or for
a stated period of time, to be awarded a contract if it at any time determines that the Bidder has,
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing, the said contract.
1.8. Insurance
The Bidders are expected to maintain insurance cover for the following events to insure Bidder’s
risks against:
For any other events that may be applicable, the Client does not take any responsibility for insurance
coverage in case of any mis-happening.
In case of delay in completion of Services, liquidated damages not exceeding an amount equal to
2% (two per cent) of the Agreement/Contract Value per month, subject to a maximum of 10% (ten
per cent) of the Agreement/contract Value shall be imposed and shall be recovered by appropriation
from Payment of the Consultant or the Performance Security.
The Authority shall have the right to invoke and appropriate the proceeds of the Performance
Security, in whole or in part, without notice to the bidder in the event of breach of this Agreement or
for recovery of liquidated damages specified in this Clause.
For the purposes of the Agreement, Security Deposit shall be deemed to be an amount equal to 3%
of the project value (the “Security Deposit”); which must be provided in the form of a NEFT / RTGS
payment, before signing of the contract
In case any services are not found as per the prescribed Specification as given in Section 3, the
Client may impose penalties on the Bidder. The consequential damages thereof shall be quantified
by the Authority in a reasonable manner and recovered from the bidder by way of deemed liquidated
damages, subject to a maximum of 10% (ten per cent) of the total fee quoted for the contract period
and may be recovered by appropriation from the Security Deposit as well. Depending on the severity
of the situation, the entire Security Deposit may get forfeited.
For successful bidders, the Security Deposit submitted may be forfeited under following conditions:
i. If the Consultant violates any such important conditions of the RFP / Contract; or
ii. If the Consultant indulges in such activity which will or may jeopardize the interest of ADA in
timely finalization of this project; or
iii. If the liquidated damages are found to be higher than Security Deposited by the successful
Bidder.
This Contract shall come into effect from the date the Contract is signed by both Parties.
Unless terminated earlier pursuant to GC Clause 2.6 hereof, this Contract shall expire at the end of
such time period after the Effective Date as specified in the RFP or the Contract.
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.
2.5.1. Definition
For the purposes of this Agreement, “Force Majeure” means an event which is beyond the
reasonable control of a Party, and which makes a Party’s performance of its obligations hereunder
impossible or so impractical as reasonably to be considered impossible in the circumstances, and
includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or
other adverse weather conditions, strikes, lockouts or other industrial action (except where such
strikes, lockouts or other industrial action are within the power of the Party invoking Force Majeure
to prevent), confiscation or any other action by government agencies
i. Any event which is caused by the negligence or intentional action of a Party or such Party’s Sub-
Consultant or agents or employees, nor
ii. Any event which a diligent Party could reasonably have been expected to both
iii. Take into account at the time of the conclusion of this Agreement, and
iv. Avoid or overcome in the carrying out of its obligations hereunder.
Force Majeure shall not include insufficiency of funds or failure to make any payment required
hereunder.
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.
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.
2.5.4. Payments
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
37
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.
2.6. Termination
Either Party may terminate the Contract with immediate effect by serving prior written notice to the
other party if services are not possible to be rendered as per applicable laws or professional
obligations.
The Client may terminate this Contract in case of the occurrence of any of the events specified in
paragraphs (a) through (f) of this GC Clause 2.6.1. In such an occurrence the Client shall give a not
less than thirty (30) days’ written notice of termination to the Consultant, and sixty (60) days’ in the
case of the event referred to in (e).
a) If the Consultant does not remedy a failure in the performance of their obligations under the
Contract, within thirty (30) days after being notified or within any further period as the Client may
have subsequently approved in writing.
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 sixty (60) 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 GC Clause 8 hereof.
The Successful Bidder may terminate this Contract, by not less than thirty (30) 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 GC Clause 2.6.2:
a) If the Client fails to pay any money due to the Successful Bidder pursuant to this Contract and
not subject to dispute pursuant to GC Clause 6 hereof within forty-five (45) days after receiving
written notice from the Consultant that such payment is overdue.
b) If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the
Services for a period of not less than sixty (60) days.
c) If the Client fails to comply with any final decision reached as a result of arbitration pursuant to
GC Clause 8 hereof.
Upon termination of this Contract pursuant to GC Clauses 2.6.1 or 2.6.2, the Client shall make the
following payments to the Consultant:
a) payment pursuant to GC Clause 2.6 for Services satisfactorily performed prior to the effective
date of termination.
