0% found this document useful (0 votes)
352 views81 pages

Smart City Incubation Centre RFP

This document announces a request for proposals from agencies to setup and manage an incubation center under Sagar Smart City Limited in Madhya Pradesh, India. Key details include: - Proposals are invited for a 4 month implementation period to setup the center, followed by 60 months of operation and management. - The pre-bid meeting will be held on September 28, 2020 and queries must be submitted by September 30, 2020. Proposals must be submitted by October 19, 2020. - An Earnest Money Deposit of 4.47 lakh Indian rupees must be paid, and the bidding document fee is 20,000 rupees plus applicable taxes. - Proposals

Uploaded by

Sreeniketh Chiku
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
352 views81 pages

Smart City Incubation Centre RFP

This document announces a request for proposals from agencies to setup and manage an incubation center under Sagar Smart City Limited in Madhya Pradesh, India. Key details include: - Proposals are invited for a 4 month implementation period to setup the center, followed by 60 months of operation and management. - The pre-bid meeting will be held on September 28, 2020 and queries must be submitted by September 30, 2020. Proposals must be submitted by October 19, 2020. - An Earnest Money Deposit of 4.47 lakh Indian rupees must be paid, and the bidding document fee is 20,000 rupees plus applicable taxes. - Proposals

Uploaded by

Sreeniketh Chiku
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Sagar Smart City Limited

Request for Proposal


Selection of an Agency to Setup & Manage an
Incubation Centre under Smart Cities Mission

Sagar Smart City Limited,


Sagar Smart City Office
2nd Floor, ICCC Building,
New Collectorate Premises,
Sagar, Madhya Pradesh-470002
Phone: 07582-242850
Email: [email protected]
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

OFFICE OF THE SAGAR SMART CITY LTD. SAGAR


Notice Inviting Tenders (NIT)
NIT No- Date:

Sagar Smart City Ltd., Sagar invites Bids from eligible Bidders for the Project/Work(s) detailed in the following
table. The Bidders shall submit Bids on “Item Rate for all of the following Project/Work(s):

Earnest Completion/ Operation, Total Time


S. Work Money Implementation Maintenance Period
No. Deposit Period and
(EMD) in Rs. (months) Management
Period
(months)
1 Selection of an Agency to
Setup & Manage an 4 Month
4,47,200/- 60 Month 64 Months
Incubation Centre under (120 Days)
Smart Cities Mission

 Detailed NIT & Bid Documents can be seen at the website https://mptenders.gov in and can be
downloaded from the same.

 The Bid Documents can be purchased only online from 18/09/2020 on 09:00 Hrs. to 19/10/2020 on
17:00 Hrs.

 Any subsequent addendum/ corrigendum shall be published only at website https://mptenders.gov.in

SAGAR SMART CITY LIMITED i


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Notice inviting online bids for ‘Selection of an Agency to Setup & Manage an Incubation Centre under
Smart Cities Mission’

Chief Executive Officer (CEO), Sagar Smart City Ltd. Invites Bids from eligible Bidders on “Item Rate Basis”
for all of the following Project/Work(s) given in the table below:
Name & Address of the Procuring Entity Chief Executive Officer,
Sagar Smart City Limited, Sagar Smart City Office, 2nd
Floor, ICCC Building, New Collectorate Premises, Sagar,
Madhya Pradesh-470002
Subject Matter of Procurement Selection of an Agency to Setup & Manage an Incubation
Centre under Smart Cities Mission
Period of completion/ Implementation of 4 Months (120 Days)
physical work
Operation and Management of an 60 Months
Incubation Centre at Sagar
Bid Procedure Three Part (envelope) open competitive e-Bid procedure on
Item Rate Basis at https://mptenders.gov.in
Bid Evaluation Criteria (Selection Method) Least Cost in Bid selection
Eligibility Criteria As detailed in RFP
Websites for downloading Bidding https://mptenders.gov.in
Document
Fees Bidding document fee (Non-Refundable): Rs. 20,000 + GST
(Twenty Thousand Only) should be paid online through e-
procurement portal https://mptenders.gov.in
Earnest Money Deposit(EMD) and Mode of 4,47,200/- (Rupees Four Lakh and Forty Seven Thousand
Payment Two Hundred Only)
Mode of Payment: Online Payment through
https://mptenders.gov.in
Period of on-line availability of Bidding Start Date: - 18/09/2020, 09.00 Hrs.
Documents (Start/End Date)
End Date: - 19/10/2020, 17.00 Hrs.
Pre-bid Meeting 28/09/2020 15.30 Hrs (Refer Clause no 4.1 for detail)
Pre-bid Queries The queries regarding this RFP document can be mailed to
[email protected] before 30/09/2020 up to
23:59 Hrs.
Manner, Start Date for submission of Bids 18/09/2020 , from 09.00 Hrs
Last Date for submission of Online Bids 19/10/2020 up to 17.00 Hrs
Date and time of Technical Bid Opening 21/10/2020 after 15.00 Hrs
Date/Time/Place of Financial Bid Opening Will be intimated later by SSCL to bidders
Bid Validity 180 days

SAGAR SMART CITY LIMITED ii


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Note:
1. Bidders (authorized signatory) shall submit their offer on-line in Electronic formats both for
technical and financial proposal. However, the Technical Bid should be submitted physically in
original at the office of Sagar Smart City Limited, Sagar by date and time mentioned as prescribed
in bid document and scanned copy of same should also be uploaded online along with the technical
Bid/cover.
2. Any subsequent addendum/corrigendum shall be published only at the website
https://mptenders.gov.in and will not be published in newspapers. In case there is a holiday on the
day of opening of bids, activities assigned on that date shall be carried out on the next working day.
3. Before electronically submitting the bids, it should be ensured that all the bid documents including
conditions of contract are digitally signed by the bidder.
4. Department will not be responsible for delay in online submission due to any reason. For this,
bidders are requested to upload the complete bid well advance in time so as to avoid technical and last
minute issues like slow speed; chocking of website due to heavy load or any other unforeseen
problems.
5. The procuring entity reserves the sole right to cancel the bid process and reject any or all of the Bids
without assigning any reason.
6. Procurement entity disclaims any factual/ or other errors in the bidding document (The onus is purely
on the individual bidders to verify such information) and the information provided therein are intended
only to help the bidders to prepare a bid-proposal.

