saharanpur sma rt city ltdsmartcities.gov.in/upload/tender/5b1a4eef1ea37smart.pdf · n rfp) c) to...

127
Sel Mana Bid Et Cr Place o SN 1 2 3 4 5 6 7 8 9 Sa Offic Te lection of age & Imp d REFEREN tender Por itical Date f Opening e Date o Bid Su Bid Su Pre Pr Techn Bidde Finan Negot Tende ahara ce Saharanp el/Fax-0132W Requ Project M plement S CE rtal es e‐Bids Particu of Publicati ubmission ubmission roposal Me nical Bid Op er’s Present cial Bid Op tiation Date er Award D anpur pur Smart City 2614730, Em Web site-www uest f o Manageme mart City In S : Saharanp Saharan Gurudwa ulars ion Start Date End Date eeting pening Date tation Date pening Date e Date r Sma y Ltd, Gurudw mail: saharan w.saharanpur or Prop FOR ent Consu Projects u SAHARANP : 003/ : http pur Smart C npur Munici ara Road, Sa e e art C wara Road, Sah npursmartcity rnagarnigam.i posal ( ltant (PM under SMA PUR /Sresmartci p://etender City Limited ipal Corpor aharanpurDate 03 JUN 20 05 JUN 20 27 JUN 20 15 JUN 20 03 JUL 20 10 JUL 20 10 JUL 20 17 JUL 20 23 JUL 20 City L haranpur247 y[email protected]o in RFP)  C) to Desi ART CITY ity/PMC /2 r.up.nic.in d ration 247001, U e 018 018 018 018 018 018 018 018 018 Ltd 7001, om ign, Devel MISSION ( 201819/00 UP, India Tim 15:00 15:00 15:00 15:00 15:00 11:00 15:00 11:00 15:00 lop, (SCM) 03 me PM PM PM PM PM AM PM AM PM

Upload: ngotruc

Post on 09-Apr-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

SelMana

Bid

E‐t

Cr

Placeo

SN123456789

Sa

Offic

Te

lectionofage&Imp

dREFEREN

tenderPor

iticalDate

fOpeninge

DateoBidSuBidSuPrePrTechnBiddeFinanNegotTende

ahara

ce– Saharanpel/Fax-0132‐

W

Requ

f ProjectMplementS

CE

rtal

es

e‐Bids

ParticuofPublicatiubmissionubmissionroposalMenicalBidOper’sPresentcialBidOptiationDateerAwardD

anpur

purSmartCity

2614730, E‐mWebsite-www

uest  fo

ManagememartCity

InS

:SaharanpSaharan

Gurudwa

ularsionStartDateEndDateeetingpening DatetationDatepeningDateeDate

r Sma

yLtd, Gurudwmail:saharan

w.saharanpur

or  Prop

FOR 

entConsuProjectsuSAHARANP

:003/

:http

purSmartCnpurMunici

araRoad,Sa

e

e

art C

waraRoad,Sah

npursmartcity

rnagarnigam.i

posal  (

ltant(PMunderSMAPUR

/Sresmartci

p://etender

CityLimitedipalCorpor

aharanpur‐

Date03JUN 2005 JUN 2027 JUN 2015 JUN2003JUL 2010 JUL 2010JUL2017JUL2023JUL20

City L

haranpur‐247

[email protected]

in

RFP) 

C) toDesiARTCITY

ity/PMC/2

r.up.nic.in

dration

‐247001,U

e018018018018018018018018018

Ltd

7001,

om

ign,DevelMISSION(

2018‐19/00

UP,India

Tim15:0015:0015:0015:0015:0011:0015:0011:0015:00

lop,(SCM)

03

mePMPMPMPMPMAMPMAMPM

SN

1 e

2 I

3 S

4 S

5 S

6 S

7 S

8 S

9 A

Sa

Offic

Te

e‐BidNotice

Introduction

SECTIONI:L

SECTIONII:I

SECTIONIII:

SECTIONIV:

SECTIONV:T

SECTIONVI:

Appendices

ahara

ce– Saharanpel/Fax-0132‐

W

(AboutSaha

LetterofInvit

INSTRUCTION

TECHNICAL

FINANCALP

TERMSOFRE

StandardFor

anpur

purSmartCity

2614730, E‐mWebsite-www

C

ranpurSmart

tation

NSTOCONSU

PRAPOSAL‐

PRAPOSAL‐St

EFERENCE

rmofContrac

r Sma

yLtd, Gurudwmail:saharan

w.saharanpur

Index

Contents

tCityLimited

ULTANTS

StanderedFo

tanderedFor

ct

art C

waraRoad,Sah

npursmartcity

rnagarnigam.i

d)

orms

rms

City L

haranpur‐247

[email protected]

in

Ltd

7001,

om

PaageNos

A‐3

A‐4

4

6

27

45

56

90

119

Scanned by CamScanner

Sahara

State G

capital

Sahara

per rec

Directo

Vishal

U75144

is saha

LIMITE

Prades

Sa

Offic

Te

npur Smart

Govt Compan

isRs.5,000,

npur Smart

cordsfromM

ors of Saha

Bhardwaja

Saharanpur

4UP2018SGC

aranpursmar

ED,GURUDW

h,India‐2470

ahara

ce– Saharanpel/Fax-0132‐

W

About

t City Limite

ny and is re

000.Itisinv

City Limite

MinistryofCo

ranpur Sma

andGauravV

Smart C

C101551an

rtcity@gmail

WARAROAD

001.

anpur

purSmartCity

2614730, E‐mWebsite-www

tSaharan

ed is Public

egistered at

volvedinBus

ed's Annual

orporateAffa

art City Lim

Verma..

City Limite

ditsPerman

l.com and i

D,NAGARNI

r Sma

yLtd, Gurudwmail:saharan

w.saharanpur

npurSma

c incorporat

Registrar of

sinessactivit

General Mee

airs(MCA),i

mited are D

ed's Corpo

nentAccoun

its registere

GAM,SAHAR

art C

waraRoad,Sah

npursmartcity

rnagarnigam.i

artCityLi

ted on 01 M

f Companies

tiesn.e.c.

eting (AGM)

tsbalancesh

Deepak Agarw

rate Ident

t number is

ed address

RANPUR,SA

City L

haranpur‐247

[email protected]

in

imited

March 2018.

s, Kanpur. It

) was last h

heetwaslast

wal, Awadh

tification N

AAZCS9204

is SAHARAN

AHARANPUR

Ltd

7001,

om

. It is classi

ts authorized

eld on N/A

tfiledonN/A

hesh Kumar

Number is

4J.Its Email

NPUR SMAR

R, Saharanpu

ified as

d share

and as

A.

Gupta,

(CIN)

address

RT CITY

ur Uttar

Saharanpur Smart city Limited GSTIN-09AAZCS9204J1ZI

SaharanpurSmartCityLimited

RequestforProposal

For

SelectionofProjectManagementConsultant(PMC)toDesign,Develop,Manage&

Implement

SmartCityProjectsUnder

SMARTCITYMISSION(SCM)

In

SAHARANPUR

Issuedon: 03/06/2018

Employer: ChiefExecutiveOfficerSaharanpurSmartCityLimited,Saharanpur

CONTENTS

TABLEOFCLAUSES

Section1. LetterofInvitation................................................................................................................................................4

Section2:InstructionstoConsultants.................................................................................................................................6

Section3:TechnicalProposal‐StandardForms.........................................................................................................27

Section4:FinancialProposal‐StandardForms..........................................................................................................45

Section5:TermsofReference............................................................................................................................................56

Section6. StandardFormofContract.............................................................................................................................90

3

ReferenceNo.:

ProjectName:

003/Sresmartcity/PMC/2018‐19/003

SMARTCITYMISSION(SCM)

NameoftheDepartment: SaharanpurSmartCityLimited

TitleofConsultingServices: PROJECT MANAGEMENT CONSULTANT (PMC)TO DESIGN, DEVELOP, MANAGE ANDIMPLEMENT SMART CITY PROJECTS UNDERSMARTCITYMISSION(SCM) INSAHARANPUR.

4

Section1.LetterofInvitation

1. The Saharanpur Smart City Limited(hereinafter called “Employer”) is executingSMARTCITYMISSION(SCM)inSaharanpur.

2. The employer invites proposal to provide the following consulting services:“PROJECT MANAGEMENT CONSULTANT (PMC) TO DESIGN, DEVELOP,MANAGEAND IMPLEMENTSMARTCITYPROJECTSUNDERSMARTCITYMISSION (SCM) IN SAHARANPUR.” More details on the services areprovided in theTerms of Reference in this RFP document and qualificationrequirement is atInstructionstoConsultants.

3. A firm will be selected under “Combined Quality Cum Cost Based System(CQCCBS)”andproceduresdescribedinthisRFP.

4. TheRFPincludesthefollowingdocuments:Section1‐LetterofInvitationSection2‐InstructionstoConsultants(includingDataSheet)Section3‐TechnicalProposal‐StandardFormsSection4‐FinancialProposal‐StandardFormsSection5‐TermsofReferenceSection6‐StandardFormsofContract

5. RFPdocumentcanbedownloadedfromthewebsiteofNagarNigamSaharanpur.(http://saharanpurnagarnigam.in/https://etender.up.nic.in). The bids ofonlythoseapplicantsshallbeconsideredforevaluationwhohavemadepaymentofRs.10,000/‐(RsTenThousandonly)fortheRFPdocumentplusGST(18%)intheformofDemandDraft/Banker’schequeinfavouroftheCEO,SaharanpurSmartCityLimitedpayableatSaharanpur,withoutwhichbidswillnotbeaccepted.

6. Proposalmustbedelivered:

totheaddressbelow atorbefore15:00hrson27/06/2018 TogetherwithabidsecurityintheamountandformindicatedintheBiddingDocuments.

7. ImportantDates‐ Proposalshouldbesubmittedatorbefore15:00hrson27/06/2018. Apre‐proposalmeetingwillbeheldon15/06/2018at15:00hrs. TechnicalBidOpeningon03/07/2018. Bidder’sPresentationon10/07/2018. FinancialBidOpeningon10/07/2018. Negotiationon17/07/2018. TenderAwardedon23/07/2018.

5

8. Technical Proposal will be opened at 15:00 hrs. on 03/07/2018 in thepresence ofBidders’representativeswhochoosetoattend.

Yourssincerely,

ChiefExecutiveOfficer,SaharanpurSmartCityLimited

Address: ChiefExecutiveOfficer(CEO)

SaharanpurSmartCityLimitedSaharanpurMunicipalCorporation

GurudwaraRoad,Saharanpur‐247001,UP,India

Telephone/Fax: 0132‐2614730Email: [email protected]

6

Section2:InstructionstoConsultants

PartI

Standard

1. Definitions(a) “Employer” means the Agency who has invited the bids for consultancy services

and/orwithwhich the selectedConsultant signs the Contract for the Services andto which the selected consultant shall provide services as per the terms andconditionsandTORofthecontract.

(b) “Consultant”meansanyentityorpersonor associationsof personwhohavebeenrequestedtosubmittheirproposalsthatmayprovideorprovidestheServicestotheEmployerundertheContract.

(c) “Contract”meanstheContractsignedbythePartiesandalltheattacheddocumentslisted in its Clause 1, that is the General Conditions (GC), the project SpecificConditions(SC),andtheAppendices.

(d) “Projectspecific information”means suchpart of the Instructions toConsultantsusedtoreflectspecificprojectandassignmentconditions.

(e) “Day”meanscalendarday.(f) “Government”meansthegovernmentofIndia/State/LocalGovernment.(g) “Instructions to Consultants” (Section 2 of the RFP) means the document which

providesConsultantswithallinformationneededtopreparetheirproposals.(h) “LOI” (Section 1 of the RFP) means the Letter of Invitation being sent by the

Employertotheconsultants.(i) “Personnel” means professionals and support staff provided by the Consultant or

by any Sub‐Consultant and assigned to perform the Services or any part thereof;“ForeignPersonnel”meanssuchprofessionalsandsupportstaffwhoatthetimeofbeing so provided had their domicile outside the Government’s country;“Domestic Personnel”meanssuchprofessionalsandsupportstaffwhoatthetimeofbeingsoprovidedhadtheirdomicileinIndia.

(j) “Proposal”meanstheTechnicalProposalandtheFinancialProposal.

(k) “RFP” means the Request for Proposal prepared by the Employer for the selectionofConsultants,basedontheSRFP.

(l) “SRFP” means the Standard Request for Proposals, which must be used by theEmployerasaguideforthepreparationoftheRFP.

(n) “Assignment/job” means the work to be performed by the Consultant pursuantto theContract.

7

(o) “Sub‐Consultant” means any person or entity with whom the ConsultantsubcontractsanypartoftheAssignment/job.

(p) “TermsofReference”(TOR)meansthedocumentincludedintheRFPasSection5which explains the objectives, scope of work, activities, tasks to be performed,respectiveresponsibilitiesoftheEmployerandtheConsultant,andexpectedresultsanddeliverablesoftheAssignment/job.

2. Introduction2.1 The Employer named in the Part II Data Sheet will select a consulting

firm/organization(theConsultant)meetingbasiceligibilitycriteriaasmentioned inPartIIDataSheetandinaccordancewiththemethodofselectionspecifiedinthePartIIDataSheet.

2.2 Thenameoftheassignment/JobhasbeenmentionedinPart IIDataSheet.Detailedscopeoftheassignment/jobhasbeendescribedintheTermsofReferenceinSection5.

2.3 Thedate,timeandaddressforsubmissionoftheproposalshasbeengiveninPartIIDataSheet.

2.4 TheConsultantsareinvitedtosubmittheirProposal,forconsultingAssignment/jobnamed in the Part II Data Sheet. The Proposal will be the basis for contractnegotiations andultimatelyforasignedContractwiththeselectedConsultant.

2.5 Consultantsshould familiarizethemselveswithLocalconditionsandtakethemintoaccount in preparing their Proposals. To obtain first‐hand information on theAssignment/job and Local conditions, Consultants are encouraged to meet theEmployer’s representative named in part II Data Sheet before submitting aproposal and to attend apre‐proposalmeeting if one is specified in the Part IIData Sheet. Attending the pre‐ proposal meeting is optional. Consultants shouldcontact the Employer’s representative to arrange for their visit or to obtainadditional information on the pre‐proposal meeting. Consultants should ensurethat these representativesare advisedof thevisit in adequatetimetoallowthemtomakeappropriatearrangements.

2.6 The Employer will provide at no cost to the Consultants the inputs and facilitiesspecified in the Part II Data Sheet, assist the consultants in obtaining licenses andpermitsneededtocarryouttheAssignment/job,andmakeavailablerelevantprojectdataandreports.

2.7 Consultants shall bear all costs associatedwith the preparation and submission oftheir proposals and contractnegotiation.TheEmployer is not bound to accept anyproposal,andreserves the right to annul the selection process at any time priorto Contract award,withouttherebyincurringanyliabilitytotheConsultants.

8

3. EligibilityofAssociationofconsultantsandSub‐Consultants

3.1. If the consultant has formed an association of consultants, each member of theassociation of consultant shall be evaluated as per the qualification/ eligibilitycriteriasetforthinPartII data Sheet. The combined score of the each member ofthe association of consultantshall be taken into account for evaluation purpose. Ifanymember of the association ofconsultants isdroppedat theRFP stage, such anassociation of consultant is liable to be rejected by the Employer. However, theEmployer, at its sole discretion, may decide to evaluate for short‐listing suchassociationof consultantwithout considering the strengthof the dropped memberand if found eligible, may allow such association of consultant to submit theirproposal.

3.2. A consultant may associate with consultants and /or individual expert at thetime ofsubmissionofproposalwith.Undersuchcircumstanceseachmemberoftheassociation of consultant shall be evaluated as per the qualification/eligibilitycriteriasetforthinPartIIdataSheet.Thecombinedscoreoftheeachmemberoftheassociation of consultant shall be taken into account for evaluation purpose.However,theEmployershalldealwithonlytheleadmemberforthepurposeofthisassignment. Although the contract shall be signed by all the members of theassociations of the consultants, the lead member of the association of theconsultant shall be responsible and liable to the Employer for every aspects oftheirproposal,contractetc.

4. ClarificationandAmendmentofRFPDocuments4.1 Consultantsmay request a clarification on any clause of the RFP documents up to

the number of days indicated in the Part II Data Sheet before the proposalsubmission date.Anyrequestforclarificationmustbesentinwriting,orbystandardelectronicmeanstotheEmployer’s address indicated in the Part II Data Sheet. TheEmployer will respond inwriting, or by standard electronic means and will sendwritten copies of the response(includinganexplanationof thequerybutwithoutidentifying the source of inquiry) to allConsultants. Should the Employer deem itnecessary to amend theRFP as a result of aclarification,itshalldosofollowingtheprocedureunderpara.4.2Below.

4.2 At any time before the submission of Proposals, the Employermay amend theRFPbyissuingan addendum inwritingorbystandard electronicmeans.Theaddendumshall be sent to all Consultants and will be binding on them. Consultants shallacknowledge receipt of all amendments. To give Consultants reasonable time inwhichtotakeanamendmentintoaccountintheirProposalstheEmployermay,iftheamendmentissubstantial,extendthedeadlineforthesubmissionofProposals.

9

5. ConflictofInterest5.1 Employer requires that Consultants provide professional, objective, and impartial

advice and at all times hold the Employer’s interests paramount, strictly avoidconflicts with other Assignment/jobs or their own corporate interests and actwithout any consideration forfuturework.

5.2 Withoutlimitationonthegenerality ofthe foregoing,Consultants,andany oftheiraffiliates,shallbeconsideredtohaveaconflictofinterestandshallnotberecruited,underanyofthecircumstancessetforthbelow:

Conflicting activities: (i) a firm that has been engaged by the Employerto provide goods, works or Assignment/job other than consultingAssignment/job for a project, and any of its affiliates, shall be disqualifiedfrom providing consultingAssignment/job related to those goods, works orAssignment/job. Conversely, a firmhired toprovide consultingAssignment/jobforthepreparationorimplementationofaproject,andanyofitsaffiliates,shall be disqualified from subsequently providing goods or works orAssignment/ job other than consulting Assignment/ job resulting from ordirectlyrelated to the firm’s consultingAssignment/job forsuchpreparationor implementation. For the purpose of this paragraph, Assignment/jobother than consulting Assignment/job are defined as those leading to ameasurable physical output, for example surveys, exploratory drilling, aerialphotographyandsatelliteimagery.

Conflicting Assignment/job; (ii) A Consultant (including its Personnel andSub‐ Consultants) or any of its affiliates shall not be hired for anyAssignment/job that, by its nature, may be in conflict with anotherAssignment/joboftheConsultanttobeexecutedfor the same or for anotherEmployer. For example, a Consultant hired to prepareengineering designfor an infrastructure project shall not be engaged to prepare anindependentenvironmentalassessmentforthesameproject,andaConsultantassistinganEmployer in theprivatizationofpublicassets shallnotpurchase,nor advice purchasers of, such assets. Similarly, a Consultant hired toprepareTerms ofReference for an Assignment/job shall not be hiredfor theAssignment/job inquestion.

Conflicting relationships (iii) A Consultant (including its Personnel andSub‐Consultants)thathasabusinessor familyrelationshipwithamemberoftheEmployer’sstaffwhoisdirectlyorindirectlyinvolvedinanypartof(i)thepreparationoftheTermsofReferenceoftheAssignment/job,(ii)theselectionprocessforsuchAssignment/job,or(iii) supervisionof theContract,maynot

10

be awarded a Contract, unless the conflict stemming from this relationshiphas been resolved in a manner acceptable to the Employer throughout theselectionprocessandtheexecutionoftheContract.

5.3 Consultantshaveanobligationtodiscloseanysituationofactualorpotentialconflictthatimpacts theircapacityto serve thebest interestoftheirEmployer,orthatmayreasonablybeperceivedashaving this effect.AnysuchdisclosureshallbemadeaspertheStandardforms of technical proposal provided herewith. If the consultantfails to disclose saidsituationsand if theEmployercomestoknowaboutanysuchsituation at any time, it may lead to the disqualification of the Consultant duringbiddingprocessortheterminationofitsContractduringexecutionofassignment.

6. UnfairAdvantage6.1 If a Consultant could derive a competitive advantage from having provided

consultingAssignment/job related to the Assignment/job in question and whichis not defined asconflict of interest asperpara5 above, theEmployer shallmakeavailabletogetherwiththisRFPall informationthatwouldinthatrespectgivesuchConsultantanycompetitiveadvantageovercompetingConsultants.

7. Proposal7.1 Consultantsmayonlysubmitoneproposal.IfaConsultantsubmitsorparticipatesin

morethan one proposal, such proposals shall be disqualified. However, this doesnot limit theparticipationof the sameSub‐Consultant, including individual experts,tomorethanoneproposal.

8. ProposalValidity8.1 The Part II Data Sheet to consultant indicates how long Consultants’ Proposals

must remain valid after the submission date. During this period, Consultants shallmaintaintheavailabilityofProfessionalstaffnominatedintheProposalandalsothefinancialproposalunchanged. The Employer will make its best effort to completenegotiations within thisperiod.Should theneedarise;however, theEmployermayrequest Consultants to extendthe validity period of their proposals. Consultantswho agree to such extension shallconfirm that they maintain the availability ofthe Professional staff nominated in the Proposal and their financial proposalremainunchanged,or in theirconfirmationofextensionof validityof theProposal,Consultants could submit new staff in replacement,which would be considered inthe final evaluation for contract award. Consultants who do not agree have theright to refuse to extend the validity of their Proposals; under suchcircumstancetheEmployershallnotconsidersuchproposalforfurtherevaluation.

9. PreparationofProposals

9.1 The Proposal as well as all related correspondence exchanged by the ConsultantsandtheEmployershallbewritteninEnglishlanguage,unlessspecifiedotherwise.

11

9.2 In preparing their Proposal, Consultants are expected to examine in detail thedocumentscomprising the RFP. Material deficiencies in providing the informationrequestedmayresultinrejectionofaProposal.

9.3 While preparing theTechnical Proposal, Consultantsmust giveparticular attentiontothefollowing:

(a) If a Consultant considers that it may enhance its expertise for theAssignment/jobby associating with other Consultants in sub‐consultancy,itmayassociatewithotherConsultant.

(b) TheestimatednumberofProfessional staff‐months for theAssignment/jobis as shown in the Part II Data sheet. However, the Proposal shall bebased on the number of Professional staff‐months or budget estimatedby the Consultants. While making the proposal, the consultant mustensure that he proposes the minimum number and type of experts assought by the Employer, failing which theproposalshallbeconsideredasnon‐responsive.

(c) Alternativeprofessionalstaffshallnotbeproposed,andonlyonecurriculumvita(CV)maybesubmittedforeachpositionmentioned.

9.4 Depending on the nature of the Assignment/ job, Consultants are required tosubmit a Technical Proposal (TP) in forms provided in Section‐III. The Part IIData sheet in Section‐II indicates the formats of the Technical Proposal to besubmitted.Submissionofthewrong type of Technical Proposalwill result inthe Proposal being deemed non‐ responsive. The Technical Proposal shallprovide the information indicated in the following paras from (a) to (g) using theattachedStandardForms(Section3).FormTech–IinSection‐IIIisasampleletteroftechnicalproposalwhichistobesubmittedalongwiththetechnicalproposal.

(a) A brief description of the consultant’s organization and in the case of aconsortium/jointventure,ofeachpartner,willbeprovided inFormTech‐2. Inthesame Form, the consultant and in the case of a consortium/ joint venture,eachpartnerwillprovidedetailsofexperienceofassignmentswhicharesimilarto the proposed assignment/ job as per the terms of reference. For eachAssignment/job, the outline should indicate the names of Sub‐Consultants/Professional staff whoparticipated, duration of the Assignment/ job, contractamount, andConsultant’sinvolvement.InformationshouldbeprovidedonlyforthoseAssignment/jobs forwhich the Consultantwas legally contracted by theEmployerasacorporationoras oneof themajor firmswithin a joint venture.Assignment/jobs completed by individual Professional staff working privatelyor through other consulting firms cannot be claimed as the experience of theConsultant, or that of the Consultant’s associates, but can be claimed by the

12

Professional staff themselves in their CVs. Consultants should be prepared tosubstantiate the claimed experience along withthe proposalandmustsubmitletter of award / copy of contract for all the assignmentsmentioned in theproposal.