38
b) except in the case of termination pursuant to paragraphs (a) through (c), and (f) of GC Clause
2.6.1, 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.
The Bidder 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 safe
and effective equipment, machinery, materials and methods. The Bidder shall always act, in respect
of any matter relating to this Contract or to the Services, as faithful advisers to the Client, and shall
at all times support and safeguard the Client’s legitimate interests in any dealings with third Parties.
The Bidder shall be fully responsible for site review and event of the services conforming to relevant
Indian or International standards.
The Bidder may commence execution of services on the start date and shall carry out the services
in accordance with the program submitted by the Bidder, as updated with the approval of the Client,
and complete them by the intended completion date.
The workmanship shall be of high order and quality so as to prevent accidents and damaging of the
environment and surroundings.
Notwithstanding anything mentioned in this RFP, the Bidder shall ensure compliance with all
Applicable Laws and any guidelines which have been issued by the government or Client from time
to time.
3.3. Confidentiality
Except with the prior written consent of the Client, the Bidder 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 Bidder and the Personnel make public the recommendations formulated
during, or as a result of, the Services. Except as otherwise permitted by the Contract, neither of the
parties may disclose to third parties the contents of the Contract or any information/report/advice
provided by or on behalf of the other that ought reasonably to be treated as confidential and/or
proprietary. Parties may, however, disclose such confidential information to the extent that it: (a) is
or becomes public other than through a breach of the Contract, (b) is subsequently received by the
receiving party from a third party who, to the receiving party’s knowledge, owes no obligation of
confidentiality to the disclosing party with respect to that information, (c) was known to the receiving
party at the time of disclosure or is thereafter created independently, (d) is disclosed as necessary
to enforce the receiving party’s rights under the Contract, or (e) must be disclosed under Applicable
Law, legal process or professional regulations. These obligations shall be valid for a period of six (6)
months post the date of termination of the Contract.
a. All deliverables in the form of data, software, designs, utilities, tools, models, systems and other
methodologies and know-how (“Materials”) submitted by the Bidder under this Contract shall,
not later than upon termination or expiration of this Contract, be delivered to the Client, together
with a detailed inventory thereof.
b. Except as otherwise permitted by the Contract, neither of the parties may disclose to third parties
the contents of the Contract or any information/report/advice provided by or on behalf of the
39
other that ought reasonably to be treated as confidential and/or proprietary. Parties may,
however, disclose such confidential information to the extent that it: (a) is or becomes public
other than through a breach of the Contract, (b) is subsequently received by the receiving party
from a third party who, to the receiving party’s knowledge, owes no obligation of confidentiality
to the disclosing party with respect to that information, (c) was known to the receiving party at
the time of disclosure or is thereafter created independently, (d) is disclosed as necessary to
enforce the receiving party’s rights under the Contract, or (e) must be disclosed under Applicable
Law, legal process or professional regulations.
3.5. Accounting
The Bidder shall keep accurate and systematic accounts and records in respect of the Services
hereunder, in accordance with internationally accepted accounting principles and in such form and
detail as will clearly identify all relevant time changes and costs, and the bases thereof.
a. Assistance and Exemptions - The Client shall use its best efforts to ensure that the Government
shall provide the Bidder such assistance and exemptions as specified in the Contract.
b. Change in the Applicable Law Related to Taxes and Duties: If, after the date of this Contract,
there is any change in the Applicable Law with respect to taxes and duties, then the
remuneration and reimbursable expenses payable to the Consultant under this Contract shall
be increased or decreased accordingly under this Contract.
Payments will be made to the account of the Bidder and according to the payment schedule stated in
Section 3.
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.
To the fullest extent permitted by Applicable Law and professional regulations, both the parties indemnify
each other and their associates and employees against all claims by third parties (including each other’s
affiliates) and resulting liabilities, losses, damages, costs and expenses (including reasonable external
and internal legal costs) arising out of the third party’s use of or reliance on any report, deliverable, etc.
disclosed to it by or through the parties as part of the regular interactions or for project/s purposes.
7. Penalty
In addition to the liquidated damages not amounting to penalty, warning may be issued to the Consultant
for minor deficiencies on its part. In the case of significant deficiencies in Services causing adverse
effect on the Project or on the reputation of the Authority, other penal action including debarring for a
specified period may also be initiated as per policy of the Authority.
8. Settlement of Disputes
This Contract shall be governed by, and construed in accordance with, the laws of India.
Amicable Settlement
40
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.