7. No conditional bids shall be accepted, and such bids shall be summarily rejected forthwith.

SAGAR SMART CITY LIMITED iii


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

DISCLAIMER
This request for proposal (RFP) contains brief information about the Project, Qualification Requirements,
Eligibility Criteria and the Selection process for the successful bidder. The purpose of this RFP documents
is to provide bidders with information to assist in the formulation of their proposal ('Proposal').
The information ('Information') contained in this RFP document or subsequently provided to interested
parties (the bidder(s)), in writing by or on behalf of Sagar Smart City Limited (SSCL) is provided to
Bidder(s) on the terms and conditions set out in this RFP documents and any other terms and conditions
subject to which such information is provided. This RFP document does not purport to contain all their
information each Bidder may require. This RFP document may not be appropriate for all persons, and it
is not possible for SSCL, their employees or advisors to consider the investment objectives, financial
situation and particular needs of each party who reads or uses this RFP document. Certain Bidders may
have a better knowledge of the proposed Project than others. Each Bidder should conduct its own
investigations and analysis and should check the accuracy, reliability and completeness of the information
in this RFP document and obtain independent advice from appropriate sources.
SSCL, their employees and advisors make no representation or warranty and shall incur no liability under
any law, statute, rules or regulations as to the accuracy; reliability or completeness of the RFP document
and information provided here under is only to the best of the knowledge of SSCL.
Intimation of discrepancies in the RFP, if any, should be given to the office of the SSCL immediately by
the Bidder. If SSCL receives no written communication, it shall be deemed that the Bidders are satisfied
that the RFP document is complete in all respects.
This RFP, along with its Annexures, is not transferable and will be issued only to the interested Bidding
entity. The RFP and the information contained therein are to be used only by the person to whom it is
issued. It may not be copied or distributed by the recipient to third parties (other than in confidence to the
recipient's professional advisors). In the event that the recipient does not continue with its involvement in
the Project in accordance with this RFP, this RFP must be kept confidential.
This RFP document is not an agreement and is not an offer or invitation by SSCL to any other party. The
terms on which the Project is to be developed and the right of the successful bidder shall be as set out in
separate agreement contained herein. SSCL reserves the right to accept or reject any or all proposals
without giving any reasons thereof. SSCL will not entertain any claim for expenses in relation to the
preparation of RFP submissions.
Neither Sagar Smart City Limited , nor its employees and advisors/consultants will have any liability to
any Bidder or any other person under the law of contract, tort, the principles of restitution or unjust
enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered
in connection with anything contained in this RFP, any matter deemed to form part of this RFP, the award
of the Project, the information supplied by or on behalf of SSCL or its employees, any
advisors/consultants or otherwise arising in any way from the selection process for the said Project.
The purchaser of the RFP shall be deemed to have confirmed that the Bidders are fully satisfied with the
process of evaluation of the Response and the SSCL's decision regarding the qualification or
disqualification or short listing of the Bidders. The Bidders hereby expressly waive any and all objections
or claims in respect thereof. This RFP may be withdrawn or cancelled by SSCL at any time without
assigning any reasons thereof. SSCL further reserves the right, at its complete discretion to reject any or
all of the Bids without assigning any reasons whatsoever.

SAGAR SMART CITY LIMITED iv


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Contents
Volume 1 ...................................................................................................................................1
1. INTRODUCTION AND GENERAL INSTRUCTION ......................................................................1
1.1 Introduction ................................................................................................................................... 1
1.2 General Instructions ...................................................................................................................... 1
2. SCOPE OF WORK .................................................................................................................3
2.1 Scope of work of Bidder ................................................................................................................ 3
2.2 General Terms and Conditions Contract .................................................................................... 15
2.3 Payment Terms............................................................................................................................ 16
2.4 Eligibility Criteria ......................................................................................................................... 16
2.5 Validity of Bids ............................................................................................................................. 21
2.6 Rejection of Bids .......................................................................................................................... 21
3. EXECUTION OF WORK........................................................................................................ 22
3.1 Transfer of Project Work ............................................................................................................. 22
3.2 Time Allowed for Project Execution ........................................................................................... 22
3.3 Safety and Security Measures..................................................................................................... 22
3.4 Penalty ......................................................................................................................................... 23
3.5 Alteration and Renovations ........................................................................................................ 23
3.6 Change in the Quantities............................................................................................................. 23
3.7 Payment in Case of Change in the Quantities ............................................................................ 23
3.8 Advance Payment........................................................................................................................ 24
3.9 Defect Liability Period ................................................................................................................. 24
4. TENDERING PROCEDURE AND SCHEDULE ........................................................................... 24
4.1 Pre-Bid Meeting........................................................................................................................... 24
4.2 Amendment of RFP ..................................................................................................................... 25
4.3 Preparation and Submission of Proposal ................................................................................... 25
4.4 Earnest Money Deposit (EMD).................................................................................................... 26
4.5 Language and Currency of the Bids ............................................................................................ 27
4.6 Sealing and Marking of Proposals .............................................................................................. 27
4.7 Modification and Withdrawal of Proposals ............................................................................... 28
4.8 Opening of Bids ........................................................................................................................... 28
4.9 Evaluation of Proposals/ Bids ..................................................................................................... 28
4.10 Confidentiality ............................................................................................................................. 30
4.11 Acceptance of the Offer/Award of Contract .............................................................................. 30
4.12 Performance Security & Security Deposit .................................................................................. 31
4.13 Termination of Contract .............................................................................................................. 31
4.14 Settlement of Disputes & Arbitration......................................................................................... 32
4.15 Severability .................................................................................................................................. 33

SAGAR SMART CITY LIMITED v


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

4.16 Term and Extension of the Contract ........................................................................................... 33


4.17 Notices ......................................................................................................................................... 33
4.18 Deliverables, Payment Terms ..................................................................................................... 34
4.19 Procedure for Monitoring & Review of the Assignment ........................................................... 35
4.20 SLAs and Penalties ....................................................................................................................... 35
4.21 Insurance ..................................................................................................................................... 36
4.22 Obligations of the Parties ........................................................................................................... 36
Annexure 1 - LETTER OF PROPOSAL AND INTEREST .......................................................................... 38
Annexure 2- GENERAL INFORMATION OF THE BIDDER ..................................................................... 40
Annexure 3 - FORMAT FOR TECHNICAL CRITERIA OF BIDDER ........................................................... 41
Annexure 4 - FORMAT FOR FINANCIAL CAPABILITY OF BIDDER ........................................................ 42
Annexure 5 – UNDERTAKING FOR MANPOWER DEPLOYMENT ........................................................ 43
Annexure 6 - FORMAT FOR FINANCIAL PROPOSAL ........................................................................... 44
Annexure 7 A- FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL .......................... 46
Annexure 7B - FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF JOINT
VENTURE/CONSORTIUM .................................................................................................................... 47
Annexure 7C - FORMAT FOR JOINT BIDDING AGREEMENT FOR JOINT VENTURE/CONSORTIUM .... 49
Annexure 8 - AFFIDAVIT CERTIFYING THAT THE BIDDER IS NOT BLACK LISTED /DEBARRED ............ 52
Annexure 9 – THE PROJECT SITE ........................................................................................................ 53
Annexure 10- COMPLIANCE WITH THE CODE OF INTEGRITY AND NO CONFLICT OF INTEREST ....... 54
Annexure 11- DECLARATION REGARDING QUALIFICATION .............................................................. 56
Annexure 12- FORMAT FOR PERFORMANCE BANK GUARANTEE ..................................................... 57
Annexure 13- Bill of Quantities .......................................................................................................... 58
Annexure 14- Contract Agreement .................................................................................................... 59
Annexure 15 – Deleted ...................................................................................................................... 61
Annexure 16 – List of Items and Manpower ..................................................................................... 62