(b) Comments and suggestions on the Terms of Reference including workablesuggestions that could improve the quality/ effectiveness of theAssignment/job; and on requirements for counterpart staff and facilitiesincluding: administrative support, office space, Domestic transportation,equipment, data, etc. to beprovidedbytheEmployer(FormTECH‐3ofSection3).

(c) A description of the approach, methodology and work plan for performingthe Assignment/job covering the following subjects: technical approach andmethodology,workplan,andorganizationandstaffingschedule.GuidanceonthecontentofthissectionoftheTechnicalProposalsisprovidedunderFormTECH‐4ofSection3.TheworkplanshouldbeconsistentwiththeWorkSchedule(FormTECH‐8 of Section 3) which will show in the form of a bar chart the timingproposedforeachactivity.

(d) The list of the proposed Professional staff team by area of expertise, thepositionthat would beassignedto each staff teammember and their tasksis to beprovidedinFormTECH‐5ofSection3.

(e) Estimates of the staff input needed to carry out the Assignment/job needs tobe given in Form TECH‐7 of Section 3. The staff‐months input should beindicatedseparatelyforeachlocationwheretheConsultantshavetoworkand/orprovidetheirkeystaff.

(f) CVsof the Professional staff asmentioned inpara9.4 (d) above signedby thestaff themselves or by the authorized representative of the ProfessionalStaff(FormTECH‐6ofSection3).

(g) A detailed description of the proposed methodology and staffing fortrainingneedstobegiven,ifthePartIIDatasheetspecifiestrainingasaspecificcomponentoftheAssignment/job.

9.5 The Technical Proposal shall not include any financial information. A TechnicalProposalcontainingfinancialinformationmaybedeclarednonresponsive.

9.6 FinancialProposals: The Financial Proposal shall be prepared using the attachedStandard Forms (Section 4). It shall list all costs associated with theAssignment/job, including (a)remunerationforstaffand(b)reimbursableexpensesindicatedinthePartIIDatasheet.Ifappropriate,thesecostsshouldbebrokendownby activity and, if appropriate, into foreign (if applicable) and domesticexpenditures. The financial proposal shall not include anyconditions attached toit and any such conditional financial proposal shall be rejectedsummarily.

13

10. Taxes

10.1 The Consultant shall fully familiarize themselves about the applicable to Domestictaxes (such as: GST, value added or sales tax, income taxes, duties, fees, levies) onamounts payable by the Employer under the Contract. All such taxes must beincludedbytheconsultantinthefinancialproposal.

11. Currency11.1 ConsultantsmustexpressthepriceoftheirAssignment/jobinIndiaRupees.

12. EarnestMoneyDeposit(EMD)andBidprocessingFees

12.1 EarnestMoneyDeposit

I. An EMD of amount as mentioned in data sheet, in the form ofDD/FDR/Banker’s cheque/Bank Guarantee in favour of the Employer(SaharanpurSmartCityLimited)andpayableatSaharanpurasmentionedindatasheet,mustbesubmittedalongwiththeProposal.

II. ProposalsnotaccompaniedbyEMDshallberejectedasnon‐responsive.III. No interest shall be payable by the Employer for the sumdeposited as

earnestmoneydeposit.IV. The EMD of the unsuccessful bidders would be returned back within one

monthofsigningofthecontract.12.2 TheEMDshallbeforfeitedbytheEmployerinthefollowingevents:

I. IfProposaliswithdrawnduringthevalidityperiodoranyextensionagreedbytheconsultantthereof.

II. If the Proposal is varied or modified in a manner not acceptable to theEmployerafteropeningofProposalduringthevalidityperiodoranyextensionthereof.

III. Iftheconsultanttriestoinfluencetheevaluationprocess.IV. If the First ranked consultant withdraws his proposal during negotiations

(failuretoarriveatconsensusbyboththepartiesshallnotbeconstruedaswithdrawalofproposalbytheconsultant).

13. BidProcessingFeesAllconsultantsarerequiredtopayasmentionedindatasheettowardsBidProcessingFeesintheformofdemandDraft/Banker’sChequedrawninfavourofEmployer(asindicatedinDataSheet)andpayable at Saharanpur.TheBidProcessingFee isNon‐Refundable. Non submission of BidProcessingfeealongwiththeTechnicalProposalwillbetreatedasnon‐responsivebid.

14. Submission,Receipt,andOpeningofProposal

14.1 The original proposal, both technical and Financial Proposals shall contain no

14

interlineations or overwriting, except as necessary to correct errors made by theConsultants themselves. The person who signed the proposal must initial suchcorrections. Submission letters for both Technical and Financial Proposals shouldrespectivelybeintheformatofTECH‐1ofSection3,andFIN‐1ofSection4.

14.2 An authorized representative of the Consultants shall initial all pages of theoriginalTechnical and Financial Proposals. The authorization shall be in the formof a written power of attorney accompanying the Proposal or in any other formdemonstrating that the representative has been dully authorized to sign. Thesigned Technical and Financial Proposals (as per section‐IV Financial ProposalStandardForm)shallbemarked“ORIGINAL”.

14.3 The original and all copies of the Technical Proposal shall be placed in a sealedenvelope clearly marked “TECHNICAL PROPOSAL” Similarly the original FinancialProposal (as per section‐IV Financial Proposal Standard Form) shall be placed insealedenvelopeclearlymarked“FINANCIALPROPOSAL”followedbythenameoftheAssignment/job. The envelopes containing the Technical Proposals, FinancialProposal,EMD and bid processing fees shall be placed into an outer envelopeandsealed. This outer envelope shall bear the submission address, reference number.The Employer shall not be responsible for misplacement, losing or prematureopening if theouter envelope is not sealed as stipulated. This circumstance maybe case for Proposalrejection.

If the financial Proposal as described above is not submitted in a separatesealedenvelopedulymarkedas indicatedabove, thiswillconstitutedgroundfordeclaringtheproposalnon‐responsive.

14.4 TheProposalsmustbe sent to theaddress indicated in theDatasheetandreceivedby theEmployerno laterthanthetimeand thedate indicated in theDatasheet,orany extension to this date in accordance with para 4.2 above. Any proposalreceived by the Employer after the deadline for submission shall be returnedunopened.

15. Proposal Evaluation15.1 From the time the Proposals are opened to the time theContract is awarded, the

Consultants shouldnot contact theEmployeronanymatterrelated to itsTechnicaland/orFinancial Proposal. Any effort by Consultants to influence the Employerintheexamination,evaluation,rankingofProposals,andrecommendationforawardofContractmayresultintherejectionoftheConsultants’Proposal.

15.2 The employer has constituted a Consultant Selection Committee (CSC) which willcarryouttheentireevaluationprocess.

15.3 Evaluation of Technical Proposals: CSC while evaluating the TechnicalProposals shall have no access to the Financial Proposals until the technical

15

evaluationisconcludedandthecompetentauthorityacceptstherecommendation.

15.4TheCSCshallevaluatetheTechnicalProposalsonthebasisoftheirresponsivenesstothe Terms of Reference and by applying the evaluation criteria, sub‐criteriaspecified in theData sheet. In the first stage of evaluation, a Proposal shall berejected if it is found deficient as per the requirement indicated in the Datasheet for responsiveness of theproposal.Onlyresponsiveproposalsshallbefurthertakenupforevaluation.Evaluationofthe technical proposal will start first and atthis stage the financial bid (proposal) willremain unopened. The qualification ofthe consultant and the evaluation criteria for the technical proposal shall be asdefinedintheDatasheet.

15.5 Public opening & evaluation of the Financial Proposals: Financialproposalsofonlythose firmswhoaretechnicallyqualifiedshallbeopenedpubliclyon the date &time specified the Data sheet, in the presence of the Consultants’representatives whochoose to attend.Thenameof theConsultants, their technicalscore(ifrequired)andtheirfinancialproposalshallbereadaloud.

15.6 The CSC will correct any computational errors. When correcting computationalerrors, in case of discrepancy between a partial amount and the total amount, orbetween word and figures, the former will prevail. In addition to the abovecorrections the items described in theTechnical Proposal but not priced, shall beassumed to be included in the prices of other activities or items. In case anactivity or line item is quantified in the FinancialProposal differently from theTechnical Proposal, (i) if theTime‐Based formof contracthas beenincluded in theRFP, the Evaluation Committee shall correct the quantification indicated in theFinancial Proposal so as to make itconsistent with that indicated in theTechnicalProposal, apply the relevant unit price included in the Financial Proposal to thecorrected quantity and correct the total Proposal cost, (ii) if the Lump‐Sumform of contract has been included in the RFP, no corrections are applied to theFinancial Proposal in this respect. If Permitted under RFP to quote in anycurrency other than Indian Rupees, Prices shall be converted to IndianRupeesusingthesellingrateofexchange,scoreandreferencedateindicatedinDataSheet. Normally, thedatewill be thedateofopeningof the tenderunlessspecifiedotherwiseintheDatasheet.

15.7 After opening of financial proposals, appropriate selection method shall beapplied todetermine the consultant who will be declared winner and be eligiblefor award of the contract. The methods of selections are described in the DataSheet [The employer shallmention here which method out of all listed methodshall be applied for selection of consultant for this assignment / job]. Thisselected consultant will then be invited fornegotiations,ifconsiderednecessary.

16

16. Negotiations16.1 Negotiations will be held at the date, time and address intimated to the qualified

andselectedbidder.TheinvitedConsultantwill,asapre‐requisiteforattendanceatthe negotiations, confirm availability of all Professional staff. Representativesconductingnegotiations on behalf of the Consultant must have written authorityto negotiate andconcludeaContract.

16.2 Technical negotiations: Negotiations will include a discussion of the TechnicalProposal, the proposed technical approach and methodology, work plan, andorganization and staffing, and any suggestionsmade by the Consultant to improvetheTermsofReference.TheEmployerandtheConsultantswillfinalizetheTermsofReference, staffing schedule, work schedule, logistics, and reporting. Thesedocuments will then be incorporated in the Contract as “Description ofAssignment/job”. Special attention will be paid to clearlydefining the inputs andfacilities required from the Employer to ensure satisfactory implementation of theAssignment/job. The Employer shall prepareminutes ofnegotiationswhichwillbesignedbytheEmployerandtheConsultant.

16.3 Financial negotiations: After the technical negotiations are over, financialnegotiationsshouldbecarriedoutinordertoreflectanychangeinfinancialsduetochange in scope of work or due to clarification on any aspect of the technicalproposal during the technical negotiations. Under no circumstance, the financialnegotiation shall result in to increase in the price originally quoted by theconsultant. Unless there are exceptional reasons, the financial negotiations willinvolveneither theremuneration rates for staffnorotherproposed unit rates. Forother methods, Consultants will provide the Employer with the information onremuneration rates described in the Appendix attached to Section 4 ‐FinancialProposal‐StandardFormsofthisRFP.

16.4 AvailabilityofProfessional staff/experts: Having selected the Consultant on thebasis of, among other things, an evaluation of proposed Professional staff, theEmployer expects to negotiate a Contract on the basis of the Professional staffnamed in the Proposal. Before contract negotiations, the Employer will requireassurances that the Professional staffwillbe actually available. The Employer willnot consider substitutions during contract negotiations unless both parties agreethat undue delay in the selection processmakes such substitution unavoidable orfor reasons such as death or medical incapacity or if theprofessionalstaffhasleft theorganisation. If this is not the case and if it is established thatProfessionalstaff were offered in the proposal without confirming their availability, theConsultant may be disqualified. Any proposed substitute shall have equivalent orbetterqualifications and experience than the original candidate and be submitted

17

by the Consultant within the period of time specified in the letter of invitation tonegotiate.

16.5 Conclusion of the negotiations: Negotiations will conclude with a review ofthe draft Contract. To complete negotiations the Employer and theConsultantwillinitial the agreed Contract. If negotiations fail, the employer will reject all theproposalsreceivedandinvitefreshproposals.

17. AwardofContract17.1 After completing negotiations the Employer shall issue a Letter of Intent to the

selectedConsultant and promptly notify all other Consultantswho have submittedproposalsaboutthedecisiontaken.

17.2 The consultants will sign the contract after fulfilling all the formalities/pre‐conditions includingPerformanceGuarantee asmentioned in the standard form ofcontractinSection‐6,within15daysofissuanceoftheletterofintent.

17.3 The Consultant is expected to commence the Assignment/job on the date andat thelocationspecifiedinthePartIIDataSheet.

18. Confidentiality18.1 Information relating to evaluation of Proposals and recommendations concerning

awardsshallnotbedisclosedtotheConsultantswhosubmitted theProposalsortootherpersonsnot officially concernedwith theprocess, until the publicationof theaward of Contract. The undue use by any Consultant of confidential informationrelated to theprocessmayresultintherejectionofitsProposalandmaybesubjecttotheprovisionsoftheEmployer’santifraudandcorruptionpolicy.

19. The employer reserves the right to verify all statements, information anddocumentssubmittedbytheApplicant inresponseto theRFP.Anysuchverificationor the lack of such verification by the Employer to undertake such verificationshall not relieve theApplicant of its obligation or liabilities here under nor will itaffect any rights of theEmployerhereunder.

20. The selection process shall be governed by and construed in accordance with thelaws of India and Courts at Saharanpur shall have exclusive jurisdiction and alldisputesarisingunderpursuanttoand/orinconnectionwiththeSelectionProcess.

.

18

INSTRUCTIONSTOCONSULTANT

Part‐II

DATASHEET

ClauseNo.ofDataSheet

RefofITC

Particulars

1. 2.1 NameoftheEmployer: SaharanpurSmartCityLimitedrepresentedbyCEO

2.1 BasicEligibilitycriteria

a) The Bidder/s shall be a private company, firmincorporatedinIndiaunderthe(Indian)CompaniesAct 1956/2013 or a Company incorporatedunderequivalentlawabroad.The Bidder/s shall be required to submit a truecopyofitsIncorporationCertificateb) The Bidder/s must have a valid GSTNregistrationc) The Bidder/s must have at least one office inIndiawhich has been operational for the last threeyearsormored) The Parent/subsidiary company of bidder/solebidder/Lead Bidder/Consortium member orparent should not have been blacklisted /debarred/terminationofcontract except forreasonsofconvenienceof client by anyGovernment / Government Board / Corporation /Company / Statutory Body / PSU company/ Non‐Government /Government of any sovereigncountries /Private Agencies and Funding Agenciesinthelast10years.

e) TheConsultant(incaseofsinglebusinessentity)/Lead Member (in case of Consortium or JVmaximum up to 3 members) should have aminimumaverageannualturnoverofIndianRs.100(Hundred) crores during the last three (3)financial years; and the each Consortium partnershouldhaveaminimumaverageannual turnoverofIndianRs.20 (Twenty) croresduring the last three(3)financialyears.

19

f) The Consultant should have Experience in atleast 5 (Five) assignments for ProjectManagement Consultants/ Support Units/Technical Support orCoordinatorConsultants/Project Planning and Design/ Preparation ofDetailedProjectReportsforurbaninfrastructureassignments at government levels (Central/State/ Municipal) or any sovereign country(withinlastthreeyears).g) The consultant should have an AverageAnnual Turnover from ICT consultancy /implementation services of Rs. 25 (Twentyfive) Cr for the last 3 years of which theyshould have done at least 3 consultancyassignments in the area of e‐Governance, ITServices advisory, audit, etc. for the PSU/StateGovernment/CentralGovernmentofatleastRs5Cr each and/or 3 projects in the area of ICTinfrastructure implementation, PMC andsupervision each with a valueofatleast Rs 5 Cr.

2. 2.2NameoftheAssignment/jobis:

Project Management Consultant (PMC)toDesign, Develop, Manage And Implement SmartCityProjectsUnderSmartCityMission(SCM)

3. 2.5 Apre‐proposalmeetingwillbeheld:

YESDate:15/06/2018,Time:15:00hrs.Venue: SaharanpurSmartCityLimited

SaharanpurMunicipalCorporation,GurudwaraRoad,Saharanpur‐247001,UP,India

4 14.4LastDate,timeandaddressforsubmissionofproposal/bid/Documentscopy:

Date:28/06/2018,Time:15:00hrs.Venue: SaharanpurSmartCityLimited

SaharanpurMunicipalCorporation,GurudwaraRoad,

Saharanpur‐247001,UP,India

LastDateandtimeforsubmissionofonlineproposal/bid

27/06/2018onbefore15:00hrs

20

5. 2.5

TheEmployer’srepresentativeis:

CEO,SaharanpurSmartCityLimited

Address:

SaharanpurSmartCityLimitedSaharanpurMunicipalCorporation,GurudwaraRoad,Saharanpur‐247001,UP,India

Telephone: 0132‐2614730

Fax 0132‐2614730

E‐mail: [email protected]

6. 2.6The Employer will Providethefollowinginputsandfacilities:

Officespaceonly

7. TheEmployerenvisagesthe need for continuity fordownstreamwork:

No

8 8.1

Proposalsmustremainvaliddays after thesubmissiondate,i.e.until:

90days

9. 4.1

Clarificationsmay berequestednotlaterthandaysbeforethesubmissiondate.

10days

The address forrequestingclarificationsis:

CEO/MunicipalCommissionerSaharanpurSmartCityLimitedSaharanpurMunicipalCorporation,GurudwaraRoad,Saharanpur‐247001,UP,India

E‐mail: [email protected]

10. 9.3(a) NameofSubConsultant (ifproposed)shall also

bementionedalongwithtechnicaldetails

21

11. 9.3(b)

Theestimatenumberof Professionalstaff‐monthsrequiredfortheAssignment/jobis:

A. For Time Based components:Estimatednumberof Professional staff‐months is:428person‐months.

The Consultant’s Proposal must include theminimum 428 person‐months Professional staffmonths for Time Based component. For theevaluation and comparison of Proposals only: if aProposalincludeslessthantherequiredminimumtime‐input, the missing time‐input (expressed inperson‐month) will be multiplied by the highestremuneration rate for a Key Expert in theConsultant’s Proposal and added to the totalremuneration. Proposal that quoted higher thanthe required minimum of time‐input will not beadjusted.

B.ForLumpSumcomponent:EstimatednumberofProfessional staff‐months is:400person‐months.

12 9.4

In addition to technical proposal, Consultants arerequired to submit financial proposal (as performs prescribed in Section 4). Submission of thetechnical and financial proposal in improper formwillrendertheproposalliabletoberejected.

13. 9.4 TheformatsoftheTechnicalProposaltobesubmittedare: Form Tech1:Letter of

Proposalsubmission

FormTech2:Consultant’sorganization&experience

Form Tech3:Comments&suggestionsonTOR

Form Tech4 :Approach&methodology

Maximum of 20 pages including charts anddiagrams

Form Tech5:Teamcomposition

FormTech6:Curriculumvitae

22

FormTech7:StaffingSchedule

FormTech8:WorkSchedule

FormTech9:Comment/modificationsuggestedondraftcontract.

FormTech10:Informationregardinganyconflicting activitiesanddeclarationthereof.

14. Training is a specific

ComponentofthisAssignment/job

NO

15. 10 Taxes

Replacetheclauseasbelow:The Financial Proposal shall take into account allexpenses but excluding GSTN liabilities. OnlyGSTN as applicable shall be paid in addition to thefinancialquoteandcalculatedasperapplicablelawsatthetimeofpayment.AllpaymentstoconsultantsshallbesubjecttodeductionoftaxesatsourceasperApplicableLaws.

16. 11.1Consultant to statethecostin

IndianRupees

17. 12.1 EarnestMoneyDeposit

12.1(I)Rs.4000000.00/‐(FortyLakhonly)In the form of DD/Banker’s Cheque/FDR/BankGuaranty in favour of the CEO, Saharanpur SmartCityLimitedpayableatSaharanpur.

18. 13. BidProcessingFees

Rs.25000.00/‐(TwentyFiveThousandonly)In the form of Demand Draft/Banker’s cheque infavour of the CEO, Saharanpur Smart City LimitedpayableatSaharanpur.

19. 14.3 ProposalSubmission

Consultantmust submit theoriginaland1 (One)copyof theTechnicalProposalwithoriginaloftheFinancial ProposalStandardFormsat‐ SaharanpurSmartCityLimitedSaharanpurMunicipalCorporation,GurudwaraRoad,Saharanpur‐247001,UP,oneveryworkingdaywithinworkinghoursbeforetheclosingdateandalsosubmit their Technical&FinancialProposalonhttps://etender.up.nic.in.

23

20. 15.4

EvaluationCriteria:Criteria,sub‐criteria,forevaluationofTechnicalProposalshavebeenprescribed:

Detailed evaluation as mentioned below this TableofDataSheet.

21. 15.7 MethodofSelection

Quality(80%)cumCost(20%) BasedSelectionQCBS‐80:20The technical quality of the proposal will begivenweight of 80%, the method of evaluationof technicalqualificationwill follow the proceduregiven in para 15 above. The price bids of onlythose consultants who qualify technically(Minimum Qualifying Marks: 70%) will beopened.Theproposalwith the lowest costmay begiven a financial score of 100 and the otherproposal given financial score that are inverselyproportionate to their prices. The financialproposalshall be allocatedweight of 20%. Forworking out thecombinedscore,theemployerwillusethefollowingformula:

Totalpoints=T(w)xT(s)+F(w)xF(s),

whereF(s)={(LEC/EC)*100}

T(w)standsforweightofthetechnicalscore.T(s)standsfortechnicalscoreF(w)standsforweightofthefinancialproposalECstandsforEvaluatedCostofthefinancialproposalLEC stands for LowestEvaluatedCostof thefinancialproposal.

F(s) stands for Financial score of the financialproposal

Theproposalswillberankedintermsoftotalpointsscored. The proposal with the highest total points(H‐1)will be considered for award of contract andwillbecalledfornegotiations,ifrequired.

24

22. 16 Negotiation

AddClause16.6asbelow:If anykeyexpert gets less than60%marksduringtechnical evaluation, then he/she needs to bereplaced at the time of negotiation. The otherexpertwho’s CVs will not be evaluated but has tobe submitted with proposal, should meet theminimum qualification criteria as per the ToR,otherwise such expert also needs to be replaced atthetimeofnegotiation.

23. 17.2 AwardofContract

If any expert is replaced by the consultant for thereasonswithoutthereasonableground,thecontractamountwillbereducedby1%.Ifanexpertisplacedduring thetimeofsigningofcontractorduringtheimplementationofcontract,forthereasonswithoutthe reasonable ground, Consultant shall submitoriginalcertificatefromtheconcernedexpertcitingreasons for his/her unavailability for theassignment.Iftheemployerisnotsatisfiedwiththereasonssubmittedbytheconsultant, theconsultantshall be liable to pay penalty of 8% of theremuneration of concern expert for everyreplacement.

24. 17.3

ExpecteddateforCommencementofconsultingAssignment/job Locationforperformanceassignment/job:

25

ProcedureforDetailedevaluationoftechnicalqualifications(Withreferencetopointno.19/Clause15.4ofDataSheet):

The detailed technical evaluation of Proposals satisfying minimum eligibilityconditionsasaboveshall be done. The Criteria, sub‐criteria and point system fordetailed evaluation shall be asfollows:

A.Specificexperienceoftheconsultant firm relevant to theassignment

25marks

Subcriteria

i.

Experience as project management Unit/ project managementconsultant Support Unit/Technical Support or CoordinatorConsultants/Design and/ or Supervision consultant in UrbanMobility related projectwithvalueofcontract (forconsultancyservice)of at least Rs. 100 lakh. (1markper project subject tomaximum5marks)

5marks

ii.