In the event of any dispute between the Parties arising out of or in connection with the Contract, including
the validity thereof, the Parties hereto shall endeavour to settle such dispute amicably in the first
instance. The attempt to bring about an amicable settlement shall be treated as having failed as soon
as one of the Parties hereto, after reasonable attempts, which shall continue for not less than 30 (thirty)
days, gives a notice to this effect, to the other party in writing.
Arbitration
In case of such failure, the dispute shall be referred to a sole Arbitrator, who shall be appointed by the
Parties by mutual consent, failing which each party shall appoint one Arbitrator each and together the
two Arbitrators shall appoint an umpire. The Arbitration proceedings shall be governed by the (Indian)
Arbitration and Conciliation Act, 1996 and shall be held in Gautam Budh Nagar, India. The language of
arbitration shall be English/Hindi.
The Contract and the rights and obligations of the Parties shall remain in full force and effect, pending
the award in any arbitration proceedings hereunder.
Jurisdiction
In the event that Parties fail to settle the dispute amicably, the same shall be settled by binding Arbitration
conducted by a sole arbitrator appointed jointly by both Parties and governed by the Arbitration and
Conciliation Act, 1996.
Any dispute arising in relation to this Contract shall be subjected to Jurisdiction of District court of Agra,
Uttar Pradesh.
i. The Consultant shall bear the cost, throughout the duration of contract, for a comprehensive general
liability insurance covering injury to or death of any person(s), including death or injury caused by
the negligence of the selected Consultant or his failure to perform its obligations under the
agreement.
ii. The Consultant shall submit, suitable evidence that the foregoing policy or policies are in effect. In
the event of the default i.e. avoiding the insurance cover, selected Consultant agrees and undertakes
to indemnify and hold ADA harmless against all liabilities, losses, damages, claims, expenses
suffered by ADA as a result of such default by the selected Successful Bidder.
10. Indemnification
To the fullest extent permitted by applicable law and professional regulations, both the parties
indemnify each other and their associates and employees against all claims by third parties (including
each other’s affiliates) and resulting liabilities, losses, damages, costs and expenses (including
reasonable external and internal legal costs) arising out of the third party’s use of or reliance on any
report, deliverable, etc. disclosed to it by or through the parties as part of the regular interactions or
for project/s purposes.
i. The Consultant and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Selection Process. Notwithstanding anything to the contrary
contained in this BID, ADA shall reject a Bid without being liable in any manner whatsoever to the
Consultant, if it determines that the Consultant has, directly or indirectly or through an agent, engaged
in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
41
(collectively the “Prohibited Practices”) in the Selection Process. In such an event, the ADA shall,
without prejudice to its any other rights or remedies, forfeit and appropriate the Processing Fee, as
the case may be, as mutually agreed genuine pre-estimated compensation and damages payable to
the ADA for, inter-alia, time, cost and effort of the ADA, in regard to the BID, including consideration
and evaluation of such Successful Bidder ’s Proposal.
ii. For the purposes of this Clause 11, the following terms shall have the meaning hereinafter
respectively assigned to them:
a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the actions of any person connected with the Bidding Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of ADA who is or has been associated in any manner, directly or
indirectly, with the Bidding Process or the LoA or arising therefrom, before or after the execution
thereof, at any time prior to the expiry of one year from the date such official resigns or retires from
or otherwise ceases to be in the service of ADA, shall be deemed to constitute influencing the actions
of a person connected with the Bidding Process); or (ii) save and except as permitted under the
Clause 3.17 of this Bid, engaging in any manner whatsoever, whether during the Bidding Process or
after the issue of the LOA or after the execution of the Concession Agreement, as the case may be,
any person in respect of any matter relating to the Project or the LoA, who at any time has been or
is a legal, financial or technical adviser of the ADA in relation to any matter concerning the Project;
b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process;
c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action in the Bidding
Process;
d) “undesirable practice” means (i) establishing contact with any person connected with or employed
or engaged by ADA with the objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
e) “restrictive practice” means forming a cartel or arriving at any understanding or arrangement among
Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding
Process.
12. Negotiations
Negotiations may be held at the date, time and address intimated to the qualified and selected Bidder.
Representatives conducting negotiations on behalf of the selected Bidder must have written ADA to
negotiate and conclude a contract.
42
Annexure B: Standard Forms
[Location, Date]
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [title of assignment] in accordance with your
Request for Proposal dated [Date] and our Proposal. We are hereby submitting our Proposal, which includes
this a Technical Proposal, and a Financial Proposal.
We hereby declare that all the information and statements made in this Proposal are true and accept that
any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the Proposal Validity Period, we undertake to negotiate based on the proposed
staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations.