SAGAR SMART CITY LIMITED vi


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

DEFINITIONS
In absence of availability of definitions in the foregoing references, the capitalized terms shall be
interpreted in accordance with the Government of India Guideline or any other relevant law, rule or
regulation prevalent in India, as amended or re-enacted from time to time, in that order;
"Bid" shall mean Technical Bid and Financial Bid submitted by the Bidders, in response to this RFP, in
accordance with the terms and conditions thereof;
"Bidder" for the purpose of the RFP, shall mean „Bidding Entity' (including its permitted successors and
legal assigns subject to fulfilment to conditions given in 'RFP') which meets the Qualification
Requirements/Eligibility Criteria as specified in the 'RFP 'and has been allowed by SSCL based on its
Response to 'RFP' for submission of Bid.
"Bidding Company" for the purpose of the RFP, shall refer to such single person/ company/ firm etc.
(including its permitted successors and legal assigns subject to fulfilment of conditions as given in 'RFP')
which meets the Qualification Requirements/eligibility criteria for submission of Bid;
"Bidding Guidelines" shall mean the procedure methodology/prescribed herewith in RFP for calling the
proposal, selection and finalization of successful bidder for carrying out agreement for execution of the
project;
"Bid Deadline" shall mean the last date and time for submission of proposal in response to this RFP,
specified herewith;
"Bid Price” shall mean the sum total of Rates quoted by the Bidder in respect of each line item mentioned
in the BOQ provided. Rates as mentioned herein shall mean the price of each line item multiplied by
number of units of a line item.
“Contract Period” shall mean entire period of Project commencing from the date of issuance of LoA and
ending on the date of the completion of certified by the SSCL and shall include the completion/
implementation period; and it can be extended based on the site situations after the mutual understanding
of Successful Bidder and Authority.
"Performance Security" shall have the meaning as the interest free Performance Security equivalent to
10% (Ten Percent) of total awarded amount for the Project, in the form of an irrevocable & unconditional
Bank Guarantee from a Scheduled Bank in the Prescribed format given herein and has to be submitted
within Fifteen Days (15) from the day of issue of LoA, with the validity up to 180 days beyond the end of
the Contract Period.
"Evaluation Committee" shall mean the Procurement Committee of SSCL or sub-committee constituted
by Executive Director for carrying out the evaluation of Technical Bid of the bidders as per the details
elaborated in the RFP
"Financial Bid" shall mean, the Bidder's Financial Quote on Item Rate basis of Estimated Project Cost,
including the all Charges as defined herein the RFP.
"Consultant" shall mean the successful Bidder, who will execute the 'Project' as per the terms of the
Agreement;
"Letter of Acceptance" or "LoA" shall mean the letter to be issued by SSCL to the Successful Bidder,
who has been identified as the Selected Bidder or prospected bidder after the process given in the RFP
for awarding the project for its execution;
"SSCL" shall mean Sagar Smart City Limited or its authorized representative for carrying out the process
for selection of 'Successful Bidder' or 'Selected Bidder' as defined in this RFP and to execute the
Agreement to carry out the Project as per terms of the Agreement and RFP;
"Project" or "The Project" shall mean the work of “Selection of an Agency to Setup & Manage an
Incubation Centre under Smart Cities Mission” as per terms of the Agreement and RFP;

SAGAR SMART CITY LIMITED vii


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

"Successful Bidder" or "Selected Bidder" or “Consultant” shall mean the Bidder selected pursuant to
this RFP for the execution of the Project as per the terms and conditions of this RFP Document

SAGAR SMART CITY LIMITED ii


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Volume 1

1. INTRODUCTION AND GENERAL INSTRUCTION


1.1 Introduction

1. Sagar Smart City Limited (SSCL) under implementation of its the proposal from eligible
Bidders, as per the terms and conditions described in this RFP document, with requisite
financial, managerial and technical expertise and experience for “Selection of an
Agency to Setup & Manage an Incubation Centre under Smart Cities Mission” at
the designated locations in Sagar city within the Sagar Municipal limits.
2. This document outlines the overall scope of the Project, sets out the basic requirements
for the proposal and provides the evaluation criteria to be used for the selection process
for finding out the Successful Bidder and for awarding the Project. The objectives of
the RFP are to evaluate the Bidders Experience, Technical Expertise, Project
Methodology, Eligibility Criteria as mentioned in its Schedules and Annexures along
with the Financial capability of the Bidder and to select the Successful Bidder for
executing the work of “Selection of an Agency to Setup & Manage an Incubation
Centre under Smart Cities Mission”.

1.2 General Instructions


1.1.1 The Bid document can be downloaded from the official website https://mptenders.gov.in by
paying non-refundable Bidding Document Fee of an amount of Rs. 20000/-.+GST The Bidder
shall not temper/modify the tender form in any manner downloaded from the website. In case,
if the same is found to be tempered/ modified in any manner, the tender will be completely
rejected and the Bid document fee shall be forfeited and the Bidder shall be debarred for a
period of at least 2 year from doing business with SSCL.
1.1.2 Companies incorporated under Companies Act 1956/2013, Partnership Firms registered
under Partnership Act, Limited Liability Partnerships registered under Limited Liability
Partnership Act, 2008, Proprietorship Firms can participate in the bidding process. Joint
Venture/Consortium is allowed to participate.
1.1.3 The Bidders shall have to submit their Bids (both Technical and Financial) online on
https://mptenders.gov.in and upload the relevant documents forms as per RFP document,
within the timeline specified for the same in the RFP.
1.1.4 Bid Security/Earnest Money Deposit (EMD) of the amount specified for the Project/Work(s)
in the table above shall be paid online through e-procurement portal https://mptenders.gov.in
to avail the participation rights in Bidding. Failure to submit the same shall lead to rejection
of bid out rightly.
1.1.5 The Authorized Signatory of the Bidders should have the necessary Portal enrolment with
his/her own Digital Signature Certificate (DSC).
1.1.6 Bid(s) once submitted online cannot be resubmitted or withdrawn. Conditional bids and the
bids not meeting the qualifying criteria on the date of receipt of bids shall be summarily
rejected.
1.1.7 All correspondence with respect to this RFP shall be clearly marked as" Selection of an
Agency to Setup & Manage an Incubation Centre under Smart Cities Mission " and shall be

SAGAR SMART CITY LIMITED 1


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

address to:
The Chief Executive Officer,
Sagar Smart City Limited, Sagar Smart City Office
2nd Floor, ICCC Building, New Collectorate Premises,
Sagar, Madhya Pradesh-470002
Phone: 07582-242850
Email: [email protected]
1.1.8 The Bidder must provide all the information as requested for in the RFP Document. Sagar
Smart City Limited reserves the right to reject any offer that does not contain all the
information requested thereof. Bids received without the pre requisite EMD and tender cost
proof shall not be accepted.
1.1.9 Sagar Smart City Limited shall not entertain any 'Post Submission Date communication' from
any bidder with respect to the proposals. However, after the submission of the RFP document
and other supporting documents by the Bidder, Sagar Smart City Limited reserves the right
to call for clarifications from Bidders, if needed. The Bidders should furnish such
requirements/information within such time as may be permitted by Sagar Smart City Limited.
1.1.10 The Bidder as a token of acceptance of all conditions, shall be required to sign with stamp
on every page of its Bid containing the RFP Document including addendum/query (if any),
other enclosures provided herewith as Annexure and any other submissions by the Bidder.
1.1.11 Bidders should familiarize themselves with the procedures and time frames required for
fulfilling all formalities described in this RFP. If the Bidder is bidding first time for e-tendering,
then it is obligatory on the part of Bidder to fulfil all responsibilities such as registration,
obtaining digital signature certificates etc. well in advance. SSCL shall not be liable for any
such condition in this regard.
1.1.12 All Bidders are required to ensure compliance with the information, all instructions, standards
and codes mentioned in this RFP.
1.1.13 A draft of the Contract Agreement to be entered with Sagar Smart City Limited by the
Successful Bidder for executing the Project is given along with this RFP Document. The RFP,
Technical Bid, Financial Bid, and all subsequent communications with the Bidders shall be
part of the Agreement. Contract Agreement will be executed by the Successful Bidder after
issue of the Letter of Acceptance.
1.1.14 This document constitutes no form of commitment on the part of Sagar Smart City Limited,
whether in respect of the bidding process or otherwise. Furthermore, this RFP document
confers neither the right, nor the expectation on any Bidder to participate in the bidding
process.
1.1.15 Sagar Smart City Limited reserves the right to reject any or all of the Bidders including the
lowest bidder, if it considers necessary to do so, and or to withdraw from the bidding process
or any part of the bidding process or to vary any of the terms at any time without giving any
reason. Nothing contained herein shall confer any right upon any Bidder or any obligation
upon Sagar Smart City Limited.
1.1.16 Nothing in this RFP Document or in any communication issued by Sagar Smart City Limited
or any of their advisers or officers or employees shall be taken as constituting an agreement,
offer, acceptance, warranty, covenant, confirmation or representation to the recipient of this
document or any other party.