Experience in at least 5 project management assignments(including Design/Supervision consultant) in UrbanInfrastructure (water supply/sewerage/SWM/Power Supply)relatedprojectwithvalueofcontract(forconsultancyservice)ofat least Rs. 100 lakh. (1marksperproject subject tomaximum5marks)

5marks

iii.

ExperienceofPPPtransactionadvisoryprojectsinsectorssuchasUrban Infrastructure/ Real estate/ Industrial Infrastructure/Transportof projectvalueover INR50croreeach. (1markperprojectsubjecttomaximum5marks)

5marks

iv.

Experience as project management consultant/ Design and/orSupervision consultant in Integrated ICT applications relatedprojectwithvalueofcontract(forconsultancyservice)ofatleastRs50lakh.(1markperprojectsubjecttomaximum5marks).

5marks

v.

Experience of carrying out studies in Urban Sector (Citydevelopment/StrategicPlan,Masterplans,BaselineAssessments,Financial Assessments, City Investment Plan, Vision documents,City Business plans, Non‐revenue water study). (1 marks perprojectsubjecttomaximum5marks)

5marks

26

B. Proposedmethodologyandworkplaninresponsetothetermsofreference.

15marks

Sub‐criteria:

i. Technicalapproach&methodology 4marksii. Workplan 4marksiii. Organisation&staffing 2marks

iv.

Presentation(Bidderswillbecalledforapresentationtoevaluatetheproposedapproachandmethodologyinresponsetothetermsofreference)

5marks

C. Keyprofessionalstaff:Qualification&competencyfortheassignment/job.

60marks

Qualificationsandcompetencyofeachofthekeyprofessionalasper‘C’abovewillbeevaluatedseparately.Themarksforkeyprofessionalswillbefurtherdividedasunder:

Foralltheabovepositionsfollowingsub‐criteriashallbefollowed:

a)Generalqualifications(generaleducationandprofessionalexperience) 20%

b)

Adequacy for the Assignment (Experience in similarcapacity, trainings, Experience as per TOR, Experiencewith IFIs&OverallImpression)

80%

Note: If any key experts get less than 60 % marks then he need to be replaced at the

time ofnegotiation. Other experts should meet the minimum qualification criteria as per the ToR,

otherwise theexpertneedstobereplacedatthetimeofnegotiation.

Sr. Position Marks

1. TeamLeader 12

2. UrbanInfrastructureSpecialist 8

3. E‐Governance/ICTSpecialist 8

4. UrbanFinanceSpecialist 5

5. ProjectPerformanceandManagementSpecialist 7

6. ConstructionExpert 7

7. ProcurementandContractsExpert 5

8. TransportExpert 8

TOTAL 60marks

27

Section3:TechnicalProposal‐StandardForms

28

FORMTECH‐1

LETTEROFPROPOSALSUBMISSION

[Location,Date]To: [NameandaddressofEmployer]DearSirs:

We, the undersigned, offer to provide the consulting Assignment/job for [Inserttitle ofAssignment/job] inaccordancewithyourRequestforProposaldated [InsertDate] andour Proposal. We are hereby submitting our Proposal, which includes this TechnicalProposal, and aFinancialProposalsealedunderaseparateenvelopeandrequisiteEMDandbidprocessingfees..

We are submitting our Proposal in associationwith: [Insert a list with full name and

addressofeachassociatedConsultant]

We hereby declare that all the information and statementsmade in this Proposal aretrue andacceptthatanymisinterpretationcontainedinitmayleadtoourdisqualification.

Ifnegotiationsareheld during theperiodofvalidityof theProposal, i.e.,before the

dateindicated in Paragraph 4 of the Part IIData Sheet,we undertake to negotiate on thebasis of the proposed staff. Our Proposal is binding upon us and subject to themodificationsresulting fromContractnegotiations.

WeunderstandyouarenotboundtoacceptanyProposalyou

receive.Weremain,

Yourssincerely,

AuthorizedSignature[Infullandinitials]:

NameandTitleofSignatory:NameofFirm:

Address:

29

FORMTECH‐2

FORM2:CONSULTANT’SORGANIZATION&EXPERIENCE

Form2A:FormatforDetailsofConsultant

1. DetailsofConsultant

a. Nameofconsultantwithfulladdress :

b. Tel.No. :

c. FaxNo. :

d. Email :

e. YearofIncorporation. :

f.Nameandaddress of theperson holding the Powerof

:

g.(i)PlaceofBusiness. :

(ii)DateofRegistration. :

h. NameofBankerswithfulladdress. :

i. GSTNRegistrationNumber(copy). :

j. PermanenteAccountNumber(copy).

k.

Are you presently debarred/ Black listed by anyGovernment Department/Public Sector Undertaking/AnyEmployer?(IfYes,pleasefurnisheddetails)

:

l.Name and details (Tel/ Mobile/ E mail) of contactpersons

:

2. IncaseofaConsortium:

a. Theinformationaboveshouldbeprovidedforallthemembersoftheconsortium.b. Informationregardingroleofeachmembershouldbeprovidedaspertablebelow:

Sr.No. Nameof Member Role (Specify LeadMember/ OtherMember)1. 2.

30

Form2B:FormatforFinancialCapabilityoftheConsultant(EquivalentinRs.crores)

Consultant* ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐(Name of Consultant)

FY 2014‐15 2015‐16 2016‐17 Total Average

AnnualTurnover CertificatefromtheStatutoryAuditorThis is tocertifythat............................... (Nameof theConsultant)has received thepaymentsandannualturnoverasshownaboveagainsttherespectiveyears.

Nameoftheauditfirm:

Sealoftheauditfirm

Date:

(Signature,nameanddesignationoftheauthorisedsignatory)

# The Consultant should provide the Financial Capability based on its own financial

statements.FinancialCapabilityof theConsultant'sparent companyorits subsidiaryor any associate company will not be considered for computation of the FinancialCapabilityoftheConsultant.

* Consultant should fill in details as per the row titled Annual turnover in the rowbelow. In case the Consultant is a Consortium, for the purpose of evaluation onfinancialparameters,financial parameters of all the members shall be furnished inseparate sheet forconsideration.

31

Form2C:Experience insimilarassignments(ProjectManagementUnits/SupportUnits/ Technical Support or Coordinators Consultant or similar at governmentlevels(Central/state/Municipal)Listprojects(notmorethen10)inthelasttenyearswhicharesimilartothatintheRFP.Assignmentname: Valueofthecontract(incurrent INR):

Country: Durationofassignment(months):

NameofClient: TotalNoofstaff‐monthsoftheassignment:

Address:Approx. valueof the services providedbyyourfirmunderthecontract(incurrent INR):

Startdate(month/year):

Completiondate(month/year):

NarrativedescriptionofProject:

32

Form2D:ExperienceinProjectManagementconsultant/SupportUnits/TechnicalSupportorCoordinatorsConsultant/Design/orSupervisionconsultant inUrbanMobilityrelatedprojectwithvalueofcontract(forconsultancyservice)ofatleastRs.100Lakh.Listprojects(notmorethen10)inthelasttenyearswhicharesimilartothatintheRFP.

Assignmentname: Valueofthecontract(incurrent INR):

Country: Durationofassignment(months):

NameofClient: TotalNoofstaff‐monthsoftheassignment:

Address:Approx. valueof the services providedbyyourfirmunderthecontract(incurrent INR):

Startdate(month/year):

Completiondate(month/year):

NarrativedescriptionofProject:

DescriptionofactualServicesprovidedbyyourstaffwithintheassignment:

33

Form2E:Experienceasprojectmanagementconsultants/SupportUnits/TechnicalSupport or Coordinator Consultants/ Design and/ or Supervision consultant inUrban Infrastructure (water supply/ sewerage/SWM)/Power Supply relatedProjectwithvalueofcontract(forconsultancyservice)ofatleastRs.100Lakhs.Listprojects(notmorethen10)inthelasttenyearswhicharesimilartothatintheRFP. Assignmentname: Valueofthecontract(incurrent INR):

Country:NameofCity/Cities:

Durationofassignment(months):

NameofClient: TotalNoofstaff‐monthsoftheassignment:

Address:Approx. Valueof the services providedbyyourfirmunderthecontract(incurrent INR):

Startdate(month/year):

Completiondate(month/year):

NarrativedescriptionofProject:

Descriptionofactualservicesprovidedbyyourstaffwithintheassignment:

34

Form2F:Experienceof carryingout studies inUrbanSector (CityDevelopment/Strategies Plan, Master Plans, Prospective Plan of integrated InfrastructureProjects,CitySanitationPlans,BaselineAssessments,FinancialAssessments,CityInvestment Plan, Vision documents, City Business Plans, Non‐revenue waterstudy).Listprojects(notmorethen10)inthelasttenyearswhicharesimilartothatintheRFP.Assignmentname: Valueofthecontract(incurrent INR):

Country:NameofCity/Cities:

Durationofassignment(months):

NameofClient: TotalNoofstaff‐monthsoftheassignment:

Address:Approx. valueof the services providedbyyourfirmunderthecontract(incurrent INR):

Startdate(month/year):

Completiondate(month/year):

NarrativedescriptionofProject:

Descriptionofactualservicesprovidedbyyourstaffwithintheassignment:

35

Form2G:ExperienceofPPPtransactionadvisoryprojectsinsectorssuchasUrbanInfrastructure/ Real estate/ Industrial Infrastructure/ Tourism/ Transport ofProjectvalueoverINR50Croreeach.Listprojects(notmorethen10)inthelasttenyearswhicharesimilartothatintheRFP.Assignmentname: Valueofthecontract(incurrent INR):

Country:NameofCity/Cities:

Durationofassignment(months):

NameofClient: TotalNoofstaff‐monthsoftheassignment:

Address:Approx. valueof the services providedbyyourfirmunderthecontract(incurrent INR):

Startdate(month/year):

Completiondate(month/year):

NarrativedescriptionofProject:

Descriptionofactualservicesprovidedbyyourstaffwithintheassignment:

36

FORMTECH‐3

COMMENTSANDSUGGESTIONSONTHETERMSOFREFERENCEANDONCOUNTERPARTSTAFFANDFACILITIESTOBEPROVIDEDBYTHEEMPLOYER

A‐OntheTermsofReference

[Suggest and justify here any modifications or improvement to the Terms of Reference you areproposing to improve performance in carrying out the Assignment/job (such as deleting someactivity you consider unnecessary, or adding another, or proposing a different phasing of theactivities).Suchsuggestionsshouldbeconciseandtothepoint,andincorporatedinyourProposal.]B‐OnInputsandFacilitiestobeprovidedbytheemployer

[Commenthereon Inputsand facilitiestobeprovidedby theEmployeraccordingtoParagraph6ofthe Part II Special information to consultants including: administrative support, office space,Domestictransportation,equipment,data,etc.]

37

FORMTECH‐4

DESCRIPTIONOFAPPROACH,METHODOLOGYANDWORKPLANFORPERFORMINGTHE

ASSIGNMENT/JOB

[Technical approach, methodology and work plan are key components of the Technical Proposal.YouaresuggestedtopresentyourTechnicalProposaldividedintothefollowingthreechapters:

TechnicalApproachandMethodology,WorkPlan,andOrganizationandStaffing,

a) Technical Approach and Methodology. In this chapter you should explain your understandingof theobjectivesoftheAssignment/job,approachtotheAssignment/job,methodologyforcarryingouttheactivitiesandobtainingtheexpectedoutput,andthedegreeofdetailof suchoutput.Youshouldhighlighttheproblemsbeingaddressedandtheirimportance,andexplainthetechnicalapproachyouwouldadopttoaddressthem.You should also explain themethodologies you propose to adopt andhighlight thecompatibilityof thosemethodologieswiththeproposedapproach.

b) WorkPlan. The consultant shouldpropose and justify themain activities of the Assignment/job,their content and duration, phasing and interrelations, milestones (including interim approvals bytheEmployer),anddeliverydatesof thereports.Theproposedworkplanshouldbeconsistentwiththetechnicalapproachandmethodology, showingunderstandingof theTORandability to translatethem into a feasible workingplan. A list of the final documents, including reports, drawings, andtables to be delivered as final output, shouldbeincludedhere.TheworkplanshouldbeconsistentwiththeWorkScheduleofFormTECH‐8.

c) Organization and Staffing. The consultant should propose and justify the structure andcomposition of your team. You should list the main disciplines of the Assignment/job, the keyexpert responsible, andproposedtechnicalandsupportstaff.].

38

FORMTECH‐5

TEAMCOMPOSITIONANDTASKASSIGNMENT/JOBSProfessionalStaff

Sr.No. NameofStaff NameofFirm AreaofExpertise

Position/Taskassignedforthisjob

39

FORMTECH‐6

CURRICULUMVITAE(CV)FORPROPOSEDPROFESSIONALSTAFF

1. ProposedPosition:

[ForeachpositionofkeyprofessionalseparateformTech‐6willbeprepared]:2. NameofFirm:

[Insertnameoffirmproposingthestaff]:3. Name of Staff:

[Insertfullname]:4. DateofBirth:

5. Nationality:

6. Education:

[Indicate college/university and other specialized education of staff member, givingnames ofinstitutions,degreesobtained,anddatesofobtainment]:

7. MembershipofProfessionalAssociations:

8. OtherTraining:

9. CountriesofWorkExperience:

[Listcountrieswherestaffhasworkedinthelasttenyears]:10. Languages [For each language indicate proficiency: good, fair, or poor in

speaking,reading,andwriting]:

11. EmploymentRecord:

[Startingwithpresentposition, list inreverseordereveryemploymentheldbystaffmembersince graduation, giving for each employment (see format here below): dates ofemployment,nameofemployingorganization,positionsheld.]:

40

From[Year]:ToYear]:

Employer:

Positionsheld:

12. DetailedTasksAssigned[ListalltaskstobeperformedunderthisAssignment/job]

13. Work Undertaken that Best Illustrates Capability to Handle the Tasks

Assigned

[Among the Assignment/jobs in which the staff has been involved, indicate the followinginformationforthoseAssignment/jobsthatbestillustratestaffcapabilitytohandlethetaskslistedunderpoint12.]

NameofAssignment/joborproject:Year:Location:Employer:Mainprojectfeatures:Positionsheld:

Activitiesperformed:

14. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctlydescribes myself, my qualifications, and my experience. I understand that any wilfulmisstatementdescribedhereinmayleadtomydisqualificationordismissal,ifengaged.

Date: [SignatureofstaffmemberorauthorizedPlace: representativeofthestaff]

[Fullnameofauthorizedrepresentative]:

41

FORMTECH‐7

STAFFINGSCHEDULE

S.No.

NameofStaff

Staff input (in the formof a barchart)1 2 3 4 5 6 ‐ ‐‐ ‐ ‐‐ n

TotalMonths

1.

2.

3.

Note:

1 For Professional Staff the input should be indicated individually; for Support

Staff itshouldbeindicatedbycategory(e.g.:draftsmen,clericalstaff,etc.).

2 Months are counted from the start of the Assignment/job. For each staff

indicateseparatelystaffinputforhomeandfieldwork.

42

FORMTECH‐8

WORKSCHEDULE

S.No. Activity Months TotalMonths

1 2 3 4 56 ‐‐‐ ‐‐‐‐ ‐‐‐‐‐‐‐‐‐‐‐n

1.

2.

3.

4.1 Indicate all main activities of the Assignment/job, including delivery of reports

(e.g.:inception, interim, draft and final reports), and other benchmarks such asEmployer approvals. For phased Assignment/jobs indicate activities, delivery ofreportsandbenchmarksseparatelyforeachphase.

2 Durationofactivitiesshallbeindicatedintheformofabarchart.

43

FORMTECH‐9

COMMENTS/MODIFICATIONSSUGGESTEDONDRAFTCONTRACT

[Here the consultant shall mention any suggestion / views on the draft contract attached withthe RFPdocument.Theconsultantmayalsomentionhereanymodificationssoughtbyhimintheprovisions of the draft contract. This information shall be used at the time of the negotiations.However, the Employer is not bound to accept any/allmodifications sought andmay reject anysuchrequestofmodification.]

44

FORMTECH‐10

INFORMATION REGARDING ANY CONFLICTING ACTIVITIES ANDDECLARATIONTHEREOF

Are there any activities carried out by your firm or group company or any memberof theconsortiumwhichareof conflictingnatureasmentioned inpara5of section2. Ifyes,pleasefurnishdetailsofanysuchactivities.Ifno,pleasecertify,

We hereby declare that our firm, our associate / group firm or any of the memberof theconsortium are not indulged in any such activities which can be termed as theconflicting activitiesunderpara 5 of the section2.We also acknowledge that in case ofmisrepresentation of the information, our proposals / contract shall be rejected /terminatedbytheEmployerwhichshallbebindingonus.

AuthorizedSignature[Infullandinitials]:

NameandTitleofSignatory:NameofFirm:

Address:

45

Section4:FinancialProposal‐StandardForms

46

FORMFIN‐1

FINANCIALPROPOSALSUBMISSIONFORM

[Location,Date]To: [NameandaddressofEmployer]DearSirs:

We, the undersigned, offer to provide the consulting Assignment/job for [Inserttitle ofAssignment/job] inaccordancewith yourRequest forProposaldated [InsertDate] andourTechnicalProposal.OurattachedFinancialProposalisforthesumof [Insertamount(s)inwords and figures1].Thisamount is inclusiveof theDomestic taxes, butexcludingGSTN.Weherebyconfirm that thefinancial proposal is unconditional and we acknowledge that anyconditionattached to financialproposalshallresultinrejectofourfinancialproposal.

OurFinancialProposalshallbebindinguponussubjecttothemodificationsresulting

from Contract negotiations, up to expiration of the validity period of the Proposal, i.e.beforethedateindicatedinParagraph4ofthePartIIDataSheet.

WeunderstandyouarenotboundtoacceptanyProposalyoureceive.

Yourssincerely,

AuthorizedSignature[Infullandinitials]:

NameandTitleofSignatory:NameofFirm:Address:

1SubTotal(A)asperFormFIN2

47

FORMFIN‐2

SUMMARYOFCOSTS

Particulars AmountinRupees

A. CompetitiveComponents

‘TimeBased(Task1&3)’

(A.1)Remuneration(PleasenotethatamountshallbethesameasinFormFIN‐3A)

X1

(A.2)Reimbursable(PleasenotethatamountshallbethesameasinFormFIN‐4A)

X2

TotalCostof‘TimeBased’[I] X =X1+X2

‘LumpSum(Task2)’

(B.1)Remuneration(PleasenotethatamountshallbethesameasinFormFIN‐3B)

Y1

(B.2)Reimbursable(PleasenotethatamountshallbethesameasinFormFIN‐4B)

Y2

TotalCostof‘LumpSum’[II] Y=Y1+Y2

SubTotal(A)2=[I+II] X+Y

B.NonCompetitiveComponents

ProvisionalSum(PleasenotethatamountshallbethesameasinFormFIN‐5)

Contingency(PleasenotethatamountshallbethesameasinFormFIN‐5)

SubTotal(B)

TotalCostofFinancialProposal(A+B)

Goods&ServicesTax(GST)

GRANDTOTAL

AuthorizedSignatureName:………………

Designation………………

Nameoffirm:Address:

2The Evaluation of Proposal shall be done on Competitive Components only

48

FORMFIN‐3A(TIMEBASED–TASK1&3)BREAKDOWNOFREMUNERATION(PROFESSIONALSTAFFANDSUPPORTSTAFF)

(FordetailspleaserefertoNotebelow)

S.No. NameofStaff Position

ManMonthRates(A)inRupees

Proposed

ManMonths(B)

TotalAmountinRupees.*(A)*(B)

Keyprofessionals*1

1 2 3 4

SupportStaff*2

Total *‐MentionthecurrencyinwhichthepricesarequotedifitispermittedtodosounderRFP.

*1KeyProfessionalsaretobeindicatedbyname*2SupportStaffistobeindicatedpercategory(e.g.:Draftsman,Assistantetc.)

TotalRemuneration= AmountinRupees(AmountinWords):

Note:

1. Professional Staff should be indicated individually; Support Staff should beindicated per category (e.g.: draftsmen, Assistants etc.). Cost of Secretarialservices,ifany,willbeindicatedinformFin‐5.

2. PositionsofProfessionalStaffshallcoincidewith theonesindicatedinFormTECH‐5&7.

3. Indicateseparatelystaff‐monthrateforeachactivityseparately.

49

FORMFIN‐3B(LUMPSUM–TASK2)

BREAKDOWNOFREMUNERATION

(PROFESSIONALSTAFFANDSUPPORTSTAFF)

(FordetailspleaserefertoNotebelow)

Whenusedfor ‘Lump‐Sum’contractassignment, informationtobeprovidedinthisFormshallonlybeused to demonstrate the basis forthe calculation of the Contract’sceiling amount;tocalculateapplicable taxes at contract negotiations; and, if needed, to establish payments totheConsultant forpossible additional services requested by the Client. This Form shall notbe used as a basis forpaymentsunder‘Lump‐Sum’.

S.No. NameofStaff Position

ManMonthRates(A)inRupees

Proposed

ManMonths(B)

TotalAmountinRupees.*(A)*(B)

Keyprofessionals*1

1 2 3 4

SupportStaff*2

Total *MentionthecurrencyinwhichthepricesarequotedifitispermittedtodosounderRFP.*1KeyProfessionalsaretobeindicatedbyname*2SupportStaffistobeindicatedpercategory(e.g.:Draftsman,Assistantetc.)

TotalRemuneration= AmountinRupees(AmountinWords):

Note:1 LumpSumstaffshouldbeindicatedpercategory(e.g.:draftsmen,Assistantsetc.).Costof

Secretarialservices,ifany,willbeindicatedinformFin‐5.2 PositionsofStaffshallcoincidewiththeonesindicatedinFormTECH‐5&7.3 Indicateseparatelystaff‐monthrateforeachactivityseparately.

50

FORMFIN‐4A(TIMEBASED‐TASK1&3)

BREAKDOWNOFREIMBURSABLEEXPENSES

No Description Unit QuantityUnit

PriceInRupees

TotalAmount

inRupees

1.

Perdiemallowance, includinghotel allowance,forexpertsfor every dayof absence fromthehomeofficeforthepurposesoftheServices

Perday

2. Cost of office operation, including overheadsandback‐stopsupport

PerMonth

3. LocalTransportationVehicleMonth

4. CommunicationCoststoallpersonnelandOfficePer

Month

5.

CostofReportsProduction (includingprinting)anddelivering to theClientatprojectCitiesandCentraloffice

PerMonth

6. OtherAllowanceswhereapplicable SubTotal:ReimbursableExpenses carried to FIN 2

*TotalReimbursable:= TotalamountinRupees.Amountinwords:

51

FORMFIN‐4B(LUMPSUM‐TASK2)

BREAKDOWNOFREIMBURSABLEEXPENSESWhenusedfor ‘LumpSum’contractassignment, informationtobeprovidedin thisFormshallonly be used to demonstrate the basis for calculation of the Contract ceiling amount, tocalculate applicable taxes at contract negotiations and, if needed, to establish payments tothe Consultant for possibleadditionalservices requestedbytheClient.This formshallnotbeusedasabasisforpaymentsunder‘LumpSum’

No

Description

Unit

Quantity

UnitPriceInRupees

TotalAmountinRupees

1.

Perdiemallowance, includinghotel allowance,forexpertsfor every dayof absence fromthehomeofficeforthepurposesoftheServices

Perday

2. Cost of office operation, including overheadsandback‐stopsupport

PerMonth

3. LocalTransportationVehicleMonth

4. CommunicationCoststoallpersonnelandOfficePer

Month

5.

CostofReportsProduction(includingprinting)anddeliveringtotheClientatprojectCitiesandCentraloffice

PerMonth

6. OtherAllowanceswhereapplicable SubTotal:ReimbursableExpenses carried to FIN 2 *TotalReimbursable:= TotalamountinRupees.