We undertake, if our Proposal is accepted, to initiate the Selection of consultant for preparation of
Detailed Layout Plan, Detailed Design and Project Management of all project components of Raipur-
Rahan kalan Township Development in Agra related to the assignment at a date mutually agreed between
us.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Name of Firm:
Address:
43
FORM 2: Financial capacity of the Bidder
1.
2.
3.
4.
Note: Attach audited financial statements as proof of the above figures. The Consultant shall, as per their
published balance sheet, provide 3 consecutive balance sheets for the last 5 years preceding bid due date.
Sincerely,
___________________________
Name:
Designation:
44
FORM 3A: Eligible assignments of the Bidder
* The Bidder should provide details of only those assignments that have been undertaken by it under its
own name.
45
FORM 3B: Eligible Project Details
Assignment name:
Firm’s Name:
46
FORM 4: Bidder’s organization and experience
[Provide here a brief (two pages) description of the background and organization of your firm/entity]
47
FORM 5: Declaration
Declaration for not being barred/Blacklisted by the Central Government, any State Government, a statutory
authority or a public sector
Sir/Madam,
This is to notify you that our Company / LLP / Partnership / Society / Proprietorship <Please delete whichever
is not applicable> intends to submit a proposal in response to <insert name of the RFP>, we also declare
that our Company / LLP / Partnership / Society / Proprietorship <Please delete whichever is not applicable>
has not been blacklisted by any Central / State Government Department / Public Sector Undertaking.
Sincerely,
___________________________
Name:
Designation:
48
FORM 6: Declaration
Declaration that, during the last three years, the Bidder has neither failed to perform on any agreement, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Bidder, nor been expelled from any project or agreement nor have had any
agreement terminated for breach by such Bidder.
Sir/Madam,
This is to notify you that our Company / LLP / Partnership / Society / Proprietorship <Please delete whichever
is not applicable> intends to submit a proposal in response to <insert name of the RFP>, we also declare
that our Company / LLP / Partnership / Society / Proprietorship <Please delete whichever is not applicable>
has during the last three years, neither failed to perform on any agreement, nor has been evidenced by
imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award, nor
been expelled from any project or agreement nor have had any agreement terminated for breach by us.
Sincerely,
___________________________
Name:
Designation:
49
Form 7: Curriculum Vitae (CV) for Proposed Professional Staff
1. Proposed position [only one candidate shall be nominated for each position]:
2. Name of staff [Insert full name]:
3. Date of Birth: Nationality:
4. Education [Indicate college/university and other specialized education of staff member,
giving names of institutions, degrees obtained, and dates of obtainment]:
5. Other training/s:
6. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading,
and writing]:
7. Employment record [Starting with present position, list in reverse order every employment
held by staff member since graduation, giving for each employment (see format here below):
dates of employment, name of employing organization, positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
8. Work undertaken that best illustrates capability to handle the tasks assigned [Among the
assignments in which the staff has been involved, indicate the following information for those
assignments that best illustrate staff capability to handle the tasks listed under point 9.]
Activities performed:
1
FORM 8: Financial Proposal
(The bidder must submit this form on their letter head duly signed and stamped without actual financial
quote and the financial quote must be submitted in the excel format uploaded on the E-Tender portal.)
[Date]
Reference: Selection of consultant for preparation of Detailed Layout Plan, Detailed Project Report of
all project components of Raipur-Rahan Kalan Township in Agra
We hereby quote for the client of the consultancy specified in the RFP (services/consultancy provided for
Land Assembly via Direct Purchase) at a lumpsum cost (exclusive of GST/taxes) of INR________/ per
Hectare- (Amount in Numbers and Words).
The Financial Proposal by the bidder must contain of single rate i.e., rate per hectare. This rate should be
for the services/consultancy provided for preparation of Master plan, Detailed Design and Management.
We understand that authority may allot additional area for the similar scope of work based on the financial
quote submitted by us.
The financial proposal submitted is unconditional and fulfils all the requirements of the RFP document.
Provisions for GST and reimbursable expenses shall be as per the terms stated in the RFP. Our Financial
Proposal shall be binding upon us up to expiration of the validity period of the proposal. We understand the
Client is not bound to accept any proposal that is received. During the project execution, necessary resource
augmentation may be undertaken by the Authority on the actual requirement at the above rates discovered
through this tendering process with an intimation of the requirement to the selected Applicant, one month
prior to the deployment date.
Dear Sirs,
Yours sincerely,
____________________________________
_______________________