SAGAR SMART CITY LIMITED 2


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

1.1.17 Bidders are advised to visit e-tendering website regularly for any clarifications and/or due
date extensions or corrigendum. SSCL shall accept no obligation in this behalf.
1.1.18 Bidders and/or Successful Bidder who are/is found to have made any misleading or false
representations in the Bid including any statements, attachments, document, Performa &
Annexure submitted as proof of the requirements, shall be disqualified.

2. SCOPE OF WORK
The Government of India has setup the Atal Innovation Mission (AIM) at NITI Aayog. The overarching
purpose of this Mission is to promote a culture of innovation and entrepreneurship in India. The
Government realizes that there is a need to create high class incubation facilities across various
parts of India with suitable physical infrastructure in terms of capital equipment and operating
facilities, coupled with the availability of sectoral experts for mentoring the start-ups. Accordingly,
AIM proposes to support establishment of Atal Incubation Centre (AICs) that would support
innovators and start-up businesses in their pursuit to become successful entrepreneurs.
The objective is to promote and establish incubation centres in India which would support and
encourage start-ups in specific subjects/sectors such as manufacturing, transport, energy, health,
education, agriculture, water and sanitation etc. and would provide them with necessary
infrastructure facilities and other value added services.
The Brief scope of work involves the “Selection of an Agency to Setup & Manage an Incubation
Centre under Smart Cities Mission” which means Project with all type Infrastructure and
Construction Works (Civil, Electrical, Mechanical, IT/Non IT works).
Location: Location will be finalised at the time of Agreement. SSCL will provide minimum Area.

The scope of work intends to define the work activities as accurately as possible. However, the
Bidder is encouraged to use innovation when developing its proposal and propose revisions or
alternatives that are considered beneficial for the Project. SSCL is seeking proposals for “Selection
of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission”. The
Successful Bidder shall also be responsible for repair works during Defect Liability Period after the
successful completion of project. The Bidder with requisite financial, managerial, technical expertise
of similar type of works. Further, the Bidder shall be solely liable to bear all the expenses on account
of water, electricity bills, maintenance of electrical systems, etc. at all times during the Contract
Period of the Project.
The Selected Bidder agrees that after the Contract Period, the whole of Project assets along with its
structure (with its all components) shall be transferred to SSCL, Sagar.
All the components and sub-components in the smooth implementation, installation and operation
of the Project shall be complied with the specified standards. The Selected Bidder shall ensure that
all components of the project are installed/ executed correctly to be suitable, safe & durable and
which can withstand rain, humidity and light and wind kinds of different climatic conditions in the
Sagar city.

2.1 Scope of work of Bidder


One of the prime focus of Sagar Smart City Limited (SSCL) is to support the youth of Sagar City to
build their successful future through providing a platform to the youth and promoting
Entrepreneurship opportunities who wants to build their own enterprises.

SAGAR SMART CITY LIMITED 3


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Under Atal Innovation Mission – Start Up India Scheme, Government of India have suggested scope
of areas/sectors for establishing Incubation Centres and they are as follows –

1. Agriculture and Allied Fields


2. Bio Technology
3. Building Materials/Construction Technology
4. Electricity, New and Renewable Energy and Environmental sustainability
5. Education
6. Health and Pharmaceuticals
7. Information & Communication Technology (ICT)
8. Sensor Technology
9. Manufacturing and Engineering
10. Micro and Nano electronics
11. New Materials including Nano Materials
12. Water, Sanitation and Solid Waste Management
13. Housing – Urban and Rural
14. Transport
15. Other emerging areas or of social / national importance
The Authority have to specify the area/sector for which the Bidder will be establishing the Incubation
Centre from the above mentioned sectors or any other sector.

2.1.1 During Implementation

A. For Non IT work –Successful bidder have to execute the following Non IT works -
Physical Setup of Incubation center in the respective Sagar smart cities as per the layout
agreed with the SSCL. This includes activities like all type of flooring, false ceiling, partitions,
network cabling, electrical works, establishment of office spaces with air condition system (as
required), meeting rooms, conference rooms (with video conferencing facility), other rooms
(as required), local server room, Inline UPS, DG Set, Auto on-off lighting system and other
facilities along with required furnishing of the complete facility.
1. Conducting site survey, obtaining necessary permissions, developing system requirements,
standard operating procedures etc.
2. Providing physical layout of with 3D simulation with approximately minimum area of
1000Sq.M. of floor area. The floor area may be increased if required, but all the facilities and
components of Incubation Center will remain as mentioned. There will be no additional cost
for layout design for more than 1000 Sq.M. floor area. This layout must contain the following:
 Project Director Room / Conference Room / Reception
 Manager Room / Small Meeting Room / Incubators
 Space for Other Experts / Incubators - Open Office Area
 Pantry and Dining Area
SAGAR SMART CITY LIMITED 4
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

 Digital Library Area


 Restroom facilities (separate for Male & Female) with adequate capacity
 HVAC Area, etc.
 One Conference Room with seating capacity of 30 personals (with video conferencing
facility, furniture and fixtures)
 Other small meeting rooms (for 3-4 person) – as required
 Fire Escape & Evacuation Facilities (ISO 23601)
 Surveillance Room
 Other facilities which will be required for `especially abled people as per guidelines
defined by Govt. of India
3. Assessment of physical security, housekeeping, waste management requirements for each
Incubation Center premises.
4. Assessment of IT Infrastructure and Non IT Infrastructure requirements, assessment of
business processes, assessment of software requirements, assessment of integration
requirement, assessment of connectivity requirement all locations (including buildings).
5. Assessment of local server room sizing in terms of required storage, and related systems.
6. The office cubicle/open workspace could include cubicles assigned to businesses, but
importantly, will also be a collaboration space as well as workspace for students working with
businesses
7. Seating Capacity for about 100 people with modern furniture and office chairs along with the
Interior, electrical work, flooring, fall ceiling, with minor civil work, construction work, minor
repair.
8. The Detailed Drawings of the Civil Works, Interior Works and Furnishing Works have to
prepared and submitted by the successful bidder to SSCL for approval.
9. Laboratory and Workshop facilities
10. Internet access and a dedicated telephone line
11. Centralized fax, photocopy, printing and mailing via courier
12. Seminar Hall/Conference room facilities equipped with multi-media
13. Security, safety, maintenance, housekeeping, janitorial services
14. Food court/ canteen services for tea, coffee, meals, and soft drinks
15. Common reception services
16. Fully Air Conditioned
17. Wi-Fi Internet
18. Event Area/Common area/Recreational activity area for 50 people
19. Dedicated Mentoring Rooms
20. CCTV at premises
21. Fire Safety System and Fire Alarm System