Amountinwords:

52

FORMFIN‐5PROVISIONALSUMSi OfficeEquipment LS

ii

Survey,Tests,InvestigationandReportsetc

LS

iii WorkshopsandSeminar LS iv IntercityTravels LS SubTotal:ProvisionalSums Contingency 20,000,00Totalofprovisionalsum+contingency

Totalprovisionalsum+contingency= TotalamountinRupees.Amountinwords:

53

APPENDIXNOTEFORPREPARATIONOFFINANCIALPROPOSAL

1 Form FIN‐1 Financial Proposal Submission Form shall be filled as per the

instructionsprovidedintheForm.2 FormFIN‐2SummaryofCosts: FormFIN‐2providesasummaryoftheelements

ofestimatedcostsforimplementationoftheproposedConsultantservices.3 FormFIN‐3(A)and3(B)Remuneration

(i) The purpose of Form FIN‐3A & 3B is to identify the monthly billing rates foreach Personnel to be fielded by the Consultant as part of its proposed team ofexperts.

(ii) Months;numberofmonthsinputtomatchthatshownonthepersonnelschedule(Form TECH‐7, Section 3). Please note that theman month for TimeBased componentsshallbeequaltothatmentionedinToR.Themonthshallbecalculatedasperfollows:1year=12months=252workingdays

(iii) SupportStaffisalsoincludedinthisform.4 FormFIN‐4(A)and4(B)–ReimbursableExpenses

The purpose of Form FIN‐4 A & 4B is to identify all reimbursable expenditures inlocalcurrenciesconsideredbytheConsultantnecessarytocarryouttheassignment.(i) PerDiemallowanceThe Per Diem allowance shall be paid for stay requirements outside Home Office(Office(Central or Project city assigned to the Personnel) night for night spent awayoutside Home Office during such travel. The travel shall be undertaken with priorconsentoftheClient.Thepaymentwillbemadeonlumpsumbasis.(ii) OfficeOperationsThe Consulting firm is required to quote expenses for office expenses towards officeoperationandmaintenanceincludingallconsumablesanddocumentationsasrequiredfortheproject.Themonthlypaymentshallbemadeonlumpsumbasis.(iii) OfficeAccommodationThis shall be applicable only in case the office accommodation is not provided by theProject City or Central Office. The Consulting firm is required to quote rental value ofaccommodation for Office. The monthly payment shall be made on actual basis onsubmissionofsupportingvouchers.

(iv) LocalTransport

TheConsultingfirmisrequiredtoquoteexpensesforlocaltransportationatcentralandprojectofficeas required for theproject.Themonthlypayment shallbemadeon lumpsumbasiswithproofofavailabilityofvehicle.ThearrangementtobefinaliseatContractNegotiations

54

(iv)CommunicationCosts

The Consulting firm is required to quote expenses for Communication Costs to allpersonnelandofficeasrequiredfortheproject.ThearrangementforlumpsumbasisoronactualstobefinaliseatContractNegotiations.

(iv)ReportProduction

The Consulting firm is required to quote lump sum expenses for Report Production asrequired for the project. The arrangement for payments is finalise at ContractNegotiations.

5. ProvisionalSumsandContingencies(FormFIN5)

Allexpendituresundertheproject,whicharetobepaidunderprovisionalsumsonactualbasis, shall be donemaintaining financial proprietary.TheFinancial proprietarymeanspurchasingofanyarticle fromopenmarketonmostcompetitiveratesbasedonat leastthree quotations or by calling tenders. Consulting firm has to provide certificate thatmaterialispurchasedonlowestrateinthemarket.

All equipment, furniture items, documents, reports andotherarticles purchasedby theConsultant fromtheproject fundshallbepropertyofClient. At theendofContract, thefirmwillhandoverallthesearticlesandequipmentinworkingconditionstotheClient.Properstockregisterofpurchasesandstorearticlesshallbemaintainedbyfirmandshallbemadeavailablefor stock verifications as required. Following expenditures shall fallunderprovisional sumsandshallbereimbursedonactualbasis.

a. Officeequipment

All necessary office equipment and furniture like computer hardware, printers,software, networking devices, maintenance & up‐gradation of the system, faxmachines, EPABX, photocopier,ACs, chairs, tables etc. as applicable underprojectshallbepurchasedbytheconsulting firm.Purchasesshallbemade in consultationwith the Client. The firm will assess the requirement and specifications of theequipmenttobeprocuredandhavetheseapprovedbyClientbeforepurchase.

b. Workshopsandseminars

The expenditures made on meetings, seminars and workshops etc. with theapprovalsofemployershallbereimbursedbasedonactual.

c. Workshopsandseminars

The expenditure made on meetings, seminars and workshops, etc. with theapprovalsofemployershallbereimbursedbasedonactual.

55

d. Intercitytravel

Thecostofvehicle transportation(Four wheeleronhire)formiscellaneoustravelsrequired for intercity travel for performance of the work, etc. The cost oftransport forpersonnel by AC sleeper or AC Chair‐car by trains / deluxe buses/flight required forperformanceoftheservicestovisittheothertownsandattendIIIrdpartyinspectionsetc.withtheapprovaloftheemployer.Thepaymentwillbeconsideredforactualnumberoftripsdesiredbytheemployer forperformanceofservicesandwillbereimbursedontheactualbasisfromprovisionalsum.

6. Contingencies

Theprovisionofcontingenciesshallbethereasindicated.

56

Section5:TermsofReference

57

1.Background

1. Government of India has announced the list of 90 cities to be taken up fordevelopment as smart cities. The cities have to now move towards converting theirplanproposalstoprojects.

2.ObjectiveoftheAssignment

2. Theobjectiveof the assignment is toprovidedirect assistance to SaharanpurSmartCity Limited of the Saharanpur to design develop, manage and implement Smart CityProjectsasperpara10.6ofSmartCityMissionGuidelines.

3.ScopeofServices

3. The scope of PMC under the proposed mission will be divided into three broadcomponents namely (i) Project Management, (ii) Design & Development and (iii)Supervision.

4. The Consultant shall support the Saharanpur Smart City Limited of theSaharanpur inoverall projectmanagement of Smart City projects, including designing,developing,managingandimplementingsmartcityprojectsidentifiedbythecityonthefollowingtwooutputs:

(i) Output1:AreaBasedDevelopment(ii) Output2:Pan‐citySolution

5. UnderthisassignmenttheconsultantisrequiredtoreviewprojectsidentifiedbytheSmart City, for Area Based Development as well as for Pan City Solution (Smart CityProposal Can be downloaded from the website of Smart City missionhttps://smartnet.niua.org/content/smart‐cities‐network)&http://saharanpurnagarnigam.in/.The project detail (module wise) as mentionedin Smart City Proposal is attached at Annexure I forreference.Theprojectsidentifiedin this list are to be vetted in consultation with stakeholders with regard to thetechnical and economic feasibility and sustainability etc. Therefore projects maychange so as to align and adapt with mission objective in consultation with thestakeholders/employer. The consultant will carry out required investigations, design,prepare feasibility report, Preliminary Design Report/ Detail Design Report(PDR/DPR), and assist in procurement of implementing partner/agency (ies)expeditiously for the indicative list of projects as Annexure I and any other projectwhichmaybeenvisagedformakingcitysmart.ThePMCshallassistSPVinpreparationofRFPsfortheprocurementofimplementingpartner(s)/Agency(ies).

6. The PMC shall also assist the Saharanpur Smart City Limited in supervisionmonitoring of the work of implementing agencies and shall be responsible foroverallmanagementoftheproject.

58

7. The RFPs prepared by the PMC for procurement of implementing partner/agency(ies) for implementation of Smart City Projects, will follow InternationalCompetitive Bidding (ICB) method. Saharanpur Smart City Limited will decide onmethodofprocurementsuchQCBS,QBLCS(QualityBasedLeastCostSelection)etc.

8. PMC shall operate full‐fledgedwith all its Key Experts and Non‐ Key Experts fromtheirProjectOfficeinSaharanpur.9. PMCshouldberesponsibleforgettingPPP&BOTParticipantsfromthemarket.

10. Withoutlimitingthescope,thePMCshallberesponsibleforthefollowingtasks:4.DetailedScopeofWork:

A. Task1:ProjectManagement:

I. Activity1:

i. The team leader of the consultant shall initially mobilize the core teamfollowing notice to proceed to set up project office along with equipment andperipheralsandthenwillmobilizefurthermanpowerasperrequirementforeachmodule.

ii. Handhold/ support Saharanpur Smart City Limited for project identificationandprioritization, investigations,design,procurement, supervision, cost control,scheduling, risk management, monitoring, auditing, reporting, and ensuringcompliancesandduediligencesrequiredfortheproject;

iii. Planning, schedulingandmonitoringof theprojectsusingPMIS / latest IT toolsandtechniquessuchasonlinemonitoringofworksiteswiththeaidofcybertools.

iv. Assist StateGovernment/SaharanpurSmartCity Limited in identifying keystakeholders, (such as from elected representatives, eminent persons, sectorexperts,RWAs, market associations, government entities, institutions etc.) andconductingregularmeetingstodiscussprogressandissues relatedtosmartcityprojects,andprepareminutesforrecordingandcirculation;

v. Establish all necessary records and the procedures of maintaining/updatingsuchrecordsforeachpackageandfortheentireproject.

vi. Develop and implement procedure for timely payments to the contractors andmonitorforcompliance;

vii. Monitor implementation ofmitigationmeasures for theproject, and update thePlanasperrequirement.

viii. AssistSSCLinraising,regulating,utilizing,andmanagingvariousfundsandgrantsallocated by various bodies/schemes to the SPV and simultaneouslymanage accessing of funds by the SPV from other sources including debt,user charges,taxes,tolls,surchargeandothers.

59

ix. Review the project costs and financing plan/project financing options foreach project and assess the need for additional fundraising to bridge gapsbetweencapexrequiredandallocable funds.Theconsultant shallbe responsibleforadvising themostoptimalfinancingoptionandtieupthefundsrequiredbytheprojects.

x. Assist the SSCL in fund raising activities, Prepare the SSCL’s future cash flowstatement for the next five years to identify annual or quarterly fundingrequirements

xi. AssisttheSPVinrecruitmentandcapacitybuildingfortheSPV’semployeesandDefine/reviewtheSPV’sorganizationalpoliciesincludingHumanResourcepolicyanddraftcodeofconductforemployees,vendors/contractors.

xii. Support the development/drafting of procurement manuals, governancestructure,andfinancialreportingmechanismsoftheSPV.

xiii. Prepare the strategy and framework for citizen engagement and masscommunication, and ensure compliance with smart city mission guidelines inthisregardofallstakeholdersoftheprojects.

xiv. Support the SPV in engaging knowledge partners to include national andinternational academic and research institutions, experts, specialists, think‐tanks, and other relevant organizations that build and strengthen the SPV’scapacities toconsistentlyimplementandshowcasetheABDprojects.

B. Task2:ProjectDesignandDevelopment:

II. Activity2:Situationanalysisreport

a. AreaBasedDevelopment:

i. Integrated Projectisation ‐ The consultant will review and re‐verify theintegrated modules (group of projects) in the smart city proposal andregroup them into modules in consultation with the Saharanpur Smart CityLimited

ii. Consult the available documents such as city development plans /strategyplans,sanitationplans.Mobilityplanandreviewfeasibilitystudyetc.

iii. Review existing status of physical Infrastructure and other availablesecondarydata.

iv. Identifyrequirementsofsurveys,studiesandinvestigations;v. Carry out necessary surveys, investigations, situational analysis, cost benefit

analysis,preparepreliminaryprojectcostestimates.vi. ReviewtheavailableGISmapsandintegratetothepossibleextenttodeveloparea

wisespatialmappingonassets.vii. Preparationofsituationanalysisreportforeachmodule.

60

b. PanCityProposal

i. Review existing available documents & infrastructure on the proposed smartsolutionandintegratethemintomodules.

ii. Preparetheseparateas‐IsofeachABD&PanSolutionmodule.iii. Identify key stakeholders from City/ Official/ Elected Representatives/

ConcernedNGOs, Eminent Citizens, Representative from Premium Institutesof the City/ State, Representatives of Business Organization in consultationwiththeCommissioner/CEOofSPVetc.forconsultation.

iv. Evaluation of existing Broadband infrastructure in the city including bothGovernment and Private Sectors to identify existing connectivity gaps (Fiberavailability,NetworkHubs,Redundancyetc.).

v. Prepare&submitthelocationswithcoordinates(e.g.electricitypoles,stations/sub stations, water zones etc.), for the sensors & devices to be mapped inGIS forWater/Sewerage/SolidWaste/StreetLighting/othersManagement.

vi. Identify&preparetheinterfacesofintegrationbetweenthemodulesunderAs‐Is.vii. Submit a simple and clear architecture of whole as ‐Is system consisting of

allABDandPanSolutionsmodulesinintegratedmanner.viii. Preparation and Submission of Business Re‐engineering Report (BPR) and

Finalfunction requirement specifications (FRS) and its acceptance& approvalby theClient:

Designtheentirebusinessprocessasperthelearning’sfromtheas‐isstudy.

PreparetheBusinessprocessre‐engineeringreport.

ListoutthefunctionalrequirementspecificationsasperBPRandgetitapprovedbytheClienttogoforthefeasibilitystudy.

III. Activity3:FeasibilityReporta. AreaBasedDevelopment

i. Prepare feasibility study report of modules (group of projects) to ascertainbothtechnical and financial viabilitybased on financialmodels. The feasibilityreportshould describe the various technical optionswith recommendation formostappropriateoption

ii. Preparation of project development and implementation road map, projectprioritization,carryoutprojectphasingmatrixandriskmitigationplan.

iii. Review land availability, rehabilitation ‐ resettlement & environmental issuesforidentifiedprojects

iv. Coordinate with stakeholders and other departments of central and stategovernments wherever convergence is required, to facilitate integration withAMRUT, Digital India, Skill India,Make in India etc. and developmodulewise

61

actionplanforcompletionofworkv. Identify thepossibilityof private / public participation in the service delivery,

asfeasibleandapplicableandpreparecontractdocumentforsuchpackages.

b. PanCityProposal To‐Be&RequirementSpecifications

i. PreparetheseparateTo‐BeofeachABDProject&PanSolution.ii. Identify&preparetheinterfaceofintegrationbetweentheprojectsunderTo‐Be.

iii. Submitasimple&cleararchitectureofwholeTo‐BesystemconsistingofallABD&PanSolutionmodulesinanintegratedmanner.

iv. Preparethefunctional&non‐functionalrequirementsspecifications.v. PrepareNetworkingandconnectivityrequirements

vi. Identify&prepareDatadigitizationrequirementsvii. Identify&prepareTrainingrequirements

viii. Studyvarioustechnologiesandsuggestthemostviabletechno‐economicsolution.ix. Prioritize the activities of the projects/components and prepare a tentative

implementationplan.x. Identifyrisksandsuggestmitigationsplans.

FinancialImplicationsandViability

i. Identifyfinancialimplicationsinvolvedintheprojectbasedonthetechno‐economicestimatedcost.

ii. Identifythepossibilityofprivate/publicparticipation intheservicedeliveryoftheproject,asfeasibleandapplicable.

iii. The financial viability of the project based on different financial modelsandrecommendsuitablemodelforeachmoduleindicatingtherationale.

iv. Assist Smart City/SPV in consultation for each sub project or group of subprojects as applicable, with stakeholders to discuss the project wise scopeidentifiedandfutureuseofthesuggestedsolutionarchitecture.

IV. Activity4:Preliminary/DetailedProjectReport(PDR/DPR)

a. AreaBasedDevelopment

i. Based on the approved feasibility report prepare module wisepreliminary/detailed designs report (PDR/DPR) as per requirement of theproject in accordance with establishedengineeringpractices, tenderdrawings,andcostestimatesetc.

ii. For preparing DPR, the consultant will carry out all the required engineering

surveys and investigations3 such as total station/LiDAR survey, geotechnicalinvestigation, soil survey, construction material survey, ground water

62

investigation i.e. hydro‐ geological investigations, rainfall data collection,identification of underground utilities and their mapping, water sampling andanalysis etc. including sufficientoff‐ site information to allow relationshipwithpossiblyuseableoff‐siteinfrastructuretobeestablished.

iii. The PDR/DPR should also include assessment of utility shifting requirementsand costs estimations including O&M requirements and estimates; preparingdocument required for statutory clearances and other clearances like Railway,Forest, National Highways etc. including environment management plan(EMP) and mitigationmeasures;

iv. AssisttheSaharanpurSmartCityLimitedontechnical,commercial,financial,andlegalaspectsforprojectdevelopmentasperrequirement.

b. PanCityProposal

i. OncetheFeasibilityReport isapproved,preparedetaileddesigns inaccordancewith sound & established engineering practices; tender drawings and; costestimates etc. The design shall meet the techno economic aspects for bestpossible solution afterconsideration of various available alternatives and shallsufficiently be detailed toensureclarityandunderstandingbyallstakeholdersandwill be incorporated into adetailed project report to be submitted for theapproval of the Smart City/SPV. The costs estimate shall be prepared on thebasis of Rates suggested by SPV such asSOR of State with latest addenda andcorrigenda And/or market rates would be arrived at proper rate analysiscarriedoutthroughmarketenquiry;4

ii. The design shall meet the techno economic aspects for the best possiblesolutions after considering various alternatives and shall be sufficientlydetailed to ensureunderstandingbyall stakeholdersandwill be incorporatedinto the detailed ProjectReport. The activities for the proposed project shallinclude preliminary designs, drawings, works technical specifications, bill ofquantities, and cost estimates (Engineer’s Cost) based on Schedule of Rates ofthestateand/ormarketrateanalysis,alongwithdetailedimplementationplans.

iii. For each sub project based on the approved frame work the following shallbeincludedintheDPRs:

Assessment of utility shifting requirement and costs estimations; preparingdocument required for statutory clearances and other clearances likeRailway,Forest,NationalHighwaysetc.;

Assess each site’s environmental aspects for detailed design of the projectcomponent. Accordingly prepare initial environmental impact examinations(IEE)asmayberequired;

3RequiredSurveyandInvestigationsinconsultationandapprovalofSPV4TheSPVistodecidefortherates tobeadoptedfortheestimateoftheFeasibility/PDR/DPR

63

Preparationof environmentalsafeguardactionsincludingimpactassessments,ifany,duringthedesignstage;

Prepareenvironmentmanagementplan(EMP)andmitigationmeasures; Preparationandimplementationofresettlementplans,ifany

iv. Prepare Detailed Project Report including technicalspecifications, Contractdrawings,billsofquantitiesandaboveaspects;

v. FinalizingarrangementforcontractingincludingexploringoptionsforPPP/ServiceLevelAgreements;

vi. Preparation of strategy and action plan for IEC program including publicparticipation;

vii. Assiststakeholderconsultationsforeachmodule.V. Activity5:BidProcessManagement (preparationofBiddocumentsand

awardofcontract):

1. Based on discussions with all stakeholders and approval from to SaharanpurSmart City Limited the consultant shall Prepare consolidated bid documents,technicalspecifications, contract drawings, final bills of quantities, EMP and anyother necessary information required for successful tendering andimplementationofcontracts.TheBiddocumentshouldbeinaccordancewiththeGovernment of India/ State Government guidelines. Under this task theConsultantisrequiredtodothefollowing:

2. Assist SPV in all aspects of procurement including issuing bid invitation,addendum/corrigendum, and clarifications to the bidders queries, assist in bidevaluation,selectionofcontractors/implementingagencies;

3. Prepare contract documentation to include Letter of invitation, conditions ofcontract, specifications, design parameters; bills of quantities, etc. for allmodules in closecoordinationwiththeSPV.

4. The draft contract to be included in the bid documents shall, among otherthings,clearlydefine theobligationsof the implementing agencywith respect tofinancing(ifapplicable),design, construction,O&M,and tariffs;equitablyallocaterisks between the parties; and specify rules and procedures to address non‐performanceofcontractualobligations.

5. Assist in preparation of replies of the pre‐bid queries, contract negotiationsandawardofcontract(s).

a. AreaBasedDevelopment

i. Finalize arrangement for contracting including exploring options for PPP/ServiceLevelAgreements;

64

ii. Provide transaction advisory and bid process management support includingpreparationofbiddocuments,managingbidprocessincludingassistin issuingofbid invitation, addendum/corrigendum, and clarifications to the bidders queries,bid evaluation, selection of contractors, award of contract and signing ofcontract(s);

iii. The draft contract to be included in the bidding document shall among otherthings, clearly define the obligations of the implementing agencies includingspecifying rules and procedures to address non‐performance of contractualobligations.

iv. The Saharanpur Smart City Limited of the Saharanpur may get the biddocumentcertified/accreditedbyIndependentAgency.

b. PanCityProposal

Thebidprocessmanagementshallinclude;

i. PreparetheRFPDocumentsii. CoordinateBidProcessManagement

iii. SupportinevaluationofbidsandselectionofSIiv. The SPV may get the bid document certified/accredited by Independent

Agency such as the Department of Electronics and Information Technology(DeitY), adivisionofTheMinistryofCommunicationsandInformationTechnology(GoI).

Task3:ProjectImplementationandSupervision

V. Activity6:Implementationphase:

a. AreaBasedDevelopment:

Duringtheprojectimplementationofthemodule(s)(groupofprojects),theConsultantshall:

i. AssistSaharanpurSmartCityLimited to conduct stakeholder consultationduringdesignandimplementationprocess.

ii. Provide advice and guidance to the Saharanpur Smart City Limited formodernproceduresandguidelinesforprojectimplementationandmanagementingeneral.

iii. ContractadministrationandManagementofthemodules;iv. DeveloptechnicalspecificationsforeachModulev. Superviseandmonitorconstructionworkofeachcontractedmodule;

vi. Scrutinize the implementing agency’s detailed work program and guideimplementing agency in preparation of supervision schedule/ work plan foreachmodule;

vii. Scrutinize construction methods proposed by implementing agency including

65

environmental,safety,personnelandpublicissues;viii. Assess the adequacy of the contractors’ inputs in material, labor and

constructionmethodologyandprovideadvisorywhenever required;ix. Formulate a rehabilitation & resettlement framework as per requirement and

monitorimplementationofSocialsafeguards&environmentalstandards,ifany.x. Carry out necessary quality control activities and certify that the quality of

worksconformstothespecificationsanddrawings;xi. Supervisingtheconstructionof variouscontractpackagesfor relatedoutputsof

theProgramxii. Record the work measurement jointly by PMC and SPV and certify the

contractor’s bill and recommend for making payments to Saharanpur SmartCityLimited

xiii. AssisttheSaharanpurSmartCityLimitedininterimandfinalcertificationofthebillsofpayment;

xiv. Furnish the detailed construction drawings as necessaryduring continuance ofthe contract or checking and recommendation of drawings for approval asrequired;

xv. Assist for resolution of all contractual issues including examining thecontractor’sclaimsfor variations/extensions oradditional compensationsetcand prepare recommendations for approval by the Saharanpur Smart CityLimited;

xvi. Assistthirdpartyinspectionofworkcarriedoutbyimplementationagency(ies),ifnecessary,asdecidedbySaharanpurSmartCityLimited

xvii. Assist Saharanpur Smart City Limited in obtaining all necessary permissionsandcomplying with statutory requirements as required prior to construction,such as permissions from line departments’ viz. Railway, Road Transport,Highways,DepartmentofArchaeology,DepartmentofForestsandNationalParksetc.

xviii. Review and issuance for execution of contractors’ design and drawings withapproval of SPV for lump sum turnkey contracts and review the projectdocumentsandgiverecommendationsasrequiredforPPPprojects.

xix. Reviewandfinalizethe“asbuilt”drawingssubmittedbyContractor;xx. AssisttheSaharanpurSmartCityLimitedinissueofcompletioncertificates;

xxi. Inspect the works at appropriate intervals during defect liability period andcertificationissue;

xxii. Prepare on behalf of Saharanpur Smart City Limitedmonthly project progressreports describing the physical and financial progress of each subproject,highlightingimpedimentstothequalityandprogressoftheworksandremedialactions,tobesubmittedtoSaharanpurSmartCityLimited

66

xxiii. Assist Saharanpur Smart City Limited in monitoring of progress as per theProgram Performance Monitoring System (PPMS) or as required bySaharanpur Smart CityLimited

xxiv. Develop and maintain project management information system (PMIS) totrackprojectprogressandgenerateMISprogressreportssuchasphysicalandfinancialprogress.

xxv. Develop and implement procedure for timely payments to the implementingagency(ies)andmonitorforcompliance.

xxvi. Support Saharanpur Smart City Limited in overall Project Management andcoordination with implementing agencies, government agencies, privateplayers,technologyserviceprovidersandothers.

xxvii. Support Saharanpur Smart City Limited to meet compliance requirements asandwhenrequired.

xxviii. SupportSaharanpurSmartCityLimitedindocumentationandpresentationofoutputs

xxix. PrepareCapacitybuildingplanandChangeManagementPlanxxx. Monitorandmaintainissuetrackerandkeeponupdatingthestatusofallrisks

andissuesfromtimetotime.

b. Pan‐CityProposal

Theprojectimplementationsupportshallincludei. ProjectManagementActivities

a) Developtheprojectplanandprojectcharterb) Coordinate workshops and discussion meetings between SPV, State IT

Department, State Line Departments, Municipal Corporation Officials, SI,MoUD/(GoI)etc.

c) Co‐ordinateDPRsubmissions/approvalsofSI.d) ResponsibleforreviewingthedeliverablessubmittedbySIwithinaperiodof

2week(orasagreedwithSPV)fromthereceiptofthatdeliverable.e) Highlightdeviations/issuesinthedeliverablesofSItorelevantauthoritywithin

thespecifiedtimelimitsandassistSIandSPVinresolutionofissues.f) PrepareCapacitybuildingplanandChangeManagementPlang) Identify thelegalchangesrequiredand assistin drafting and issuance

ofGovernmentOrdersforgivingeffecttotheBPRh) Ensurethatthetechnologystandards,guidelines&frameworksareadhered

toduringimplementation.i) Suggestandco‐ordinatecapacitybuildingneedsandtrainingprograms.j) Monitorandmaintain issue tracker andkeeponupdating the statusof all

risksandissuesfromtimetotime.k) Definingtheescalationmechanismfortimelyresolutionofissues&risks.