SAGAR SMART CITY LIMITED 5


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

B. For IT work –Successful bidder have to execute the following IT works -


1. Safety and security of IT and Non IT Infrastructure
2. Software Application customization (if any), data migration, integration with third party
services/application (if any)
3. Network connectivity establishment and configuration between Incubation Center and ICCC
Sagar and various other city applications (which are to be integrated with City ICCC).
4. Integration of various services of the city based on the requirements of the city.
5. Access to library and digital resources
6. Networking opportunities within as well as with industry and government resources.
7. Support in marketing through website
8. Provide guidance and mentorship through professionals and specialized consultants.
9. Interactive workshops with Strategic Partners
10. Access to various funding options for incubates
11. Advisory services in business plans formulation, marketing strategies, market research,
project selection, business promotion, etc
12. Advice in legal and financial consultancy
13. Assist in setting up of ICT infrastructure.
14. Tie-up with a cloud services provider for all hosting requirements. Technology equipment
purchase like touch screen collaboration screens, software, testing tools etc. Other allied
infrastructure facilities, utilities and accessories as may be required
15. Providing the Router Switches Servers and integration with existing ICCC Sagar
16. Preventive, repair maintenance and replacement of hardware and software components as
applicable under the warranty and AMC services during the contract period
2.1.2 During Operation & Maintenance
A. Manpower –
Deploying manpower at incubation center for solution maintenance and monitoring support
which includes change request management, bug tracking and resolution, production
support, performing version and patch updates
Successful bidder will provide the following manpower support as per requirement of project:
Expected
Minimum
No of
Minimum Minimum Deployment
S.no. Discipline Resources
Qualification Experience during the
Required
project
tenure
1. Project MBA + B.E./B.Tech/ • Minimum 12 years’ 1 part time
Director/Team industry experience with
Leader with minimum one minimum 2
project in the field of Days per
Innovation and fortnight
Incubation center
setup / operations
and maintenance.

SAGAR SMART CITY LIMITED 6


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

• Should be full time


employee and on
the payroll of the
bidder.
2 Onsite Project MBA + BE / B.Tech Minimum 7 years’ 1 Full Time
Lead – Project industry
Manager experience with
minimum 3
years of experience
in the field
of Innovation and
Incubation
center setup /
operations and
maintenance.
3 Manager - IT IT MBA /MCA + BE / Minimum 5 years of 1 Full Time
B.Tech relevant experience
in the field of IT
4 Human BE+PGDM/MBA Minimum 3 years’ 1 Full Time
Resources and Experience in
Public Relation Industry
5 Project BE/BBA / B.A./ B.Sc / Minimum 3 years of 2 Full Time
Consultants – B.Tech. / MCA / MBA Industry experience
Subject Matter in the field of
Expert Innovation and
Incubation centre
setup / operations
and maintenance

Roles and Responsibilities


1. Company Head / Director/ Team Lead

Makes decision that will affect the strategic direction of the company

Seek for funding on behalf of the company by approaching several sources such as govt.
Schemes Under MSME/AIC/etc
 Reviews policies that aren’t working or having much impact and remove or modify them in
order to achieve organizational growth
 Provide all hand holding support including motivation, subject guidance to make an incubate
successful
2. Managers IT
 In charge of coordinating the management staff and ensuring that organizational policies are
implemented
 Identifies areas in the company that needs an upgrade
 Liaises with management staff in order to know how best to move the organization forward
 Identifies new income sources for Business incubation services
 Drafts proposals on behalf of the business
 Works with other staff to ensure that corporate goals are achieved
3. Onsite Project Lead
 In charge of ensuring that all clients’ inquiries and complaints are promptly attended to
 In charge of ensuring that customer database is accurate and updated
 Remain updated about industry trends and company policies so as to have the right
information for the client
 Provides the required mentorship for new start-ups and growing businesses
 Reviews mentorship processes and continually upgrade so that clients can get the best
 Know what mix will best suit a client and how best to use the mix

SAGAR SMART CITY LIMITED 7


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

4. Human Resources and Public / Marketing Relationship Manager


 Sources for and recruits the right employees for the business and ensures that they undergo
orientation to help them settle in
 Conducts training for the employees as well as performance appraisals in order to increase
the productivity for the organization
 Ensures that all administrative tasks are smoothly conducted and that the policies of the
management are implemented by staff.
 Conducts continuous market research on behalf of Sagar Business Incubator Services in
order to help identify new markets
 Helps new start-ups as well as Bulb Business Incubator Inc develop marketing strategies
intended to generate more revenue for the company
 Conducts direct marketing on behalf of the organization

Note: It is clarified that the minimum requirement is a mandatory requirement and part of technical
bid, but the pre-qualification is not to be done on the basis of this criteria. However, in this regard the
bidder is required to provide undertaking in the format provided at Annexure 5 along with its
technical bid.
B. Scope for Operation, Maintenance and Management
The scope of this project is to appoint Consultant who will be responsible to setup and define
processes to be followed for Sagar Incubation Center in first 4 months of this engagement.
After which consultant will run the operations of Sagar Incubation Center (Innovation &
Incubation Center) for 60 months. Total Duration of this project will be 64 months. Consultant
appointed will also get various tie-ups with various Industry firms, Academic Institution, Angel
Investors, Legal & Accounting Firms and Marketing Firms.
Selected bidder has to do the following minimum activities at their own cost during
the 5-years of operation maintenance and management period:

Scope of work - Management and Deliverables Yearly No


A Event and Programs
Hackathon Event 2
Idea-thon Event 2
3-days Start-up workshop / Program: Once in 3 months 4
School and Institutional Mentorship Outreach Programme - Per 12
School Programme (Min. One School / One Month)
Monthly Monitoring Session 12
Scholarship outreach and arrangement from National/ 2
International / State/Other Schemes
B Report and Newsletter
Monthly Monitoring Report - Printing of 20 Hard Copies 12
Quarterly Monitoring Report - Printing of 20 Hard Copies 4
Yearly Monitoring Report - Printing of 20 Hard Copies 1
Report on Sustainable Model for Operation and Management for
1 Time after 2
next 10 Years (beyond the operational period served by the
years of operation
consultant)
However, it may be possible that, there is a need to do additional unit of all above deliverable.
For the additional unit payment will be done according to the rate quoted by the Consultant
in the financial bid document,

SAGAR SMART CITY LIMITED 8


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

The broad scope is outlined as under:


a. Setting up Innovation & Incubation Center laced with cutting age equipment’s
b. Identification of potential entrepreneurs
c. Providing technical assistance to the incubates in the development of processes,
technology and products along with managed workspace
d. Avail funding from govt. Schemes Under MSME/AIC/etc
e. Setting up of minimum two Tinkering Labs as per ATL (Atal Tinkering Lab) guideline.
f. Provide assistance to SSCL and incubates in execution of below mentioned services:
 Business Modelling services to help incubates make a business plan
 Advertising and marketing services such as the provision of lists of potential suppliers,
businesses, potential investors etc.
 Training services providing insight into the principles of market economy, as well as
upgraded professional and technical skills
 Network services such as providing links and relationships with other organizations
that can promote and sustain the interests of the incubates
 Financial advice services related to funding and investments
 Legal and IPR advisory services to help the incubates through the legal processes
linked to registration as well as patents
g. Establishing domestic as well as international partnerships with technology companies,
Academics & Research Institutions, Government bodies, VCs and Angel Funders. This
will help in creating an ambient environment for the incubates. All the expenses towards
executing these activities will be borne by SSCL.