67

l) Co‐ordinateforSTQCcertification.m) SLAmonitoringandsuggestchangesinSLAs,ifrequiredn) MonitoringtheperformanceoftheSIagainstthebaseprojectplano) Monitoring the performance of the overall system in terms of

availability&efficiencyagainsttheservicelevelsalreadydefinedforSIp) Suggest corrective and preventive measures to SPV and SI to enhance

theperformanceofthesystemq) Coordinate with all the stakeholders and support the state departments

whileinteractingwith various agencies (internal and external) during thecourseoftheproject.

r) Build mechanisms to ensure coordination and consultation between allkey stakeholders and members of the SPV on a continued basis tofacilitate theexecutionoftheproject.

ii. Monitoringthedeploymentandcommissioningofnecessaryhardware

a) MonitoringinstallationandcommissioningofICTinfrastructureb) Monitor the facility management services and help desk of the SI, to ensure

systemuptimec) Provide fortnightly reports to SPV for the status of implementation till “go‐

live”.

iii. EngagingSTQCforAudita) The Consultant will be responsible to engage STQC to conduct the

assessment/review of the system before rolling it out. The Consultant shallreviewandinspectalltheproceduresandsystemsrelatingtothesolution.

b) TheConsultantwouldberesponsible for theoutcome in the followingareas insuch a manner which results in successful STQC certification. Specifically theSTQCshalllookinto:

Applicationaudit:a) Functionality audit vis‐a‐vis the Functional Requirement Specification

(FRS)agreeduponduringdevelopmentphaseb) Determinesystematicmeasuresimplementedtocontrolandsecureaccess

to the application programs and data including password controls, userauthentications, roles and responsibilities, audit trails and reporting,configurationandinterfacecontrols,etc.

c) Reviewofdatabasestructureincluding:d) Classificationofdataintermsofsensitivity&levelsofaccess

e) Securitymeasures over database installation, password policies and userrolesandprivileges

f) Access controlondatabaseobjects– tables,views, triggers,synonyms,etc.

68

g) Databaserestorationandrecoverabilityh) Audittrailsconfigurationandmonitoringprocessi) Networkconnectionstodatabase

ReviewofNetworkandWebsitewillinclude:a) Penetrationandvulnerabilitytestingb) Securityexposurestointernalandexternalstakeholdersc) InstallationofrequisitepreventionsystemslikeIntrusionPrevention

Systems(IPS),etc.

ReviewandImplementationofSecurityPoliciesandControlswillinclude:a) Review of backup process, including schedule, storage, archival and

decommissioningofmediab) Physicalaccesscontrolsreview(overDCandothercriticalarea)c) Incident management process – covering identification response,

escalationmechanismsd) Anti‐virus(malware)controls–patching,virusdefinitionfileupdatee) Generalcomputercontrolsreviewf) Audit of IT Infrastructure will include monitoring the deployment of IT

infrastructure at various locations including Data centre and DisasterrecoverycentreaspertheBOMspecifiedfortheSI.

g) Performance/SLAAudit ‐whether theactual levelofperformanceof theservicesisthesameasspecifiedinthecontractofSI.

h) Identify the key issues / bottlenecks in the system and suggest mitigationplans.

i) Overall compliance to MSA and SLA ‐ The compliance of theimplementation partner with any other obligation under the MSA andSLA.

iv. UATandGo‐LiveReport:a) Assist & support to assess and certify the solution and associated

infrastructure&services.

b) Planning, preparing & execution of the User Acceptance Test, tracing thefunctionalrequirementsbeforetheGoLivePreparation and submissionofGo‐LiveReport,whichshould shallincludethefollowing:• Hardwareatvariouslocationsanddatacentre• Networkingequipmentandconnectivity• Datadigitisationandmigration• Trainingtothedepartmentalpersonnel• Handholdingsupport• Integrationwithapplicationsofotherdepartments/agenciesetc.

69

• Any corrective or preventive actions required from any of thestakeholders

• HighlightthechangesrequiredintheapplicationsandensurethatthesuggestedchangesareincorporatedinthesystembytheSI

v. MonitoringtheO&M:a) SupportSPVformonitoringofthecomplianceofthecontractualobligationsoftheSI.

b) Monitor the operations and maintenance of the overall system as perthestandards and requirements defined for SI including but not limited toresolutionof issues, availabilityof the system, updatinghardwareor systemsoftwareetc.

c) Ensure that the SLAs and performance levels defined for SI are met asagreement. The Consultant shall review the SLA performance, capacity andeffectivenessofthehelpdesksetupbytheSI.

vi. TheconsultantshallberesponsibleforreviewingtheworkofSystemIntegratorandrecommendpaymentstotheSPV.

10. TheConsultantshallprovidesupporttotheClientforthesuccessfulcompletion

oftheProjectanditshandingovertoClient/anyotheragencyasdecidedbytheClient.

11. TheConsultantshallberesponsibleforreviewingtheworkofSystemIntegratorandapprovepaymentstobemadetotheSIbytheClient.

12. The Consultant shall provide support to the Smart City/SPV for thesuccessfulcompletionoftheSmartCityProjectanditsclosure.

5. TeamComposition&QualificationRequirements

13. The Professionals required for this assignment are categorized as (i) Timebased Contract (for task 1 and 3) and (ii) Lump Sum Contract (for task2).For time based contract, the team shall provide full person man days/months’ time on the project (field), no home input will be considered inthis category. However for Lump sum Contract. The team input may beconsidered intohomeandfield.Thesupport teamshallbeontheneedbasisoftheassignment.

14. Basedonthescopeofwork, theConsultantshallassesstheactualrequirementof the professionals for carrying out the assignment for different project under allmodulesduringthecourseoftheassignment.Areasonablesizeteamofsupportstafflike support design engineers, quantity surveyors; draft men, junior analysts, fieldengineersetc.shallalsoberequiredtosupporttheprofessionals.TheConsultingfirm

70

may deploy the additional staff as per requirement of the assignment for whichthere will be no extra financial implications for the Client and the cost of suchadditional staff is deemed to be included in the total Remuneration quoted by theConsultantinitsFinancialProposal.

15. Thebroadindicativeteamrequirementofprofessionalsascoreteam&supportteamand support staff has been indicated below. The consulting firm shall reviewthe composition [position required, number of professionals and man days’ foreachprofessional]andfinalizeaspertherequirementoftheassignment(modules).

16. The CVs of the core team shall be evaluated for technical score are indicatedbelow:

S.No. KeyPersonnelMan‐months

MinimumQualification&Experience

ForTimeBasedContract(Task1&3)Task1:CoreTeam5forProjectManagement (The CVs shall be submittedbyConsultantforthefollowingprofessionalsandwillbeevaluated)

1. TeamLeader 36

Bachelor of Engineering with Masters ofPlanningorMBAorConstructionManagementorMastersofEngineeringinUrbanInfrastructurerelatedsubject

15Years’experienceinUrbanSector. ExperienceofProjectManagementinUrbanInfrastructureWorks. ExperienceasTeamleader/DeputyTeamleaderforminimum5projects.

Knowledgeofurbandevelopmentpolicies,issuesandProjectexperience.

2.Urban

InfrastructureSpecialist

36

Master’s in Civil Engineering/ BE in CivilEngineering. 12Years’experienceinUrbanSector. Experience in citywideurbandevelopment andinfrastructure planning/ design. (Water supply,sewerage/septage/SWM/urbanroadsetc.)

KnowledgeofurbandevelopmentissuesandProjectexperience.

5SPVmaychangethecoreteamandthemandaysaspertherequirementoftheProjectsidentifiedunderSmartCityProposalandaccordinglyevaluatetheCVsofcoreteamfortechnicalscore.

71

3.E‐Governance/ICTSpecialist

36

Master’sDegree in InformationTechnology/Engineering/MCA

Atleast10 years’experienceinsimilarfield ExperienceinworkingwiththeGoI/StateGovernment/ULBorsimilarinstitutionforimplementationegovernanceprojects

Experienceinpreparationoftechnicaldocumentforthee‐ServicesandsolutiontoimplementingtheITrelatedinfrastructureservices/e‐services,networkinginfrastructureetc.

4.

UrbanFinanceSpecialist

36

Master’sDegreeinFinance/Economics/CharteredAccountant/Commerce/ ICWA

/MBA (Finance)/ Post Graduate in EconomicswithspecializationinPublicFinance.

10yearsrelevantexperience. Experience of municipal finance analysis,municipalbudgetingandaccountingandfinancialprojections.

ExperienceinworkingwithULB. ExperienceinFinancialModelling inUrbanInfrastructureandPPP

5.

ProjectPerformanceandManagementSpecialist

36

GraduateEngineer/MBA 10yearsrelevantexperience ExperienceofdesigningandimplementingsuitablePPMSforprojectspreferablyrelatedtourbansector.

6.ConstructionExpert

36

GraduateinCivilEngineering 10years’experienceinconstructionmanagementofUrbanServicedeliveryprojects(WaterSupply/Sewerage/Drainage/Drainage/SolidWasteManagement).

Knowledgeofdifferentconstructionmethodologies.

KnowledgeoflatestProjectManagementtools

72

7.

ProcurementandContractsExpert

18

B.E/B.Tech/MBA/orequivalent Atleast10Years’experienceinsimilarfield Shouldhaveexperienceinpreparationofatleast2ITcontracts/PPPcontractincludingconcessionagreementandServicecontracts.Experienceinpreparationoftenderdocuments,carryoutbidprocessmanagementfore‐governanceprojects.

8.

TransportExpert

18

PostGraduateintransportplanningortrafficengineering

Atleast10yearsofrelevantexperienceinplanningofintegratedpublictransportmasterplan,multi‐modaltransittransportproject,smartpublictransportinfrastructurenetworksassignmentsofsimilarmagnitudeandnature.

Task 3: Support Staff for Project Implementation and Supervision (The CVs shall besubmittedbytheConsultantforthefollowingprofessionals)

1.

AssistantConstructionManager

15

GraduateinEngineering Minimum 5years’ experience inconstructionmanagement of Urban Service delivery (WaterSupply/ Sewerage/ Drainage/ Transportation/Drainage/SolidWasteManagement)

2.

UrbanPlanner

18

Post‐graduationinUrbanPlanning Minimum5years’experienceinintegratedlanduseplanning

ExperienceinGISbasedlanduseplanning,preparingMasterPlan/CDP/SCPetc.

Experience developing Development ControlRegulations

Knowledgeoflandmanagementtools like landpooling,TDRetc.

experienceinUrbanresearch

3. SupportEngineer(2)

20

Degree/Diplomainrelevantbranch. Degreein(relevantbranch)Engineeringwith2years’experienceOrDiplomain(relevantbranch)Engineeringwith4years’experience.

73

4. UrbanDesigner 15

Graduate Architect with Masters in urbandesign. 7 years relevant experience in city scape andstreetscapedesign.

Experienceinrelevantfield.

5.

AssociateEngineer(IT)

36

GraduateinIT/CS/ECEorMCA/ Minimum3years’experienceinprojectrelatedtoIT

6.AssociateEngineer(infrastructure)

36

GraduateinCivilEngineering Minimum 3years’ experience inconstructionmanagement of Urban Service delivery (WaterSupply/ Sewerage/ Drainage/ Transportation/Drainage/SolidWasteManagement).

7.AssociateExecutive(Finance)

36

GraduateinEconomics/Financeorequivalent Minimum 3 years’ experience in municipalfinanceanalysis,municipal budgeting andaccountingandfinancialprojections.

ForLumpSumContract

Task2:ProjectDesignandDevelopmentTeam(TheCVsmaynotbesubmittedbyConsultant for the followingprofessionals andwillnotbe evaluated.Howeconsultant may propose additional skill sets to complete the task. Consultantshouldproposethedurationforassignmentfortheseprofessionalbasedontheirapproachmethodology)*

1.Hydraulic/DrainageExpert

GraduateCivilEngineer 10 years’ experience in drainagenetworkdesigns andconstruction.

Experienceindrainagenetworkconstruction. ExperienceinRainwaterharvestingschemes, Knowledgeofpreparationofdrainagemasterplan

2. WaterSupplyExpert

Degree in Civil Engineering with Post Graduation inPHE/EnvironmentEngineering

10years’experienceinwatersupplyprojectsDesign andrestructuring of water supply / distribution networkprojects Experience in Operation & Maintenance of Urban WaterSupplyschemes.

*Theteamcompositionisindicative.TheConsultantshallreviewthecompositionandsuggestsuitableskillsetsandmanmonthsforspecialistsandsupportstaffaspertheirapproachandmethodology.

74

3.

Sr. BusinessAnalyst/BPRSpecialist

DegreeinBE/B‐Tech.withMBA 10years’relevantexperience Workedinsimilarcapacityforatleast7years. Shouldhaveworkedonatleast1(one)urbanprojectingovernmentsectorinsimilarcapacity.

4.

LandscapeArchitect

Master’sdegreeinLandscapeArchitecturewithDegreeinArchitecture

10years’relevantexperience Experience in preparation of technical requirementplans/ document pavement design /street scape/ landscapingetc.

5.

ProcurementSpecialist

Degree in Engineering/ Management/ law / BusinessAdministrationorEquivalent

10years’experienceintheareaofpublicprocurement Experienceincontractprocurement/managementininfrastructureprojects.

KnowledgeofstatepurchaseManual6.

UrbanDesigner

MastersinUrbanDesign/Architectureorequivalent 10years’experienceinUrbanDesigningofaheritageprecinct.

ExperienceinTransitOrientedDevelopment ExperienceinLocalareaplanning,

7.

TransportationPlanner/Engineer

Master’s Degree in Transportation Planning /Transportation Engineering / Highway Engineering/HighwayPlanning

10 years of experience in the area of Urban TransportPlanning

Experience in city Mobility Plan preparation, TransitOrientedDevelopment(TOD)/

8.

WasteWaterExpert

Masters in Environmental Engineering/ Degree in CivilEngineering

10 years experience on water sourcing, planning &management of water supply and waste water projectsincluding recycling and reuse of waste water andrainwaterharvesting

75

9.

Solar Energy/Renewable EnergyExpert

B‐TechinElectrical/PowerEngineering/relatedsector 10 years’ experience in power projects viz.,planning/designing for power generation, transmissionanddistribution.

10.ElectricalEngineeringExpert

B‐TechinElectrical/PowerEngineering 10years similarexperience

11.

AffordableHousingExpert

MastersinUrbanPlanning/Housing 10years experienceinUrbanPovertyAlleviation Experienceinaffordablehousing,lowcosthousingandcosteffective construction technology, slumimprovementplanpreparation.

Knowledgeofhousingfinanceetc.12.

CommunicationSpecialist

Mastersinmasscommunication 10years similarexperience Experienceinmanagementofmultimediaandactivitiespertainingtosocialmedia

13.

EnvironmentManagementexpert

Postgraduate inEnvironmentalPlanning/Engineering /EnvironmentalSciences 10 years’ experience in conducting EIA, environmentmodelling & preparing Environmental Managementplans,CleanDevelopmentmechanism.

14.

UtilityEngineer DegreeinCivil/MechanicalEngineering 10years’experienceinutilityservices.

15.

SocialDevelopmentSpecialist

Master’s Degree or equivalent in social developmentdisciplines

10years’experienceinyears’experienceinUrbanPovertyAlleviation.

Experienceinurbansocialwelfareprojects/communitymobilization/SocialDevelopmentSub‐Plan

16.

TransactionAdvisorforPPPProjects

MBA(Finance)/CA/CFAorequivalent 10 years’ experience in project funding, structuring ofPPPprojects.

At least developed 02 (two) PPP projects for which theConcessionairehasbeenappointedandtheprojectsareinexecutionand/orinoperationmode.

76

17.

StructuralEngineer

MastersinStructuralEngineering 10yearsrelated. Shouldhavetheexperienceinstructural designof infrastructureprojects.

18.

GIS&RemoteSensingExpert

Degree in Geography, Planning, Architecture withDiploma/CertificateinGIS

At least 10 years of experience in working on similarprojects (i.e. use of remote sensing & GIS technology inurbansectorprojects)

Knowledge of major GIS software products, GPS, totalstation, coordinate reference systems, satellite remotesensingtechnologyandGISapplications.

19. InformationSecuritySystemsExpert

MCA/B. Tech/M.Tech inITwith certification inCISSP/CCSP

10years’experienceinsimilarfield

20.

SolutionArchitect

Degree in Information Technology/ElectronicsEngineeringorequivalent

10years’experienceinsimilarfield

21.

Networking & ITInfrastructureSpecialist

MCA/ B Tech /M Tech inITwith certification inCCNA 10years’experienceinsimilarfield

22.

VideoAnalyst

B‐Tech in Information Technology/ Electronics &Communication Engineering / Electronics Engineering /Computerscience

10Years’experienceinITfield Minimum 2 years of experience in designing andimplementation of large ITMS/ BMS includingSurveillance&VideoAnalytics

23.

IoT,IoE,AoTSpecialist

BE/B‐Tech in Information Technology/Electronics&CommunicationEngineering/Computerscience

10YearsexperienceinITfield Minimum3years’experienceinimplementingIoT/MachinetoMachine(M2M)solutionsandknowledgeoftheIoT/M2Mmarketandecosystems

Minimum 3years’experienceinaclientfacingroledemonstratingpresentationskillsandtheabilitytocommunicatewithclientmanagementandexecutives

3years’experience inapplyinganalysisskillsandtheabilitytodevelopprocesses

77

However forTimeBasedtasksminimummanmonthofprofessionals (mentionedaboveunderrespectivetasks)shouldbefollowedwhilepreparingthetechnicalproposal.

78

6. ReportingRequirementsandTimeScheduleandDeliverables17. TheactivitywisereportingrequirementsanddeliverablesforABDProjectshallbeasfollows:

a. Activity1:

18. Mobilization and establishment of Project office, and submission and acceptanceof InceptionReport by the Client: InceptionReport containingapproach,methodology,workpanandstaffingschedulefortheprojectactivitiesandschedulefordeliverables;

b. Activity2:Situationanalysisreport

i. Preparationofsituationanalysisreportforeachmodule.

ii. Preparation and Submission of Business Re‐engineering Report (BPR) andFinal function requirement specifications (FRS) and its acceptance&approval by theClient.

c. Activity3:FeasibilityReport19. TheReportshalladdressthefollowingaspects:

Evaluationofdesignalternatives Thetopographyanddevelopmentpatternoftheprojectarea Develop historic and future population growth and determine theimpact of the population growth on projects under taken in Smart CityMission.

Preliminarydesignandcostestimation Operationandmaintenanceaspects Financialplanningandevaluation Institutionalandsocialcapacity EnvironmentalandSocialImpactAssessments Formulationofworkimplementationplan Preliminaryprocurementplan Preliminaryconstructionschedule Organization evaluation and capacity building and any other relevantinformationrequiredonprojecttoprojectbasis.

IdentificationofpotentialPPPprojects. Recommendation of suitable arrangement for contracting including DBO/DBFOT/ManagementContractsetc.

EnvironmentalManagementPlan

79

d. Activity4:Preliminary/DetailedProjectReport(PDR/DPR)

20. TheDPRandrelateddocumentsfortheProjectmustconformtotherequirementsoftheguidelinesandproceduresofthegovernmentandshallincludethefollowing:

ProjectProposal

ProjectEvaluationCriteria- General information: To include basic technical design,institutionalarrangements

- EstimatedProjectCost- ProjectRevenue- EstimatedProjectBenefitsandCosts

a. Financialb. Economic

- RiskAllocationMatrix- ProjectandFinancingMilestones

Economicandfinancialanalyses,

Locationmap

Preliminarydesign,specificationofworksandmaterials

Engineer’sEstimateintheBOQformat,asnecessary

At this stage consultant should also suggest / propose component differentsuitableprocurementoptionsforproposedprojects/moduleundertherespectivecomponent.

e. Activity5:Biddocumentsandawardofcontract

f. Activity6:ProjectImplementationandSupervision Monthly Contract Performance and Management Reportsusing PMIS/

ProjectManagementITtoolsforeachcontractduringentireprogramperiod.

ContractCompletionReports foreachprojectpackage.

QuarterlyandYearlyProgressReports

80

7.TimeScheduleandactivitywiseDeliverable21. TheActivitywisetimescheduleshallbeasfollows

SNo. ActivitywiseDeliverable

Timeperiod(T0dateofsigningof

Contract) andT1isthedateofappointmentof

implementingagency

1. Activity1:InceptionReport T0+15days

2.

Activity2:a) For ABD Modules : Submission of Situation

Analysis Report for Modules and itsapprovalbytheSmartCity/SPV

b) For Pan City Module : Submission of Business Re‐engineering Report (BPR) and Final functionrequirement specifications (FRS) and itsacceptance&approvalbytheSmartCity/SPV

T0+12Months3.

Activity3:For ABD and Pan City Modules : Feasibility StudyReport and its acceptance& approval by the SmartCity/SPV

4.

Activity4:For ABD and Pan City Modules : Submission ofDetailedProjectReportanditsacceptance&approvalbytheSmartCity/SPVActivity

5.

Activity5:For ABD and Pan CityModules : Submission of BidDocuments and its acceptance& approval by the SmartCity/SPV

6.

Activity2‐5

S.No.

No.OfModules(Outoftotalnmodules)

TargetDate

ModulesineachQuarter

CumulativeModules

Q1 ‐ ‐ T0+ 3MonthsQ2 ‐ ‐ T0+ 6MonthsQ3 ‐ ‐ T0+9Months Q4 n AllModules T0+ 12Months

Thetimeperiodmaybeextendedforanother6monthsas per the requirement of the module(s) by theSaharanpur Smart City Limited for completion of theassignmentuptoactivity6.