h. Assist in conducting events, workshops, competitions, road shows to support the


ecosystem for SSCL. All the expenses towards executing these activities will be borne
by SSCL

i. Expected Events at Sagar Incubation Center (SIC): There are various kinds of events
proposed to be conducted at BLL. Following is the list of some of the kinds of events
SSCL plans to conduct at Sagar Incubation Center:
 App Challenges: Participants to develop Apps in stipulated timeframe for some
SAGAR SMART CITY LIMITED 9
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

particular social / development cause in the city


 Hackathon – Participant to use the lab facility development at SCI, and develop
some product which may be sold in the market, and previous earning opportunities
 Awareness Campaigns: Conducting campaigns to increase awareness to audience
on various subjects for example disabilities awareness campaign to get everyone
talking, thinking and learning about digital (web, software, mobile, etc.)
access/inclusion and people with different disabilities.
 Domain Specific workshops and meets
 Funding Awareness Workshops This program will create a solid understanding of
the documentary processes relating to PE/VC and M&A transactions, identifying
commercial issues and producing clear instructions to lawyers and executives
involved.
 Idea-Thons and Hackathons for particular sectors like Education, Agriculture Health,
etc. This program will help in creating products for various sectors of life.
 Mentorship workshops – bringing Industry, experienced start-ups, etc under one
room to mentor Incubates
 Investors Workshops - bringing investors under the same roof as that of Incubates
to help them get funds for their projects.
Above given list is not final, Consultant may advice additional events. All the expenses
towards executing these activities will be borne by SSCL.
j. Expected Programmes at SIC: There are various kinds of programmes proposed to be
conducted at SIC. Following is the list of some of the kinds of programmes SSCL plans
to conduct at SIC:
 Innovation Programmes: To run innovation programmes with partnerships with
industry partners to bring in innovation and change in current technology.
 Accelerator Programmes: Programmes to take solutions developed at BLL by
incubates to various financial institutions to get funding and support.
 Theme based Accelerator Programmes: These programmes may be specific to a
particular theme, where user may be sector specific like agriculture, health,
education, etc,
 Government Theme Programmes: To develop new products which support various
government themes, programmes, and schemes like Digital India, Make in India,
etc.
Above given list is not final, Consultant may advice additional programmes. All the
expenses towards executing these activities will be borne by SSCL.
k. The Bidder shall prepare the vision report for the incubation center in the city. The
following activities and subsequent analysis needs to be undertaken:
a. Determine the focus sectors for assessing the appetite and demand assessment
within the region for an incubator focused on these business sectors.
b. Assess the level of community and business support for this business incubator
model.

SAGAR SMART CITY LIMITED 10


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

c. Design the financial analysis framework of the facility to be self-sustaining.


d. Determine long term sustainability of the proposed facility and potential funding
sources for creation of the facility as well as operations.
e. Identify institutions and organizations that could be partners in the incubator effort.
f. Recommend a general operational and management plan for the incubator.
g. The consultant shall determine the role of the business incubator in supporting the
community’s economic development objectives.
h. The consultant should detail the level of community and stakeholder support for the
incubator and its expected impact on the overall success of the project.
i. The bidder should provide a structure and implementation plan to address the
objectives of the project and the methodology for measurement.
1. Create the business plan for incubator and designing of Standard Operating
Procedures.
2. Define the roles and hierarchy of management, staffing and operational model for
the facility.
3. Outline plan for fund raising for start-up, operational, and capital investment.
4. Identify partners for running accelerator programs for start-ups. Designing review
process (KPIs) for start-ups and incubator. Defining criteria for short listing and
on boarding start-ups.
5. Design client entrance and exit criteria, pricing guidelines, etc.
6. Designing of local, global exchange programs and mentor, corporate, VC,
academia engagement framework.
7. Determine all appropriate partners as well as how Colleges shall be most
effectively be incorporated into the facility.
l. The consultant is expected to provide technical assistance in the following
implementation services: -
1. Infrastructure Provisioning/Development
 Assist in setting up of ICT infrastructure.
 Tie-up with a cloud services provider for all hosting requirements. Technology
equipment purchase like touch screen collaboration screens, software, testing
tools etc.
 Other allied infrastructure facilities, utilities and accessories as may be required
2. Selection of Incubates
 Designing of well-defined operations policy with regard to incubates – Potential
incubates, Incubates Qualification Criteria, Broad criteria for the selection of
entrepreneurs
3. Networking and Relationship Building Support
 The Incubator Management shall strive to establish linkages especially with the
demand side and investors that will maximize the commercialization potential of
the final product and reduce time to market.

SAGAR SMART CITY LIMITED 11


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

4. Counselling and Mentoring Support


 The Incubator Management would develop and maintain a pool of domain
specialists willing to serve as mentors, advisors and business counsellors for
Incubates.
5. Scalability
 In case number of Incubates increases, modalities of the same shall be defined.
6. Graduation/Exit of Incubates
 To develop framework strategy for operational exit of Incubate Companies.
7. Events and Programmes (as explained above)
 To execute the Events and Programmes for SSCL as desired during the project
period.
8. Marketing and Capacity Building
 Aggressive marketing to stakeholders while also building internal capacity to
ensure that the initiative is known to everyone in India as well as internationally.
m. Bidder shall be responsible for overall monitoring of the Innovation and Incubation Centre
programs and operations which includes:
1. Keeping a measure of the forecasted physical achievement which includes: -
 Number of incubates to be admitted
 Number of incubates expected to graduate
 Number of new products/technologies/innovations to be commercialized
 Number of events related to entrepreneurship
2. Assist in reporting to the Empowered Committee for timely review and action.
Assisting in day to day coordination with local authorities and other stakeholders.
3. Single point of contact for all Incubation & start-up investments/proposals
/schemes and project proponents.
4. Preparing a scorecard to assess the health of Incubate companies and mentoring
the incubate company toward achieving necessary robustness.
5. Planning and documenting reporting content and compliance checklists.
6. Knowledge creation and management for the centre and other government
departments to ensure smooth functioning of program.
7. Develop the repository of various schemes, incentives and sector specific
content.
8. Monitor applicability and provide periodic recommendations on various
provisioned fiscal & non-fiscal Incentives like Capital assistance, Interest Subsidy,
Stamp Duty, Operational assistance, lease rental, etc.
2.1.3 Roles and Responsibilities
A. Successful Bidder
1. Incubation Strategy and Business Model

SAGAR SMART CITY LIMITED 12


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

 Mention the area/sector for establishing the Incubation Centre.


 Undertake all marketing activities for building and promoting entrepreneurship.
 Run various events (Hackathon, Roadshows, Focus group Discussion etc) including
mentoring, pitching evenings, and social gathering for building the network of
entrepreneurs and accordingly deploy an organizing team for the same.
 One start-up 3 days’ program/workshop/conclave every six months at the proposed
Incubation Centre.
 One Common Mentoring Session per month with noted mentor.
 Raise sponsorships for sustaining network development activities of Incubates.
 Maintain a list of all its members/participants, event calendar and financial information
through a real time platform which will work through a website.
 Appoint and Train a dedicated Start-up Incubator Director/manager for managing the
start-up incubator, Setup and execute rules and guidelines.
 Pay all the running expenses which include Housekeeping, internal maintenance,
Office boys, internet, pantry
 Provide access/connect to Angel Networks/funds for the funding requirements of the
budding entrepreneurs
 The bidder has to take the Approval from SSCL before organizing any event within
15 days (before the event) like, approval on the list of engagement of mentors, type
of events/sessions to be organized etc.
 The bidder should arrange the UPS System to avoid fluctuations and for continuous
power supply.
CRM for Incubates
A dedicated CRM protocol to monitor each activity and achievement of milestone of
incubates, their interaction with mentors, incubate business plan, associated funding
agencies details.
2. Tabulation of year wise composition of attainable targets (3 years)
 Number of incubates (individual/group) to be admitted
 Number of incubates expected to be graduated year wise
a) Skill Development, Training and Capacity Building
 Minimum 2 Specialized Training will be conducted per year for different sectors like
medical, agriculture etc in the Incubation center.
B. Sagar Smart City Development Corporation Limited:
 Provide area to furnish/setup the required Incubation Centre at Sagar to conduct the
activities as mentioned in this RFP.
 Provide free access to the assigned space as per the area defined in the agreement.
 All assets will remain under the ownership of SSCL.
 All legal and statutory clearances in concern with the property including property tax,

SAGAR SMART CITY LIMITED 13


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Municipal Corporation Charges etc. will be paid by the SSCL.