81

7. Activity6

ProjectImplementationSupport

From the date ofselection of theimplementation AgencyfortheeachModule ToT0+3years

ForABDModules

From the date ofselection of theimplementation AgencyfortheeachModule ToT0+3years

ForPanCityModuleIncludingthefollowingduringimplementationperiod

a) Submission&acceptanceofUserAcceptanceTest(UAT)Reports

b) Submission of Standardization Testing andQualityCertification(STQC)Certificate(s)

c) Submission&acceptanceof“Go‐Live”Report

Fromthedateofselection of the SystemIntegrator(SI)T1toT0+3yearsFora,b,andcactivities:T1+ 4(four) Monthsduring implementationby System Integrator(SI)

22. Inadditiontoabove,theconsultantwillsubmitmonthlyprogressreportsattheendofeachmonthduringthe courseofassignmentmentioningstatus/progressofwork,activitiesperformed,andissuesresolved/toberesolvedrelatedtoassignmentsduringthemonth.

8. Client’sInputandCounterpartServicesandFacilities

a) Services,facilitiesandpropertytobemadeavailabletotheConsultantbytheClient:AdequateofficespaceshallbeprovidedtotheConsultantbytheClient.

b) Professional and support counterpart personnel to beassignedby theClient totheConsultant’steam:AsperrequirementandattherequestoftheConsultant.

c) TheConsultingfirmwillberesponsibleto:

Arrange for fully equipped office and office operation related facilitiesforprojectdevelopmentteam.

Arrange for data collection, survey and investigation, preliminarydesign,reportpreparationofreportsforprojectsmodules

Arrange for communication related to contract, data processing,computers,printingequipmentandnecessarystationeries.

Arrangeforalltransportationandtravellingincludinglocaltravelrequiredfortheassignmentstoperformtheconsultancyservices/job.

The equipment’s/ furniture purchased from the funds provided by theClient shall be the property of the Client and on completion of theproject the Consultant shall return all those equipment’s/furniture inworkablecondition.

82

9. PaymentSchedule(a) Paymentsshallbemadeaccordingtothefollowingschedule:

I. Thepaymentshallbemadeasfollows:‐

ActivitywiseDeliverablePaymentSchedule

Theacceptedcontractamountshallbeinthefollowingproportion;(a) AcceptedContractAmount(M)=[insertamount]

LUMPSUMBASEDFORTASK2(Activity2‐5)(b)ForActivity2toActivity5,

Lumpsumamount(M1)=Fin3B+Fin4BForActivity2toActivity5paymentshallbemadeonproratabasisofthemodulesForeachmodulepaymentshallbe(M2)=M1XNN=ActualModulecost/Totalcost*ofAreaBasedDevelopmentProjects.*FortotalcostpleasereferAnnexureIWithinamodulethetotalamount(M2),foractivity2toactivity5shallbepaidasmentionedbelow:

Activity2:a) For each ABD Module: Submission of Situation AnalysisReport for Modules and its acceptance & approval by theSaharanpurSmartCityLimitedb) For Smart Solution Module: Submission of Business Re‐engineering Report (BPR) and Final function requirementspecifications (FRS) and its acceptance & approval by theSaharanpurSmartCityLimited

37.5%ofM2

Activity3For each ABD and Smart Solution Module: Feasibility StudyReport and its acceptance & approval by Saharanpur SmartCityLimited

25%ofM2

Activity4For each ABD and Smart Solution Module: Submission ofDetailed Project Report and its acceptance & approval by theSaharanpurSmartCityLimited

25%ofM2

Activity5For each ABD and Smart Solution Module: Submission ofBidDocuments and its acceptance & approval by the SaharanpurSmartCityLimited

12.5%ofM2

TIMEBASEDFORTASK1&3(Activity1and6)(a)ForActivity1toActivity6,

TimeBasedamount(M3)=Fin3A+Fin4A

83

Monthlypayment shall bemade on Time Based Input of theExperts as per theper day professional fee quoted by the Consultant and accepted by theSaharanpur SmartCityLimitedof theSmartCity. TheMonthlypayment shallbemadeonthebasisofactualdeploymentofmandaysandApprovedTimeSheet(s)bytheSaharanpurSmartCityLimited

84

ANNEXUREI

1. Introduction

The smart cityproposalof Saharanpur is forRs. 1504.90 crore. It comprises ofestimatedinvestment of Rs. 1282.90 crore in forABD intervention in city corearea isconfinedby riversDhamolaandPaondhoiinEast,oldmunicipal limit inNorth,GoteShahRoadinwestandrailwaylineinsouth,andRs.212.00croreforPANcity intervention.Of total, 64% is tobe financedunder Smart citymissionandrest36%isconvergenceandPPP.

ThisindicativelistofprojectsidentifiedforAreaBasedDevelopmentgivenbelowareto be vetted in consultationwith stakeholderswith regard to the technicalandeconomic feasibility and sustainability etc. Therefore projects may changeandotherprojectswhichmaybeenvisagedformakingcitysmartcanbeadaptedin consultation with the stakeholders/employer. However the total cost ofprojectshouldremainthesame.

2. AreaBasedDevelopment: Saharanpur envisions retrofitting of 1260 acres of selected local area‐

confinedby riversDhamolaandPaondhoi inEast,oldmunicipal limit inNorth,GoteShahRoadinwestandrailwaylineinsouth.ItcontainsmostoftheOldCity,residences and commercial spaces area development. The retrofitted area canbecomeanewsocio‐economicenginefortheCityCoreArea.

Through a systematic retrofitting approach and smart infrastructure services,theproposed project will positively impact livability of inhabitants, improvelivelihood with diverse mix of residential, commercial, retail and industrialdevelopment.

Themodules(setofprojects)identifiedundertheABDproposalisasbelow:

Area Based Development (Amount in Cr) 

1. SAHART Multiple Economies 

1.10 Strengthening  Common  Facility  Centre  and  development  of  Research  and Design centre for wooden handicrafts with Tools, Machinery and equipments for wooden handicrafts carving at Old Bus Stand 

54.00

1.20 Development of  cold  storage &  food processing unit  at Mandi  Samiti with logistic  center  reinforcement with  Dedicated  Eastern  Freight  Corridor  and railway station 

32.00

1.30 Development  of  Commercial  Shopping  &  Office  Complex  with  Multilevel Parking at Delhi Bus Depot 

200.00

1.40 Single  Window  Clearance  system  for  facilitating  economic  activities  and establishment of new industries 

1.00

85

1.50 Promotional  activities  for  Wood  carving  activities  on  Local,  National  & International platform 

4.00

Sub Total SAHART Multiple Economies  291.00

2. SAHART Sewerage & Sanitations  

2.10  Strengthening Sewerage Network  160.00

2.20  Provision of SCADA monitoring for Sewerage System  2.00

2.30  Automatic sewer cleaning machine for cleaning sewers  0.50

2.40 Fecal  Sludge Management  System  and  Novation  of  FSTPs  with  SCADA  & Energy Generation 

0.20

2.50 Development  of  Solar  based  Smart  Public  Toilets  with  facility  of  self‐ cleaning, display Boards and Voice Guidance and ICT based monitoring 

9.60

Sub Total SAHART Sewerage & Sanitations   172.30

3. SAHART Solid Waste Management 

3.10 Sensor  based  garbage  bins  with  Bin  Clearance  ‐RFID  readers  and  GPRS Systems, GPS devices 

2.00

3.20  GPS installed vehicles for primary segregated garbage collection  5.50

3.30 Bio‐composting  in  Sabzi Mandi  &  wood  carving  areas  to  decompose  the horticulture and wood waste. 

1.60

3.40  Household bins for segregation of organic and inorganic wastes  12.00

3.50  Provision of Compactors for Secondary Garbage transportation    0.15

3.60  Land for Disposal of Solid based under convergence of SMC fund  30.00

3.70 Development of database of Safai Mitras, Supervisors and Sanitary Officers and integration with SAHART App.  

0.30

3.80 Provision of Polythene bags processing plant at village Battanwala, Dehradun Road hectare) 

8.00

3.90  Waste to Compost Plant at village Battanwala, Dehradun Road  10.00

Sub Total SAHART Solid Waste Management  69.55

4. SAHART Transport‐Walkability  

4.10 Development of  Internal Roads,  strengthening, widening and beautification in ABD area with NMT friendly features 

94.50

4.20 Junctions  Improvement  (Qutubsher, Ghanta Ghar,  Fountain  Chowk, Nehru Market Chowk, and Railway Station Chowk) 

1.10

4.30 Development  of  Pedestrian  Infrastructure  along  Railway  Road,  Chilkana Road, Sohraab road, Bhagat Singh Road, NH73, Road along River Paondhoi, Gurudwara Road, Abdul Salam Road 

15.00

4.40 Development of Smart ON & OFF street Parking along Railway station Road, Mandi Samiti Road and over Paondoi River 

9.00

4.50  Smart Underground & Multilevel parking at Jubilee Park & Old Bus Stand  25.00

86

4.60 Development of Parking Management  system  for On‐Street, Off‐Street and Multi‐level parking with Sensors & Camera showing capacity & availability. 

0.50

Sub Total SAHART Transport‐Walkability   145.10

5. SAHART Safety and Security 

5.10 Installation  of  CCTV  camera with  night  vision  and  control  Cables  in  Public Open spaces on Roads and Streets not covered under ITS 

4.00

5.20  Traffic Police booths for safety & Security   0.50

5.30  Variable sensors for pedestrian/ traffic count  1.00

Sub Total SAHART Safety and Security  5.50

6. SAHART Water Supply Improvement 

6.10  Development of feeder mains and Water Distribution Network   60.00

6.20  Provision of Smart Consumer Water Meters with SCADA based monitoring   2.00

6.30  Automated online water quality Monitoring System for distribution network  1.00

6.40  Geo‐Thermal Imaging Leak detectors   0.50

6.50 Rain Water Harvesting at government buildings with subsidized rates (Water recycling through rainwater harvesting at community level and recharge pits) 

3.00

6.60 Ground Water Recharging through Storm water drainage system along with landscape islands and infiltration planters. 

3.00

Sub Total SAHART Water Supply Improvement  69.50

7. SAHART Power Supply Strengthening 

7.10  Smart Components in Power Sub‐stations 33/11 KV & 11KV/440 V  2.00

7.20  Smart Distribution Network with sensors  20.00

7.30  Smart Consumer Metering with SCADA based monitoring  6.00

7.40 Solar  Power  Rooftop  Installations  on  government  buildings,  public institutions, (Mission Solar Energy (Committed) (Rs. 1.20 lakhs Per KW) Roof‐top (30% Subsidy)  

31.53

7.50  Solar High Mast Light at identified five Junctions  0.50

Sub Total SAHART Power Supply Strengthening  60.03

8. SAHART ROBUST INFRASTRUCTURE 

8.10 Robust  retrofitting of Old  city area of Raj Colony, Hayat Colony, Municipal colony, Baba Laldas, Hasan colony, Madanpuri & Khatakheri 

150.00

8.20  Underground Utility Duct with Sensors  150.00

8.30 Development of facilities for Urban Poor (with 2 Raen Basera‐night shelters at Delhi bus stop & Government Hospital & 1 Old age home) 

2.00

Sub Total SAHART ROBUST INFRASTRUCTURE  302.00

9. SAHART Public Open Spaces Development 

9.10 Revitalization  of  Paondhoi  River  (Desilting,  Bund  strengthening,  Deweeding, Turfing and Lining Cleaning  through aeration  techniques, Drains development, inter‐linkages Retaining wall/fencing) 

30.00

87

9.20  Vending zones development in ABD area  6.25

9.30 

Rejuvenation  of  parks  in  ABD  area  (Smart  Chaupal‐  Model  of  a  low  cost, conversion of small and underutilized spaces for the passive or active recreation & seating of people,1 Wellness center including Yoga center, Jubilee park‐Child‐friendly, disabled & Gandhi Parks‐open air gym & age friendly 

2.00

9.40 Urban  forestry and Landscaping  through block plantations, Avenue Plantation, Lined  Tree  Plantation  etc.  (Hardscape,  Softscape,  Signage &  furniture)‐ Along the sides of Dhamola river with Meshed Fencing and Other Green Spaces. 

5.70

9.50 Mega Park development at Plot No. 355 KHA(1.342 hectare) at Sadak Dudhli, Dehradun Road 

67.10

Sub Total SAHART Public Open Spaces Development  111.05

10. SAHART Healthcare & Education 

10.10  First‐aid centers for quick medical facility incase of emergency  0.40

10.20  Mobile clinic & Telemedicine facility  1.00

10.30  Smart E‐library & career counselling center (at existing municipal library)  0.10

Sub Total SAHART Healthcare & Education  1.50

11. SAHART Responsive Governance 

11.10  Wi‐fi Hotspots for Internet facility  40.00

11.20 Capacity  building  programs  of  SMC  officer  for  efficient management  of  ICT based infrastructure and new technology 

3.00

11.30 Training and Orientation for citizens (video tutorials clips on SAHARAT App for training & guidance) 

5.00

11.40  Environment Monitoring Stations  2.00

11.50  Development of Solar based Fresh Drinking water kiosks  5.60

Sub Total SAHART Responsive Governance  55.60

Total ‐Area Based Development Proposal   1,282.90 

3. PanCityDevelopment:

Ideas for the Pan City is derived fromprovide services to entire city throughapplicationofICTComponents.PancityProposalconsistsofUrbanMobilitywithICTenabledIntegratedIntelligentTransportManagementsystem

Apart from the above proposal the following proposals are considered underPanCity,whichwillbeimplementedonSmartcityFund,PPPandconvergencefromotherschemes.TheseProposalsare

SAHART Transportation & Traffic Management, and SAHART Governance Management System (SGMS).  

88

Pan City Development (Amount in Cr) 

12.  SAHART Transportation & Traffic Management 

12.10

Smart Traffic Management System ‐ Synchronized Traffic Signals for optimum traffic flow with Automated Traffic Control System, PELICAN crossing‐ pedestrian activated signals at crosswalks, bicycle actuated signals & Lane monitoring and control signs  

20.00

12.20Variable Message Sign Boards: Digital Signalisation Special designed boards with smart features 

3.00

12.30 Development of Corridors and Routes for last mile connectivity  3.00

12.40 Automatic Traffic Violation Deduction Camera on edge services  2.00

12.50 Strengthening existing based IPT Transit system using ICT intervention    

a E‐rickshaws registrations, route regularisation  2.00

bPre‐paid booth at e‐rickshaws parking places and fleet development for strengthening IT based city transit system 

8.00

c E‐rickshaws parking facility with solar based charging system  8.00

Sub Total SAHART Transportation & Traffic Management  46.00

13. SAHART Governance Management System(SGMS) 

13.10SAHART Command and Control Centre ‐ ICT enabled Integrated Central Command Centre for city enhanced service delivery and monitoring 

68.00

13.20CCTV surveillance system (CCTV cameras at each entry point of city, major nodes, public spaces, parks and integration with Command & Control Centre 

15.00

13.30SAHART CITY app development for advanced Grievance Redressal System with integrated city services (payment of all utilities taxes‐property, Water, electricity bill etc). 

5.00

13.40 Departmental Database Digitization and Integration  7.00

13.50Smart Digital Screen: Info/Social Messaging/Alerts/Smart Digital Advertisement 

18.00

13.60 Development of Property & Utility Details using GIS based Mapping  7.00

13.70LED Street Lights (Sensible Street Lighting at selected core areas with replacement by LEDs and installing motion detectors on 1 in 4 lamp posts in sub‐arterial roads to reduce energy consumption) 

41.25

13.80ICT support to Solid Waste Collection for improved efficiency and monitoring of collection, transportation and disposal 

2.00

13.90SCADA based online monitoring for existing Tubewells with web based  automatic switch ON & Off with scheduling + Current flow based operational status monitoring systems, Surveillance and SOS 

3.00

Sub Total SAHART Responsive Governance  166.25

Total ‐ Pan City Proposal         212.00 

89

Section6.StandardFormofContract

90

STANDARDFORMOFCONTRACT

Consultants’Services

91

ContentsI. FormofContractII. GeneralConditionsofContract1. GeneralProvisions2. Commencement,Completion,ModificationandTerminationofContract3. ObligationsoftheConsultant4. Consultants’PersonnelandSub‐Consultants5. ObligationsoftheEmployer6. PaymentstotheConsultant7. FairnessandGoodFaith8. SettlementofDisputes9. LiquidatedDamages10. MiscellaneousProvisionsIII. SpecialConditionsofContractIV. AppendicesAppendixA–DescriptionofServices

AppendixB‐ReportingRequirements

AppendixC‐StaffingScheduleAppendixD‐CostEstimatesinForeignCurrencyAppendixE‐DutiesoftheEmployer

92

CONTRACTFORCONSULTANTS’SERVICES

between

[nameoftheClient]

and

[nameoftheConsultant]

Dated:

93

IFormofContract(Textinbrackets[]isoptional;allnotesshouldbedeletedinfinaltext)This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the monthof [month], [year], between, on the one hand, [name of client] (hereinafter called the“Client”)and,ontheotherhand,[nameofConsultant](hereinaftercalledthe“Consultant”).[Note: If the Consultant consist of more than one entity, the above should be partiallyamendedtoread as follows: “…(hereinafter called the “Client”) and, on the other hand,a jointventure/consortium/association consisting of the following entities, each of whichwill be jointly and severally liable to the Client for all the Consultant’s obligations underthisContract,namely,[nameofConsultant]and[nameofConsultant](hereinaftercalledthe“Consultant”).]WHEREAS

(a) the Client has requested the Consultant to provide certain consultingservices asdefinedinthisContract(hereinaftercalledthe“Services”);

(b) the Consultant, having represented to the Client that it has the required

professional skills, and personnel and technical resources, has agreed toprovidetheServicesonthetermsandconditionssetforthinthisContract;

NOWTHEREFOREthepartiesheretoherebyagreeasfollows:1. Thefollowingdocumentsattachedheretoshallbedeemedtoformanintegralpart

ofthisContract:

(a) TheGeneralConditionsofContract;

(b) TheSpecialConditionsofContract;

(c) The following Appendices: [Note: If any of these Appendices are not used,the words “Not Used” should be inserted below next to the title of theAppendix]

AppendixA: DescriptionofServices

AppendixB: ReportingRequirements

AppendixC: StaffingSchedule

AppendixD: BreakdownofContractPrice

AppendixF: DutiesoftheEmployer

94

2. ThemutualrightsandobligationsoftheClientandtheConsultantshallbeassetforthintheContract,inparticular:

(a) theConsultantsshallcarryouttheServicesinaccordancewiththeprovisionsoftheContract;and

(b) theClientshallmakepaymentstotheConsultantsinaccordancewiththeprovisionsoftheContract.

INWITNESS WHEREOF, the Parties hereto have caused this Contract to be signed intheirrespectivenamesasofthedayandyearfirstabovewritten.Forandonbehalfof[nameofClient][AuthorizedRepresentative]Forandonbehalfof[nameofConsultant]

[AuthorizedRepresentative][Note: If the Consultant consists ofmore than one entity, all these entities shouldappear assignatories,e.g.,inthefollowingmanner:]

95

GeneralConditionsofContract

1. GeneralProvisions1.1 Definitions Unlessthecontextotherwiserequires,thefollowingtermswhenever usedinthisContracthavethefollowingmeanings:

(a) “ApplicableLaw”means the lawsandanyother instrumentshaving the forceoflawinIndiaforthetimebeing.

(b) “Consultant” means any private or public entity that will provide the Servicestothe“Employer”undertheContract.

(c) “Contract” means the Contract signed by the Parties and all the attacheddocuments listed in its Clause 1 that is this General Conditions (GC), the SpecialConditions(SC),andtheAppendices.

(d) “Day”meanscalendarday.

(e) “EffectiveDate”meansthedateonwhichthisContractcomesintoforceandeffectpursuanttoClauseGC2.1.

(f) “Foreign Currency” means any currency other than the currency of the“Employer’s”country.

(g) “GC”meanstheseGeneralConditionsofContract.

(h) “Government”meanstheGovernmentofIndia

(i) “LocalCurrency”meansIndianRupees.

(j) “Member” means any of the entities that make up the jointventure/consortium/association;and“Members”meansalltheseentities.

(k) “Party”meansthe“Employer”ortheConsultant,asthecasemaybe,and“Parties”meansbothofthem.

(l) “Personnel” means professionals and support staff provided by the ConsultantsorbyanySub‐ConsultantsandassignedtoperformtheServicesoranypartthereof;“Foreign Personnel”means suchprofessionals and support staffwho at the timeofbeingso provided had their domicile outside the Government’s country; “LocalPersonnel”meanssuchprofessionals and support staffwho at the timeof being soprovided had their domicileinside theGovernment’s country; and “KeyPersonnel”meansthePersonnelreferredtoinClauseGC4.2(a).

96

(m) “Reimbursable expenses” means all assignment‐related costs [such as travel,translation,reportprinting,secretarialexpenses,subjecttospecifiedmaximumlimitsintheContract].

(n) “SC”meanstheSpecialConditionsofContractbywhichtheGCmaybeamendedorsupplemented.

(o) “Services” means the work to be performed by the Consultant pursuant tothisContract,asdescribedinAppendixAhereto.

(p) “Sub‐Consultants”means any person or entity to whom/which the ConsultantsubcontractsanypartoftheServices.

(q) “Third Party” means any person or entity other than the “Employer”, or theConsultant.

(r) “In writing” means communicated in written form with proof of

receipt.

1.2 RelationshipbetweentheParties:Nothing containedhereinshallbe construedasestablishing a relationship of master and servant or of principal and agent asbetweenthe“Employer”andtheConsultant.TheConsultant,subjecttothisContract,has complete charge of Personnel and Sub‐Consultants, if any, performing theServicesandshallbefullyresponsiblefortheServicesperformedbythemorontheirbehalfhereunder.

1.3 Law Governing Contract: This Contract, its meaning and interpretation, and the

relationbetweenthePartiesshallbegovernedbytheapplicablelawsofIndia.1.4 Headings: Theheadingsshallnotlimit,alteroraffectthemeaningofthisContract.1.5 Notices1.5.1 Anynotice,requestorconsentrequiredorpermitted tobegivenormadepursuant

to this Contract shall be in writing. Any such notice, request or consent shall bedeemed to have been given or made when delivered in person to an authorizedrepresentativeofthePartytowhomthecommunicationisaddressed,orwhensentbyregisteredposttosuchPartyattheaddressspecifiedintheSC.

1.5.2 A Party may change its address for notice hereunder by giving the other Party

notice inwritingofsuchchangetotheaddressspecifiedintheSC.

97

1.6 Location: The Services shall be performed at such locations as are specified inAppendixAheretoand,wherethe locationofaparticulartaskisnotsospecified,atsuchlocations,asthe“Employer”mayapprove.

1.7 Authority of Lead Partner: In case the Consultant consists of a joint

venture/consortium/ association of more than one entity, the Members herebyauthorize the entity specified (LeadConsultant) intheSCtoacton theirbehalf inexercisingall theConsultant’srightsandobligationstowards the “Employer” underthis Contract, including without limitation the receiving of instructions andpayments from the “Employer”. However, each member or constituent ofConsortiumofConsultantshallbejointlyandseverallyliableforallobligationsoftheConsultantundertheContract.

1.8 Authorized Representatives: Any action required or permitted to be taken, and

anydocument required or permitted to be executed under this Contract by the“Employer” or theConsultantmaybetakenorexecutedbytheofficialsspecifiedintheSC.

1.9 Taxes and Duties: The Consultant, Sub‐Consultants and Personnel shall be liable

topaysuchdirectandindirecttaxes,duties,feesandotherimpositionsleviedundertheapplicablelawsofIndia.