 Generator available with SSCL will cater to Start-up Incubator
 The Work will commence only after the approval of SSCL on the drawings prepared
by the bidder and SSCL can assist in providing the design guidelines to maintain
standardization across all its spaces
2.1.4 Successful Bidder shall be mobilizing all the required resources for the Project and complete
the project within 4 months from the Commencement Date.
2.1.5 Start the work within 10 days from the Agreement Date.
2.1.6 Implementation of quality control & quality assurance from other statutory organization &
technical compliances.
2.1.7 The land free of all encumbrances for the proposed project shall be provided by the SSCL
for the purpose of implementation of the project.
2.1.8 The above scope of work is in brief and the details explicitly not mentioned but required for
completion of the project is to be executed by the Bidder. Bidder shall provide sufficient
Covered built up area with all the required Furniture and Fitments for the Site office of the
Bidder, Site office with meeting Halls for Employer requirements at no extra cost to Employer.
Bidder shall get the approvals from the Employer for the Site Office requirements with the
drawings prior to start the Construction.
2.1.9 The bidder is required to make his own assessment of work before bidding and should
prepare drawings & the bidder shall not be entitled for claim on account of any deficiency /
discrepancy in the data /information available in Bidding Document
Further, Scope of work also includes the following:

a. Successful Bidder shall be required to analyse the existing situation and site.
b. After signing of Contract, the Successful Bidder has to submit the following drawings as per
requirement at site:
i. Existing layout drawings
ii. Working Drawings for civil works (Civil/ Electrical/ Plumbing/Mechanical/Lan Cabling etc.
as per requirement of site condition)
iii. Technical Specifications and makes list of each item which are proposed to be installed
at the site.
iv. Material testing reports to be done by the Consultant from Government Engineering
College while execution at his own cost.
v. As-Built Drawing after Completion.
c. The quantities of various items as entered in the “BILL OF QUANTITIES” are
indicative only and may vary depending upon the actual requirement. The Consultant shall be
bound to carry out and complete the stipulated work irrespective of the variation in individual
items specified in the bill of quantities. The variation of quantities will be governed as per clause
given in tender document.
d. No alterations or damage should be caused to the area. In case any damage is caused to
Government assets/premises by the Consultant without approval of SSCL, the cost of same
shall be recovered from the Consultant by the SSCL.

SAGAR SMART CITY LIMITED 14


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

e. The Consultant will make all arrangements on his own to execute the said work as per the
approval given by the SSCL at his own cost.
f. Standard test of the said work shall be carried out as Quality control measure.
g. The Consultant should maintain the equipment needed for said work in a neat and good
working condition during execution/ Contract Period in accordance with all applicable laws and
ordinances.
h. The Successful bidder shall be responsible for compliance of all laws, acts and rules in relation
to the environment and manpower deployed by them for the execution of the work and the
SSCL will have a right to be indemnified in respect of any consequence resulting from any
breach or violation by the successful bidder of such rules and statutory obligations etc.
i. The Successful Bidder will be required to take preventive measures so that the buildings are
not affected due to Project activities. Failure to do so will invite a penalty to the amount
equivalent to restore the structure to the desired condition.
j. The Successful Bidder should have a dedicated team, consisting of both technical and
commercial experts, of relevant experience related in the field of said work.

2.2 General Terms and Conditions Contract


2.2.1 The Successful Bidder shall at its sole expense and risk carry out Survey, Design, for
“Selection of an Agency to Setup & Manage an Incubation Centre under Smart
Cities Mission”. The Successful Bidder/Consultant shall have to implement at The Site
in strict compliance with all applicable laws, rules, regulations, and environmental laws in
connection with the services.
2.2.2 The Successful Bidder shall submit methodology to be adopted by it, drawing of the site,
detailed drawings, plans, milestones, implementation mechanism and plans for review to
SSCL. After review, if, Sagar Smart City Limited is not satisfied and raises any objections,
the Bidder/Consultant shall be required to incorporate the suggestions and modifications
within a reasonable time frame and resubmitted the revised plan once again for approval.
2.2.3 The engineers of Sagar Smart City Limited will have a complete access to inspect and check
the materials to be used in the Project. All instructions issued in this regard will be complied
in full and within the stipulated time given by the SSCL.
2.2.4 Bids will be evaluated for the Project on the basis of the lowest Bid Price required by a
Bidder for implementing the Project within the total time allowed for completion of
construction under the Agreement (the “Implementation Period”) and the period during
which the Consultant shall be liable for maintenance and rectification of any defect or
deficiency in the Project after completion of the Construction Period (the “Defect Liability
Period”) shall be pre-determined, and are specified in the Bidding Documents. The Bidder
has to quote the Bid Price in prescribed format as per Annexure – 6 and Financial Bid
Format given in the RFP.
2.2.5 Bidders shall be ranked as L1, L2, L3, etc. on the basis of the Bid Price quoted by each
Bidder. The selection of successful bidder will be done on the basis of the lowest bid (L1).
In this RFP, the term “Lowest Bidder” shall mean the Bidder who is quoting the lowest Bid
Price.
2.2.6 The Bid Price includes all duties, taxes, royalty, cess, charges, and fees that may be levied
in accordance with the laws and regulations in force, including Goods and Services Tax
(GST). The SSCL shall not be liable for any duties, taxes, royalties and levies as mentioned

SAGAR SMART CITY LIMITED 15


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

herein.
2.2.7 The Consultant shall be liable for any defects during the Defect Liability Period as security
to SSCL. During this period any defects on account of design/layout/structure/ specifications
for soil/ irrigation etc. shall be rectified by the Bidder at his own cost.
2.2.8 The Consultant shall have to maintain proper site documents and share the same with the
SSCL as per CPWD Quality Assurance Manual such as Master Register Record, Site Order
Record, Drawings Record, Daily Progress Record, NON Conforming Item Record, Quality
Audit Record, Hindrances Record, Safety Assurance Record, Labour Welfare Record,
Measurement register at which shall be duly signed by the SSCL, assigned from SSCL Etc.
2.2.9 For the purpose of this RFP, Year 1 will be the latest completed financial year, preceding
the bidding. Year 2 shall be the year immediately preceding Year 1 and so on.