1.10 FraudandCorruption1.10.1 Definitions: It is the Employer’s policy to require that Employers as well as

Consultants observe the highest standard of ethics during the execution of theContract. In pursuance of this policy, the Employer defines, for the purpose ofthis provision, the terms set forth below asfollows:(i) “Corrupt practice” means the offering, receiving, or soliciting, directly orindirectly, of anything of value to influence the action of a public official in theselectionprocessorincontractexecution;(ii) “Fraudulentpractice” meansa misrepresentation or omission of facts inordertoinfluenceaselectionprocessortheexecutionofacontract;(iii) “Collusive practices” means a scheme or arrangement between two or moreconsultants,with orwithout the knowledge of the Employer, designed to establishpricesatartificial,non‐competitivelevels;(iv) “coercive practices” means harming or threatening to harm, directly orindirectly,personsortheirpropertytoinfluencetheirparticipationinaprocurementprocess,oraffecttheexecutionofacontract;

98

1.10.2 MeasurestobetakenbytheEmployer(a) The Employer may terminate the contract if it determines at any time thatrepresentatives of the consultant were engaged in corrupt, fraudulent, collusive orcoercivepracticesduringtheselectionprocessortheexecutionofthatcontract,withouttheconsultant having taken timely and appropriate action satisfactory to the Employer toremedythesituation;(b) The Employer may also sanction against the Consultant, including declaring theConsultant ineligible, either indefinitely or for a stated period of time, to be awarded acontractifitatanytimedetermines that the Consultant has, directly or through an agent,engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or inexecuting,anEmployer‐financedcontract;1.10.3 CommissionsandFeesAtthetimeofexecutionofthisContract,theConsultantsshalldiscloseanycommissionsorfees that may have been paid or are agreed to be paid to agents, representatives, orcommissionagentswith respect to the selection process or executionof the contract. Theinformation disclosed must include at least the name and address of the agent,representative, or commission agent, the amount and currency, and the purpose of thecommissionorfee.2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OFCONTRACT2.1 Effectiveness of Contract: This Contract shall come into force and effect on thedate (the “Effective Date”) of the “Employer’s notice to the Consultant instructing theConsultant to begincarryingouttheServices.Thisnoticeshallconfirmthattheconditionsprecedentandeffectivenessconditions,ifany,listedintheSChavebeenmet.

2.2 Termination of Contract for Failure toBecome Effective: If this Contracthasnotbecome effective within such time period after the date of the Contract signed by theParties as specified in the SC, either Party may, by not less than twenty one (21) dayswritten notice to the other Party, declare this Contract to be null and void, and in theevent of such a declaration byeitherParty,neitherPartyshallhaveanyclaimagainsttheotherPartywithrespecthereto.2.3 Commencement of Services: The Consultant shall begin carrying out the ServicesnotlaterthanthenumberofdaysaftertheEffectiveDatespecifiedintheSC.2.4 ExpirationofContract: Unless terminated earlier pursuant to Clause GC 2.9 hereof,

99

thisContractshallexpireattheendofsuchtimeperiodaftertheEffectiveDateasspecifiedintheSC.

2.5 Entire Agreement: This Contract contains all covenants, stipulations and provisionsagreedbytheParties.NoagentorrepresentativeofeitherPartyhasauthoritytomake,andthe Parties shall not be bound by or be liable for, any other statement, representation,promiseoragreementnotsetforthherein.2.6 Modifications or Variations: (a) any modification or variation of the terms andconditions of this Contract, including any modification or variation of the scope of theServices, may only bemadebywrittenagreementbetweentheParties.PursuanttoClauseGC 7.2 here of, however, each Party shall give due consideration to any proposals formodificationorvariationmadebytheotherParty.(b) In casesof substantialmodificationsorvariations,thepriorwrittenconsentoftheEmployerisrequired.2.7 ForceMajeure2.7.1 Definition (a)For thepurposesof thisContract, “ForceMajeure”meansaneventwhich is beyond the reasonable control of a Party, is not foreseeable, is unavoidableand notbrought about by or at the instance of the Party claiming to be affected by suchevents and which has caused the non‐performance or delay in performance, and whichmakes a Party’s performance of its obligations hereunder impossible or so impractical asreasonablytobeconsideredimpossibleinthecircumstances,andincludes,butisnotlimitedto, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other extremeadverse weather conditions, strikes, lockouts or other industrial action (except wheresuch strikes, lockouts or other industrial action are within the power of the Partyinvoking Force Majeure to prevent), confiscation or any other action by Governmentagencies.(b) Force Majeure shall not include(i) any eventwhich iscaused by the negligence orintentional action of a Party or by or of such Party’s Sub‐Consultants or agents oremployees,nor(ii)anyeventwhichadiligentPartycouldreasonablyhavebeenexpectedbothtotakeintoaccount at the time of the conclusion of this Contract, and avoid or overcome in thecarryingoutof itsobligationshereunder.(c) Subject to clause 2.7.2, Force Majeure shall not include insufficiency of funds orinabilitytomakeanypaymentrequiredhereunder.2.7.2 No Breach of Contract: The failure of a Party to fulfil any of its obligationshereundershallnotbeconsideredtobeabreachof,ordefaultunder, thisContract insofaras such inabilityarisesfromaneventofForceMajeure,providedthatthePartyaffectedby

100

such an event has taken all reasonable precautions, due care and reasonable alternativemeasures,allwiththeobjectiveofcarryingoutthetermsandconditionsofthisContract.2.7.3 Measures to be taken: (a) A Party affected by an event of Force Majeure shallcontinue toperform its obligations under the Contract as far as is reasonably practical,and shall take allreasonablemeasurestominimizetheconsequencesofanyeventofForceMajeure.

(b) APartyaffectedbyaneventofForceMajeureshallnotifytheotherPartyofsucheventassoon as possible, and in any case not later than fourteen (14) days following theoccurrence of suchevent, providing evidence of the nature and cause of such event, andshallsimilarlygivewrittennoticeoftherestorationofnormalconditionsassoonaspossible.(c) AnyperiodwithinwhichaPartyshall,pursuanttothisContract,completeanyactionortask,shallbeextendedfor aperiodequal to the timeduringwhichsuchPartywasunabletoperformsuchactionasaresultofForceMajeure.(d) During the period of their inability to perform the Services as a result of an event ofForceMajeure,theConsultant,uponinstructionsbythe“Employer”,shalleither:

(i) Demobilize,or

(ii) ContinuewiththeServices totheextentpossible, inwhichcasetheConsultantshallcontinuetobepaidproportionatelyandonproratabasis,underthetermsofthisContract.

(e) In the case of disagreement between theParties as to the existence or extent of ForceMajeure,themattershallbesettledaccordingtoClauseGC8.2.8 Suspension: The “Employer” may, by written notice of suspension to theConsultant, suspend all payments to the Consultant hereunder if the Consultant fails toperform any of its obligations under this Contract, including the carrying out of theServices, provided that suchnoticeofsuspension(i)shallspecifythenatureofthefailure,and (ii) shall allow the Consultant to remedy such failure, if capable of being remedied,withinaperiodnotexceedingthirty(30)daysafterreceiptbytheConsultantofsuchnoticeofsuspension.2.9 Termination2.9.1.1 by the “Employer”: The “Employer” may terminate this Contract in case of theoccurrence of any of the events specified in paragraphs (a) through (h) of this ClauseGC2.9.1.1

101

(a) If the Consultant fails to remedy a failure in the performance of its obligationshereunder,as specified in a notice of suspension pursuant to Clause GC 2.8 hereinabove,withinthirty(30)daysofreceiptofsuchnoticeofsuspensionorwithinsuchfurtherperiodasthe“Employer”mayhavesubsequentlyapprovedinwriting.(b) IftheConsultantbecomes(or,iftheConsultantconsistsofmorethanoneentity,ifanyofitsMembersbecomesandwhichhassubstantialbearingonprovidingServicesunderthiscontract)insolventorgointoliquidationorreceivershipwhethercompulsoryorvoluntary.

(c) If the Consultant fails to comply with any final decision reached as a result ofarbitrationproceedingspursuanttoClauseGC8hereof.(d) If the Consultant, in the judgment of the “Employer”, has engaged in corrupt orfraudulentpracticesincompetingfororinexecutingthisContract.(e) If the Consultant submits to the “Employer” a false statement which has a materialeffectontherights,obligationsorinterestsofthe“Employer”.(ee) If the Consultant places itself in position of conflict of interest or fails to disclosepromptlyanyconflictofinteresttotheEmployer.(f) Iftheconsultant fails toprovidethequalityservicesasenvisagedunderthisContract.The ConsultancyMonitoring Committee (CMC) formulated tomonitor the progress of theassignmentmaymakejudgmentregardingthepoorqualityofservices,thereasonsforwhichshallbe recorded inwriting. TheCMCmaydecide to giveone chance to the consultant toimprovethequalityoftheservices.(g) If,astheresultofForceMajeure,theConsultantisunabletoperformamaterialportionoftheServicesforaperiodofnotlessthansixty(60)days.(h) If the “Employer”, in its sole discretion and for any reason whatsoever, decides toterminatethisContract.2.9.1.2 In such an occurrence the “Employer” shall give a not less than thirty (30) days’written notice of termination to the Consultants, and sixty (60) days’ in case of the eventreferredtoin(h).2.9.2 By the Consultant: The Consultant may terminate this Contract, by not less thanthirty (30)days’written notice to the “Employer”, in case of the occurrenceof anyof theeventsspecifiedinparagraphs(a)through(d)ofthisClauseGC2.9.2.(a) If the “Employer” fails to pay any money due to the Consultant pursuant to thisContractand not subject to dispute pursuant to Clause GC 8 hereof within forty‐five(45) days afterreceivingwrittennoticefromtheConsultantthatsuchpaymentisoverdue.

102

(b) If,astheresultofForceMajeure,theConsultantisunabletoperformamaterialportionoftheServicesforaperiodofnotlessthansixty(60)days.(c) If the “Employer” fails to comply with any final decision reached as a result ofarbitrationpursuanttoClauseGC8hereof.

(d) If the“Employer” is inmaterialbreachofitsobligationspursuantto thisContractandhas not remedied the same within forty‐five (45) days (or such longer period as theConsultant may have subsequently approved in writing) following the receipt by the“Employer” of theConsultant’snoticespecifyingsuchbreach.2.9.3 CessationofRightsandObligations:UponterminationofthisContractpursuanttoClausesGC2.2orGC2.9hereof,oruponexpirationof thisContractpursuant toClauseGC2.4hereof, all rights and obligations of the Parties hereunder shall cease, except (i) suchrights andobligations as may have accrued on the date of termination or expiration, (ii)the obligation ofconfidentiality set forth in Clause GC 3.3 hereof, (iii) the Consultant’sobligation to permit inspection, copying and auditing of their accounts and records setforthinClauseGC3.6hereof,and(iv)anyrightwhichaPartymayhaveundertheLaw.2.9.4 Cessationof Services: Upon termination of this Contract bynotice of eitherPartyto the other pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultant shall,immediatelyupondispatch or receipt of such notice, take all necessary steps to bring theServices to a close in a prompt and orderly manner and shall make every reasonableeffort to keep expenditures for this purpose to a minimum. With respect to documentspreparedbytheConsultantandequipmentandmaterials furnishedbythe “Employer”, theConsultantshallproceedasprovided,respectively,byClausesGC3.9orGC3.10hereof.2.9.5 Payment upon Termination: Upon termination of this Contract pursuant to

ClausesGC2.9.1 or GC 2.9.2 hereof, the “Employer” shall make the following payments to theConsultant:(a) If the Contract is terminated pursuant to Clause 2.9.1 (g), (h) or 2.9.2,remunerationpursuant to Clause GC 6.3(h) (i)hereof for Services satisfactorily performedprior to the effective date of termination, and reimbursable expenditures pursuant toClause GC 6.3(h)(ii) hereof forexpendituresactuallyandreasonablyincurredpriortotheeffectivedateoftermination;(b) IftheagreementisterminatedpursuantofClause2.9.1(a)to(f),theconsultantshallnotbeentitled to receive any agreed payments upon termination of the contract. However,the“Employer”mayconsidertomakepaymentforthepartsatisfactorilyperformedonthe

103

basis of Quantum Merint as assessed by it, if such part is of economic utility to theEmployer. Applicable Under such circumstances, upon termination, the client may alsoimpose liquidated damages as per the provisions of Clause 9 of this agreement. Theconsultant will be required to pay any suchliquidateddamagestoclientwithin30daysofterminationdate.2.9.6Disputes aboutEventsofTermination: If either Party disputes whether an eventspecifiedinparagraphs (a) through (g)ofClauseGC2.9.1or inClauseGC2.9.2hereofhasoccurred,suchPartymay,within forty‐five (30)days afterreceiptofnoticeof terminationfromtheotherParty,refer thematter toClauseGC8hereof,and thisContract shallnotbeterminated on account of sucheventexcept inaccordancewith thetermsofanyresultingarbitralaward.

104

3. OBLIGATIONSOFTHECONSULTANT3.1 General3.1.1 Standard of Performance: The Consultant shall perform the Services and carryout theirobligationshereunderwithallduediligence,efficiencyandeconomy,inaccordancewith generally accepted professional standards and practices, and shall observe soundmanagement practices, and employ appropriate technology and safe and effectiveequipment,machinery,materials andmethods. The Consultant shall always act, in respectof any matter relating to this Contract or to the Services, as faithful adviser to the“Employer”,andshallatalltimessupportandsafeguardthe“Employer’slegitimateinterestsinanydealingswithSub‐ConsultantsorThirdParties.3.2 Conflictof Interests: The Consultant shall hold the “Employer’s interests paramount,withoutanyconsiderationfor futurework,andstrictlyavoidconflictofinterestwithotherassignmentsortheirowncorporateinterests.Ifduringtheperiodofthiscontract,aconflictofinterestarisesforany reasons, theConsultant shall promptly disclose thesame totheEmployerandseek itsinstructions.3.2.1 Consultant not to benefit from Commissions,Discounts, etc.: (a)Thepaymentof theConsultant pursuant to Clause GC 6 hereof shall constitute the Consultant’s onlypayment in connection with this Contract and, subject to Clause GC 3.2.2 hereof, theConsultant shall notaccept for its own benefit any trade commission, discount or similarpaymentinconnectionwithactivities pursuantto thisContract or in the discharge of itsobligationshereunder, and theConsultantshalluseitsbesteffortstoensurethatanySub‐Consultants,aswellasthePersonnelandagentsofeitherofthem,similarlyshallnotreceiveanysuchadditionalpayment.(b) Furthermore, if the Consultant, as part of the Services, has the responsibility ofadvising the “Employer” on the procurement of goods, works or services, the Consultantshall complywith theEmployer’sapplicableprocurementguidelines,andshallatall timesexercise such responsibility in the best interest of the “Employer”. Any discounts orcommissionsobtainedbytheConsultant intheexerciseofsuchprocurementresponsibilityshallbefortheaccountofthe“Employer”.3.2.2 Consultant and Affiliates Not to Engage in Certain Activities:The Consultantagrees that, during the term of this Contract and after its termination, the Consultantand any entityaffiliatedwiththeConsultant,aswellasanySub‐Consultantsandanyentityaffiliated with suchSub‐Consultants, shall be disqualified from providing goods, works orservices (other than consulting services) resulting from or directly related to theConsultant’sServicesforthepreparationorimplementationoftheproject.

105

3.2.3 Prohibition of Conflicting Activities: The Consultant shall not engage, and shallcause their Personnel aswell as their Sub‐Consultants and their Personnel not to engage,eitherdirectlyor indirectly, in any business or professional activities that would conflictwith the activitiesassignedtothemunderthisContract.3.3 Confidentiality: Except with the prior written consent of the “Employer”, theConsultantand the Personnel shall not at any time communicate to any person or entityany confidentialinformationacquiredinthecourseoftheServices,norshalltheConsultantand its Personnel make public the recommendations formulated in the course of, or as aresultof,theServices.3.4 Insurance tobeTaken outby theConsultant: TheConsultant (i) shall take outandmaintain, and shall cause anySub‐Consultants to take out andmaintain insurance, attheir(ortheSub‐Consultants’, as the casemay be) own cost but on terms and conditionsapproved by the“Employer”, insuranceagainst therisks, and for thecoveragespecified inthe SC, and (ii) at the “Employer’s request, shall provide evidence to the “Employer”showing that such insurance has been taken out and maintained and that the currentpremiumsthereforehavebeenpaid.3.5 Accounting, Inspection andAuditing: The Consultant (i) shall keep accurate andsystematic accounts and records in respect of the Services hereunder, in accordancewithinternationally accepted accounting principles and in such form and detail as will clearlyidentify all relevant time changes and costs, and the bases thereof, and (ii) shallperiodically permit the “Employer” or its designated representative and/or theEmployer, and up to five years fromexpirationorterminationofthisContract,toinspectthesameandmakecopiesthereofaswellastohavethemauditedbyauditorsappointedbythe “Employer” or the Employer, if so required by the“Employer”ortheEmployerasthecasemaybe.3.6 Consultant’s Actions Requiring “Employer’s Prior Approval:The Consultant shallobtainthe“Employer’spriorapprovalinwritingbeforetakinganyofthefollowingactions:(a) AnychangeoradditiontothePersonnellistedinAppendixC.(b) Subcontracts:theConsultantmaysubcontractworkrelatingtotheServicestoanextentand with such experts and entities as may be approved in advance by the “Employer”.Notwithstandingsuchapproval,theConsultantshallalwaysretainfullresponsibilityfortheServices. In the event that any Sub‐Consultants are found by the “Employer” to beincompetentorincapableorundesirableindischargingassignedduties,the“Employer”mayrequest the Consultant to provide a replacement, with qualifications and experienceacceptabletothe“Employer”,ortoresumetheperformanceoftheServicesitself.

106

3.7 Reporting Obligations: The Consultant shall submit to the “Employer” thereports and documents specified in Appendix B hereto, in the form, in the numbers andwithinthetimeperiodssetforthinthesaidAppendix.FinalreportsshallbedeliveredinCDROMinadditiontothehardcopiesspecifiedinsaidAppendix.

3.8 DocumentsPreparedbytheConsultanttobethePropertyofthe“Employer”:All plans, drawings, specifications, designs, reports, other documents and softwareprepared by the Consultant for the “Employer” under this Contract shall become andremain the property of the “Employer”, and the Consultant shall, not later than upontermination or expiration of this Contract, deliver all such documents to the “Employer”,together with a detailed inventory thereof. The Consultant may retain a copy of suchdocuments, but shall not use anywhere, without taking permission, in writing, from theEmployer and the Employer reserves right to grant or deny any such request.. If licenseagreements are necessary or appropriate between the Consultant and third parties forpurposes of development of any such computer programs, the Consultant shall obtainthe“Employer’spriorwrittenapprovaltosuchagreements,andthe“Employer”shallbeentitledat its discretion to require recovering the expenses related to the development of theprogram(s)concerned.3.9 Equipment, Vehicles and Materials Furnished by the “Employer”: Equipment,vehiclesandmaterialsmadeavailabletotheConsultantbythe“Employer”,orpurchasedbythe Consultant wholly or partly with funds provided by the “Employer”, shall be theproperty of the “Employer” and shall be marked accordingly. Upon termination orexpiration of this Contract, the Consultant shall make available to the “Employer” aninventoryofsuchequipment,vehiclesandmaterialsand shall dispose of such equipmentandmaterials inaccordancewith the “Employer’s instructions.Whileinpossessionofsuchequipment, vehicles and materials, the Consultant, unless otherwise instructed by the“Employer” in writing, shall insure them at the expense of the “Employer” in an amountequaltotheirfullreplacementvalue.3.10 Equipment and Materials provided by the Consultants:Equipment or materialsbroughtintotheGovernment’scountrybytheConsultantandthePersonnelandusedeitherfor the Project or personal use shall remain the property of the Consultant or thePersonnel concerned,asapplicable.4. CONSULTANTS’PERSONNELANDSUB‐CONSULTANTS4.1 General: The Consultant shall employ and provide such qualified and experiencedPersonnelandSub‐ConsultantsasarerequiredtocarryouttheServices.4.2 Description of Personnel: (a) t h e t itle , agreed job description, minimumqualificationandestimatedperiodofengagementinthecarryingoutoftheServicesofeach

107

oftheConsultant’sKeyPersonnelareaspertheconsultant’sproposalandaredescribedinAppendix C. If any of the Key Personnel has already been approved by the “Employer”,his/hernameislistedaswell.

(b) If required to comply with the provisions of Clause GC 3.1.1 hereof, adjustmentswithrespecttotheestimatedperiodsofengagementofKeyPersonnelsetforthinAppendixCmaybemade by the Consultant bywritten notice to the “Employer”, provided (i) thatsuch adjustments shall not alter the originally estimated period of engagement of anyindividualbymorethan10%oroneweek,whichever is larger, and (ii) that theaggregateof suchadjustments shallnot causepaymentsunderthisContracttoexceedtheceilingssetforthinClauseGC6.1(b)ofthisContract.Anyothersuchadjustmentsshallonlybemadewiththe“Employer’swrittenapproval.(c) If additionalwork is requiredbeyond the scope of theServices specified in AppendixA, the estimated periods of engagement of KeyPersonnel set forth in Appendix Cmaybeincreasedby agreement in writing between the “Employer” and the Consultant. In casewhere paymentsunderthisContractexceedtheceilingssetforthinClauseGC6.1(b)ofthisContract,thiswillbeexplicitlymentionedintheagreement.4.3 Approval of Personnel: The Key Personnel and Sub‐Consultants listed by title aswellasby name in Appendix C are hereby approved by the “Employer”. In respect ofotherPersonnelwhichtheConsultantproposestouseinthecarryingoutoftheServices,theConsultantshallsubmittothe“Employer”forreviewandapprovalacopyoftheirCurriculaVitae (CVs). If the “Employer” does not object in writing (stating the reasons for theobjection)withintwenty‐one(21) days from the date of receipt of such CVs, such Personnel shall be deemed to havebeenapprovedbythe“Employer”.4.4 Removal and/or Replacement of Personnel: (a) except as the “Employer” mayotherwiseagree, no changesshall bemade in thePersonnel. If, for anyreasonbeyond thereasonablecontrolof theConsultant, suchas retirement, death,medical incapacity, amongothers, itbecomesnecessarytoreplaceanyofthePersonnel,theConsultantshallforthwithprovideasareplacementapersonofequivalentorbetterqualifications.(b) Ifthe“Employer”(i)findsthatanyofthePersonnelhascommittedseriousmisconductor has been charged with having committed a criminal action, or (ii) has reasonablecause to be dissatisfied with the performance of any of the Personnel, then theConsultant shall, at the “Employer’s written request specifying the grounds therefore,forthwithprovideasareplacementapersonwithqualificationsandexperienceacceptabletothe“Employer”.

108

(c) AnyofthePersonnelprovidedasareplacementunderClauses(a)and(b)above,aswellas any reimbursable expenditures (including expenditures due to the number of eligibledependents)the Consultants maywish to claim as a result of such replacement, shall besubject to the prior written approval by the “Employer”. The rate of remunerationapplicabletoareplacementpersonwillbetherateofremunerationpaidtothereplacementperson.Also(i) theConsultantshallbearalladditionaltravelandothercostsarisingoutoforincidentaltoanyremovaland/orreplacement,and (ii) the remuneration to be paid forany of the Personnel provided as a replacement shall notexceedtheremunerationwhichwouldhavebeenpayabletothePersonnelreplaced.

4.5 ResidentProjectManager: If requiredby theSC, theConsultant shall ensure that at alltimes during the Consultant’s performance of the Services a resident project manager,acceptabletothe“Employer”,shalltakechargeoftheperformanceofsuchServices.5. OBLIGATIONSOFTHE“EMPLOYER”5.1 AssistanceandExemptions: Unless otherwise specified in the SC, the “Employer”shalluseitsbesteffortstoensurethattheGovernmentshall:(a) Provide the Consultant, Sub‐Consultants and Personnel with work permits and suchother documents as shall be necessary to enable the Consultant, Sub‐Consultants orPersonneltoperformtheServices.(b) Arrange for the Foreign Personnel to be provided promptly with all necessary entryand exitvisas, residence permits, exchange permits and any other documents requiredfor their stay inIndia.(c) Issuetoofficials, agentsandrepresentativesof theGovernmentall such instructionsasmaybenecessaryorappropriateforthepromptandeffectiveimplementationoftheServices.(d) Provide to theConsultant, Sub‐Consultants andPersonnel anysuchotherassistanceasmaybespecifiedintheSC.5.2 Change in the Applicable Law Related to Taxes and Duties:If, after the date ofthisContract, there is any change in the Applicable Laws of India with respect to taxesand duties, which are directly payable by the consultant for providing the services i.e.service taxoranysuchapplicable tax from time to time,which increasesordecreases thecost incurred by the Consultant in performing the Services, then the remuneration andreimbursableexpensesotherwisepayabletothe Consultant under this Contract shall beincreased or decreased accordingly by agreement between the Parties hereto, andcorresponding adjustments shall be made to the ceiling amounts specified in ClauseGC6.1(b).

109

5.3 Services,Facilitiesand Propertyofthe“Employer”:(a) The “Employer”shallmakeavailable to the Consultant and its Personnel, for the purposes of the Services and free ofany charge, the services, facilities and property described in Appendix E, at the timesand in themannerspecifiedinsaidAppendixE.(b) In case that such services, facilities and property shall not be made available to theConsultant as and when specified in Appendix E, the Parties shall agree on any timeextension that itmaybeappropriatetogranttotheConsultant fortheperformanceoftheServices.

5.4 Payment: In consideration of the Services performed by the Consultant under thisContract, the “Employer” shallmake to theConsultant suchpaymentsand in suchmannerasisprovidedbyClauseGC6ofthisContract.5.5 CounterpartPersonnel: (a) If necessary, the “Employer” shall make available to theConsultant free of charge such professional and support counterpart personnel, to benominatedbythe“Employer”withtheConsultant’sadvice,ifspecifiedinAppendixE.(b) Professional and support counterpart personnel, excluding “Employer’s liaisonpersonnel,shallworkundertheexclusivedirectionoftheConsultant.IfanymemberofthecounterpartpersonnelfailstoperformadequatelyanyworkassignedtosuchmemberbytheConsultant that is consistentwith the position occupied by such member, the Consultantmay request the replacement of suchmember,andthe“Employer”shallnotunreasonablyrefusetoactuponsuchrequest.6. PAYMENTSTOTHECONSULTANT6.1 TotalCostof the Services (a) the total cost of the Services payable is set forth inAppendixDaspertheconsultant’sproposaltotheEmployerandasnegotiatedthereafter.(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to Clause GC6.1(c),paymentsunderthisContractshallnotexceedtheamountspecifiedinAppendix‐D.(c) NotwithstandingClauseGC6.1(b)hereof, ifpursuanttoanyoftheClausesGC4.2(c)or5.2hereof,thePartiesshallagreethatadditionalpaymentsshallbemadetotheConsultantin order to cover any necessary additional expenditures not envisaged in the costestimates referred to inClauseGC6.1(a)above,theceilingorceilings,asthecasemaybe,set forth inClauseGC6.1(b)above shall be increased by the amount or amounts, as thecasemaybe,ofanysuchadditionalpayments.6.2 Currency of Payment: All payments shall be made in Indian Rupees. [In case thepayment is to be made in the currency other that Indian Rupees, the same shall be

110

mentioned insteadofIndianRupees]6.3 Terms of Payment: The payments in respect of the Services shall be made as

follows:(a) The consultant shall submit the invoice for paymentwhen thepayment is due aspertheagreedterms.ThepaymentshallbereleasedaspertheworkrelatedmilestonesachievedandasperthespecifiedpercentageasperSC13.

(b) Once amilestone is completed, the consultant shall submit the requisite deliverablesas specified in this Contract. The Employer shall release the requisite payment uponacceptanceofthedeliverables. However, if the Employer fails to intimate acceptance ofthe deliverables or its objections thereto, within 30 days of receipt of it, the Employershallreleasethepaymenttotheconsultantwithoutfurtherdelay.(c) FinalPayment: The final payment as specified in SC 13 shall bemadeonly after thefinal report and a final statement, identified as such, shall have been submitted by theConsultant andapproved as satisfactoryby the “Employer”. The Services shall be deemedcompleted and finallyacceptedbythe “Employer” and the final reportand final statementshallbedeemedapprovedbythe“Employer”assatisfactoryninety(90)calendardaysafterreceipt of the final report and final statement by the “Employer” unless the “Employer”,within such ninety (90) day period, giveswritten notice to the Consultant specifying indetaildeficiencies intheServices, thefinalreportorfinal statement. The Consultant shallthereupon promptlymake any necessary corrections, andthereaftertheforegoingprocessshall be repeated. Any amount, which the “Employer” has paid or caused to be paid inaccordancewith this Clause in excess of the amounts actually payable inaccordance withthe provisions of this Contract, shall be reimbursed by the Consultant to the“Employer”within thirty (30) days after receipt by the Consultant of notice thereof. Any suchclaimby the “Employer” for reimbursementmust bemadewithin twelve (12) calendarmonthsafter receipt by the “Employer” of a final report and a final statement approved by the“Employer”inaccordancewiththeabove.(d) ForthepurposeofpaymentunderClause6.3(b)above,acceptancemeans;acceptanceofthedeliverablesbytheEmployerafter submissionby the consultant and the consultanthasmadepresentation to the CMC / Employer (Mention this if presentation is required)with / without modifications to be communicated in writing by the Employer to theconsultant.(e) If the deliverables submitted by the consultant are not acceptable to the Employer /CMC,reasonsforsuchnon‐acceptanceshouldberecordedinwriting;theEmployershallnotrelease thepayment due to the consultant. This is without prejudicing the Employer’s

111

right to levy any liquidated damages under clause 9. In such case, the payment will bereleased to the consultantonlyafteritre‐submitsthedeliverableandwhichisacceptedbytheEmployer.(f) All payments under this Contract shall be made to the accounts of the ConsultantspecifiedintheSC.(g) With the exception of the final payment under (c) above, payments do notconstitute acceptance of the Services nor relieve the Consultant of any obligationshereunder, unless theacceptancehasbeencommunicatedbytheEmployertotheconsultantin writing and the consultant has made necessary changes as per the comments /suggestionsoftheEmployercommunicatedtotheConsultant.

(h) Incaseofearlyterminationofthecontract,thepaymentshallbemadetotheconsultantas mentioned here with: (i) Assessment should be made about work done from thepreviousmilestone, for which the payment is made or to be made till the date of thetermination. Theconsultantshallprovidethedetailsofpersonsreasonablyworkedduringthis period withsupporting documents. Based on such details, the remuneration shall becalculated based on themanmonth rate as specified. (ii) A reasonable assessment of thereimbursable andmiscellaneousexpensesshall bemadebasedondetails furnishedbytheconsultant in this regardwithsupportingdocuments and based on the assessment of thework done and the respective rates as provided.Whereversuchanassessmentisdifficult,theratesshouldbearrivedatbycalculatingtheamountonpro‐ratabasis.Thetotalamountpayableshallbetheamountcalculatedasper(i)and(ii)aboveplusanyapplicabletax.7. FAIRNESSANDGOODFAITH7.1 Good Faith: The Parties undertake to act in good faith with respect to each other’srightsunderthisContractandtoadoptallreasonablemeasurestoensuretherealizationoftheobjectivesofthisContract.7.2 Operation of the Contract: The Parties recognize that it is impractical in thisContract toprovide for every contingencywhichmayariseduring the lifeof theContract,and the Partiesherebyagreethatit istheir intentionthatthisContractshalloperatefairlyas between them, andwithout detriment to the interest of either of them, and that, ifduring the term of this Contract either Party believes that this Contract is operatingunfairly,thePartieswillusetheirbesteffortstoagreeonsuchactionasmaybenecessarytoremove the cause or causes of such unfairness, but no failure to agree on any actionpursuant to this Clause shall give rise to a dispute subject toarbitrationinaccordancewithClauseGC8hereof.

112

8. SETTLEMENTOFDISPUTES8.1 Amicable Settlement: Performance of the contract is governed by the terms &conditions of the contract, in case of dispute arises between the parties regarding anymatter under the contract, either Party of the contract may send a written Notice ofDispute to the other party. The Party receiving the Notice of Dispute will consider theNoticeandrespondtoitinwritingwithin30daysafterreceipt.Ifthatpartyfailstorespondwithin 30 days, or the dispute cannot be amicably settled within 60 days following theresponseofthatparty,clauseGC8.2shallbecomeapplicable.

8.2 Arbitration: In the case of dispute arising upon or in relation to or in connectionwith the contract between the Employer and the Consultant, which has not been settledamicably, anyparty can refer the dispute for Arbitration under (Indian) Arbitration andConciliationAct,1996.SuchdisputesshallbereferredtoanArbitralTribunalconsistingof3(three) arbitrators, one each to be appointed by the Employer and the Consultant, thethird arbitrator shall be chosen by the two arbitrators so appointed by the parties andshallactasPresidingArbitrator. Incaseoffailureofthetwo arbitrators, appointed by theparties to reach a consensus regarding the appointment of the third arbitratorwithin aperiod of 30 days from the date of appointment of the two arbitrators, the Presidingarbitrator shall be appointed by the Secretary of the Ministry / Department. TheArbitration and Conciliation Act, 1996 and any statutory modification or re‐enactmentthereof,shallapplytothesearbitrationproceedings.8.3. Arbitration proceedings shall be held in India at the place indicated in SC and thelanguage of the arbitration proceedings and that of all documents and communicationsbetweenthepartiesshallbeEnglish.8.4 The decision of the majority of arbitrators shall be final and binding upon bothparties. The expenses of the arbitrators as determined by the arbitrators shall be sharedequallybytheEmployerandtheConsultant.However,theexpenses incurredbyeachpartyin connectionwith thepreparation, presentation shall be borne by the party itself. Allarbitration awards shall be inwritingandshallstatethereasonsfortheaward.9. LiquidatedDamages9.1 Thepartiesherebyagreethatduetonegligenceofactofanyparty,iftheotherpartysuffers losses, damages the quantification of which may be difficult, and hence theamount specifiedhereundershallbeconstruedasreasonableestimateofthedamagesandboth the parties agree to pay such liquidated damages, as defined hereunder as per theprovisionsofthisContract.

113

9.2 Theamountof liquidateddamagesunderthisContractshallnotexceed10%ofthetotalvalueofthecontractasspecifiedinAppendixD.9.3 Theliquidateddamagesshallbeapplicableunderfollowingcircumstances:(a) If the deliverables are not submitted as per schedule as specified in SC 13, theConsultantshallbeliabletopay1%ofthetotalcostoftheservicesfordelayofeachweekorpartthereof.(b) If the deliverables are not acceptable to theEmployer asmentioned in Clause6.3 (f),and defects are not rectified to the satisfaction of the Employer within 30 days of thereceipt of thenotice, theConsultant shall be liable for LiquidatedDamages for anamountequalto0.05%oftotalcostoftheservicesforeveryweekorpartthereofforthedelay.10. Miscellaneousprovisions:(i) “Nothing contained in this Contract shall be construed as establishing or creatingbetweentheParties,arelationshipofmasterandservantorprincipalandagent.(ii) Any failure or delay on the part of any Party to exercise right or power under thisContractshallnotoperateaswaiverthereof.(iii) The Consultant shall notify the Employer of any material change in their status, inparticular, where such change would impact on performance of obligations under thisContract.

(iv) Each constituent of the Consultant, in case of a consortium, shall be jointly andseverally liable to and responsible for all obligations towards the Employer forperformance ofworks/services including thatof itsAssociates/SubContractorsunder theContract.(v) TheConsultantshallatalltimesindemnifyandkeepindemnifiedtheEmployeragainstallclaims/damagesetc.foranyinfringementofanyIntellectualPropertyRights(IPR)whileprovidingitsservicesundertheProject.(vi) TheConsultantshallatalltimesindemnifyandkeepindemnifiedtheEmployeragainstanyclaims in respect of any damages or compensation payable in consequences of anyaccident orinjury sustained or suffered by its (the Consultant’s) employees or agents orby any other third Party resulting from or by any action, omission or operationconducted byor onbehalf of theConsultant.(vii) TheConsultantshallatalltimesindemnifyandkeepindemnifiedtheEmployeragainstany and all claims by Employees, Workman, Contractors, sub‐contractors, suppliers,agent(s),employed engagedor otherwiseworking for theConsultant, in respectofwages,

114

salaries,remuneration,compensationorthelike.(viii) All claims regarding indemnity shall survive the termination or expiry of the

Contract.

(ix) It is acknowledged and agreed by all Parties that there is no representation of anytype, implied or otherwise, of any absorption, regularization, continued engagement orconcession or preference for employment of persons engaged by the Consultant for anyengagement, service or employment in any capacity in any office or establishment of theGovernmentofIndia/StateortheEmployer.11. PerformanceSecurityThePerformanceSecurityshallbeprovidedtotheEmployernolaterthanthedatespecifiedin the Contract and shall be issued in an amount specified in the SCC, by a bankacceptable to the Employer, and denominated in the types and proportions of thecurrencies inwhich the totalcostofservicesispayable.ThePerformanceSecurityshallbevaliduntiladate28daysfromthedateofissueoftheCertificateofCompletioninthecaseofabankguarantee.

115

III. SpecialConditionsofContract:

SCClauseRef.OfGC

Clause

Amendmentsof,andSupplementsto,ClausesintheGeneralConditionsofContract

1

1.5

Theaddresses are: “Employer”:…………Attention:Mr…….Facsimile:…………

“Consultant”:Attention:

Facsimile:

2

1.7

{LeadPartner is [insert name of member]}Note: If theConsultant consists of a joint venture/ consortium/association of more than one entity, the name of the entitywhoseaddress is specified in Clause SC 1.6 should be insertedhere. If theConsultantconsistsonlyofoneentity, thisClauseSC1.8shouldbedeletedfromtheSC.

3

1.8

TheAuthorizedRepresentativesare:

Forthe“Employer”:CEO,SaharanpurSmartCity

LimitedFortheConsultant:

4

1.9

(a) The client shall reimburse Service Tax payable in India asperApplicable Law. The consultant shall register itself for servicetax with appropriate authority in India & shall provide theregistrationnumbertotheclient.b) Taxwill be deducted at source as per the prevailing IncomeTaxRules.

5 1.10.3 NotApplicable

6

2.1

Theeffectiveness conditions are the following: ApprovalofthecontractbytheEmployer Appropriatesecurityforadvancepaymentacceptabletothe“Employer”

Anyunforeseenreasonforcingclosureoftheprogrammebeforeeffectiveness of the contract.

116

SCClauseRef.OfGC

Clause

Amendmentsof,andSupplementsto,ClausesintheGeneralConditionsofContract

7 2.2 Thetimeperiodshallbeonemonth

8 2.3 Thetimeperiodshallbe15days

9 2.4 Thetimeperiodshallbe36Months

10

3.4LimitationoftheConsultants’Liabilitytowardsthe“Employer”(i)TheceilingonConsultant’sliabilitiesshallbelimitedto(a)

totalcost,or(b)theproceedstheConsultantmaybeentitledtoreceivefromanyinsurancemaintainedbytheconsultantstosuchliabilitieswhicheverof(a)or(b)ishigher.

11 3.5

Therisksand the insurance coverage shall be asfollows:

a.) Third Party motor vehicle liability insurance as required underIndia’s Motor Vehicles Act, 1988, by the Consultant or itsPersonnel or anySub‐Consultants or their Personnel for theperiodof consultancy;

b.) ThirdPartyliability insurance,with a minimumcoverageof[insertamountandcurrency];c.) Professional liability insurance, with a minimum coverage

equal to estimated remuneration and reimbursable as per3.4ofSCoftheconsultancy;

d.) Employer’s liabilityandWorkers’compensation insurance inrespect of the Personnel of the Consultant and of any Sub‐Consultants, in accordance with the relevant provisions oftheApplicable Laws of India, as well as, with respect tosuchPersonnel,anysuchlife,health,accident,travelorotherinsuranceasmaybeappropriate;and

e.) Insurance against loss of or damage to (i) equipmentpurchased in whole or in part with funds provided underthis Contract, (ii) the Consultant’s property used in theperformance of the Services, and (iii) any documentsprepared by the Consultant in the performance of theServices,bytheft,fireoranynaturalcalamity.

f.) Anyotherlaw/ruleasapplicableinIndia.

117

SCClauseRef.OfGC

Clause

Amendmentsof,andSupplementsto,ClausesintheGeneralConditionsofContract

12 4.4

Pursuant to clause 4.4 of GCC if an expert is replaced by theconsultantduringtheimplementationofcontract.Forthereasonsbeyondthereasonablecontroloftheconsultant.Consultantshallsubmit original certificates from the concerned expert citingreasons for his/her unavailability for the assignment. If theemployer is not satisfied with the reason submitted byConsultant,theConsultantshallbeliabletopayapenaltyof8%oftheremunerationofconcernedexpertforeveryreplacement.

13. 4.6 Notapplicable14 6.1(b) Theceilingin local currency is: [insertamountandcurrency]

15 6.3

10%oftheContractValuewillbepaidasmobilizationadvance,ifsodesired,onsubmissionofbankguaranteeoftheamountequalto110%oftheadvancesoughtbytheConsultant.The First instalment of recovery shall be effected form eachrunning bill paid immediately following the payment ofmobilisationadvanceandthelastinstalmentoftherecoveryshallbeaffectedduringthethirdmonthprecedingthemonthinwhichthe due date of completion falls. The various instalments ofrecoveryshallbeofequalamounts.ForTimeBasedcomponents:ForTask1andTask3:On Time based as mentioned in Appendix A, Description ofServicesanddescribedbelow:(i) Remuneration of Personnel as indicated in Financialproposal submission Form Fin 3, and as agreed duringNegotiations, will be reimbursed on monthly basis as per thiscontractaccordingtotheagreedworkplan.(ii) Payment for Reimbursable Expenses as indicated inFinancial proposal submission Form Fin 4, be reimbursed onactual/andasagreedduringNegotiationsandasperAppendixofFinancialProposal–Section4(iii) Payment for Provisional Sum as per Appendix of FinancialProposal–Section4ForLumpSumcomponent:ForTask2:BasedonprorataonachievementofdeliverablesasmentionedinAppendixA,DescriptionofServices.

118

SCClause Ref.OfGC

Amendments of, and Supplements to, ClausesintheGeneralConditionsofContract

16 8.3 TheArbitrationproceedingsshalltakeplaceinSaharanpurinIndia.

17 11 ThePerformance Security amount is 10%of theContractvalue.BindingsignatureofEmployerSignedby

BindingsignatureofConsultantSignedby (for andon behalfof dulyauthorizedvideResolutionNo dated oftheBoardofDirectorsof )

Inthepresenceof(Witnesses)

1.

2.

119

IV. Appendices

120

APPENDIXA–DESCRIPTIONOFSERVICES

Note: This Appendix will include the final Terms of Reference worked out by the“Employer” and the Consultants during technical negotiations, dates for completion ofvarious tasks, place of performance for different tasks/activities, specifictasks/activities/outcome to bereviewed,testedandapprovedby“Employer”,etc.APPENDIXB‐REPORTINGREQUIREMENTS

Note: List format, frequency, and contentsof reports; persons to receive them;datesofsubmission;etc.Ifnoreportsaretobesubmitted,statehere“Notapplicable.”

APPENDIXC–STAFFINGSCHEDULE(Include here the agreed (negotiated staffing schedule including the engagement ofsub‐contractors,ifany)

APPENDIXD–TotalCOSTOFSERVICESIN(Include here the rates quoted in the financial proposal or the negotiated rates,whichever isapplicable)

APPENDIXE‐DUTIESOFTHE“EMPLOYER”(IncludeherethelistofServices,facilitiesandpropertytobemadeavailabletotheConsultantbythe“Employer”).

121

AppendixF

EarnestmoneyDeposit

26.BankGuarantee

1- ...............................................................Bank'sNameandAddressofIssuingBranchorOffice.2- ......................................................................3- .......................................................................Beneficiary:.............................................

NameandAddressofEmployer........................................................4- ..........................................................................................................................................5- ............................................................................................................................................

Date:............................................6- 7- ................................................................................................................................................

EMDNo.:.......................................................................................8- .........................................................................................................................................................9- Wehavebeeninformedthat…………………………………………………….NameoftheConsultant

………………………………………………………….. (hereinafter called "the Consultant") hasSubmittedtoyouitsbiddated…………………………………..(hereinaftercalled"theBid”)forProject Management Consultancy services of [ Insert executing Agency] underinvitationforBidNo....................("theIFB").

10- Furthermore,WeUnderstandthat,accordingtoyourcondition,bidsmustbesupportedbyabidguarantee.

11- At the Request of the Consultant we ....................................name of Bank ................. herebyirrevocablyundertaketopayyouanysumorsumsnotexceedingintotalanamountof................... amount in figures ............................. ( ............... amount in words ............ ) uponreceipt by us of your first demand in writing accompanied by a written statementStatingthattheConsultantis inbreachofitsObligations(S)underthebidConditions,becausetheConsultant.

V.WithdrawtheProposalduringthevalidityperiodoranyextensionagreedbytheconsultant.

VI.hasvariedormodifiedinamannernotacceptabletotheEmployerafteropeningofProposalduringthevalidityperiodoranyextensionthereof.

VII.triestoinfluencetheevaluationprocess.VII.EvaluatedasFirstrankedwithdrawshisProposalduringnegotiations(failuretoarriveatconsensusbyboththepartiesshallnotbeconstructedaswithdrawalofproposalbytheconsultant).

12- Thisguaranteewillexpire:(a) iftheConsultantisthesuccessfulConsultant.Uponourreceipt of copies of the Contract Agreement signed by the Consultant and theperformancesecurityissuedtoyouupontheinstructionoftheConsultant:and(b)ifthe

122

ConsultantisnotthesuccessfulConsultant,upontheearlierof(i)ourreceiptcopyyournotificationtotheConsultantofthenameofSuccessfulConsultant:or(ii)twenty‐eightdaysafterextensionoftheConsultant'sbid.

13- Consequentlyanydemandforpaymentunderthisguaranteemustbereceivedbyusattheofficeonorbeforethatdate.

14- ThisguaranteeissubjecttotheUniformRulesforDemandGuarantees.ICCPublicationNo.458.

15- 16- ......................................Bank'ssealandauthrizedsignature(s)...................................

123

AppendixG

CertificateofSatisfactoryPerformance

ToWhomsoeverIfMayConcern

1. This is Certify that ‐‐‐‐‐‐‐‐‐‐‐‐Name of the Consultant ‐‐‐‐‐‐‐(hereinafter called ”the

Consultant”) had submitted bid dated‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐(hereinafter called “the Bid”) For

ProjectManagementConsultancyServicesof …………[ InsertexecutingAgency] ……….

UnderInvitationforBidsNo‐‐‐‐‐‐‐‐‐‐‐(“TheIFB”)AndSuccessfullySignedthecontract

dated____________With[InsertexecutingAgency].Sincethentotilldatetheperformance

ofthe‐‐‐‐‐‐‐‐‐‐‐‐Nameoftheconsultantisfoundsatisfactoryandgood.

2. The scope of work envisaged overall project Management of Smart City Projects.

Including Designing developing, Managing and implanting smart city projects

indentifiedbythecityonthefollowingtwooutputs:

(i) Output1:AreaBasedDevelopment

(ii) Output2:Pan‐citySolution

3.Hencewecertifythattheperformanceof‐‐‐‐‐‐‐‐‐Nameoftheconsultant‐‐‐‐‐‐‐‐‐tillnowis

foundsatisfactory.

Place:

Date:

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

(SealandsignatureofAuthorizedSignatory)