2.3 Payment Terms

2.3.1 SSCL shall pay the Consultant the amounts certified by its engineers for the work done during
Implementation phase.
2.3.2 The Consultant shall submit to the SSCL Engineer monthly statements/bills of the estimated
value of the work completed during Implementation phase less the cumulative amount
certified previously, along with copies of the details of work done since last bill and with all
supporting documents such as test reports, site report sheets etc.
2.3.3 The SSCL Engineer’s shall check the Consultant’s monthly statement/bill and certify the
amount to be paid to the Consultant as per the Bid Price given by the Bidder in Annexure-6
and Financial Bid Format
2.3.4 The engineers of SSCL will have full and unfettered access to inspect and check all the
components of the Project work during Implementation phase. All instructions issued by them
in this regard will be complied with in full and within time stipulated by the SSCL. If SSCL is
of view that any instruction given to the Consultant during Implementation phase and has not
been complied with; it can withhold the part of the payment to be made to the Consultant
until its completion. No claim or compensation will be sought by the Consultant on this
account.
2.3.5 All duties, taxes, royalty and fees that may be levied in accordance with the laws and
regulations in force as on the date of payment and on the works undertaken under this
Agreement shall be deducted from the running payments. Nothing in this Agreement shall
relieve the Consultant from its responsibility to pay any tax in respect of this Agreement.
2.3.6 The Consultant shall be solely responsible and liable, at his own cost for all maintenance,
upkeep and repairs of the equipment and its entire components up to completion of the
Contract Period. The Consultant shall also carry out rectification of defects in the works at its
own cost up to completion of Contract Period and Defect Liability Period.
2.3.7 No claim for compensation will be sought by the Consultant for delays in respect of which
extensions had been sought and obtained.

2.4 Eligibility Criteria

A. Only those Bidders who meet the following Pre-Qualification Criteria are allowed for
the participating in the Tender:

SAGAR SMART CITY LIMITED 16


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Pre-Qualification Criteria

S.No Basic Specific Requirements Documents Required


Requirement

1 Legal Entity 1. The Bidder, shall be a legal 1. Copy of certificate of


person, which may be: incorporation and/or
• A company/non-profit registration under the
company, incorporated relevant law.
under Companies Act, 2013 2. In case of JV/Consortium, a
or 1956, amended till date; Power of Attorney for Lead
or Member of Joint
• A Limited Liability Venture/Consortium as per
Partnership Firm, Annexure7B to be submitted
incorporated under Limited 3. In case of JV/Consortium, a
Liability Partnerships Act, Joint Bidding Agreement for
2008 Joint Venture/Consortium
• A Society established under shall be submitted as per
Societies Registration Act, Annexure 7C.
1860 or any analogous law
enacted by a state govt.
• A Cooperative Society,
established under
Cooperative Societies Act,
1912, Multi State
Cooperative Societies Act,
1984 or any analogous law
enacted by a state govt.
• A partnership firm
registered under
Partnership Act, 1932 or
• An NGO/Trust established
under Indian Trusts Act,
1882 or any analogous law
enacted by a state govt.

2. JV/Consortium of entities as
listed above will be allowed.
A maximum of two
JV/Consortium partners is
permitted. Educational
Institutions and industry
associations fulfilling the
above legal entity criteria
will also be permitted as
JV/Consortium partners.

3. The term Bidder refers to


both Single entity and
JV/Consortium.
2 Annual The Bidder should have an Certificate from the Statutory
Turnover average annual turnover - of at auditor/ Chartered Accountant,
least Rs.4.00 Cr. in last three clearly specifying the turnover of
financial years i.e. the Bidder
2016-17, 2017-18 and 2018-19

SAGAR SMART CITY LIMITED 17


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

In case of JV/Consortium, at
least 50% of this criteria shall be
fulfilled by the Lead Member
and the minimum 25% shall be
fulfilled by the Other Member.
However, both members shall
fulfil the 100% criteria together
3 Experience of a) The Bidder (Lead Member in Copy of Work order and Work
the bidder case of a JV/Consortium) must Completion Certificate
have an experience of
successful completion of setting
up, commissioning and
management of at least one
similar project costing not less
than INR 4.00 Cr
b) The Bidder (in case of
JV/Consortium, any member or
both member collectively) shall
have experience of mentoring
Hackathons /Startup events
4 Key Personnel The Bidder must deploy the CVs duly countersigned by the
required key personnel’s in the Authorized Signatory of the bidder
Team:
1. Project Director- Minimum
10 years’ industry
experience with minimum
one project in the field of
Innovation and Incubation
center setup / operations
and maintenance.
2. Onsite Project Lead -
Minimum 7 years’ industry
experience in the field of
Innovation and Incubation
center setup / operations
and maintenance.
3. Project Consultants -
Minimum 3 years’ industry
experience in the field of
Innovation and Incubation
center setup / operations
and maintenance

SAGAR SMART CITY LIMITED 18


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

5 Blacklisting The Bidder should not have Undertaking by the authorized


been blacklisted by Central signatory (of each member of
Government/ any State JV/Consortium) as per the format
Government/ Public Sector given as per the RFP document
Undertaking in India or
similar agencies globally for
unsatisfactory past
performance, corrupt,
fraudulent or any other
unethical business practices
as on the last date of bid
submission.

B. Further, in order to be qualified, the Bidder must meet both the Technical Evaluation
Criteria as detailed below:

Technical Evaluation Criteria


Technical Technical Evaluation Max Documentary proof
Evaluation Parameter Marks
Criteria
Years of TEC 1 The Bidder (Lead Member 10  Copy of certificate of
Operation in case of JV/Consortium) incorporation and/or
must be registered legal registration under the
entity and should be relevant law.
operational at least for last
5 years as on the last date
of bid submission
Average TEC 2 Average annual Turnover Max Certificate from the
Annual of The Bidder for the last 20 Statutory auditor/
turnover three financial years (FY Chartered Accountant,
2016-17, FY 2017-18, clearly specifying the
FY2018-19): turnover of the
TEC 2.1 Minimum Rs. 4.00 Cr 10 firm
TEC 2.2 Rs. 4.00 Cr. To Rs. 6.0 Cr 15
TEC 2.3 More than Rs. 6 Cr. 20
Work TEC 3.1. The Bidder must have Max Copy of Work order
Experience experience of setting up, 20 and Client Certificate
commissioning and is to be submitted
management of at least along with citation
one Govt. funded
Incubation Centers project
in India
a. One Govt. Project 10
2 Govt. Project 15
3 Govt. Project 20
b The Bidder must have Copy of Work order and
experience of setting up, Client Certificate is to be
commissioning and submitted along with
management of at least citation

SAGAR SMART CITY LIMITED 19


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

two Incubation Centers


project in India in other
than Govt funded
projects
2 Projects 5
More than 2 Projects 10
TEC 3.2. The Bidder should also Max Copy of Work order
have experience of 20 Work Completion
mentoring Hackathons/ Certificate
Startup events.
1 event 10
2 events 15
More than 2 20
Technical TEC 4 Presentation on Max. Prequalified bidders will
Presentation credentials and approach 30 be required to make
for Project presentations on
highlighting above
experience and
credentials and
proposed approach for
executing the Project to
an BEC Prequalified
bidders will be required
to make presentations
on the following
parameters:
a. Bidder Introduction
b. Firm Capabilities
and Previous
Experience in
Setting up &
Management of an
Incubation Centre
as defined in scope
of work in RFP.
c. Understanding of
the Scope of work
and project. (3
Marks)
d. Proposed Plan for
Setup/Furnish the
Incubation Centre
as described in
Scope of work.
(3Marks)
e. Proposed Business
Model and
Implementation
Plan as described in
Scope of work

SAGAR SMART CITY LIMITED 20


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

(4Marks)
f. Future sustainable
operation and
management model
for the next 10
years (beyond the
operational period
served by the
consultant).(4Marks
)
g. Tabulation of year
wise composition of
attainable targets(5
years) as described
in scope of work.
(5Marks)
h. Management Plan
for Monitoring of
incubation Centre.
(5Marks)
i. List of at least 10
successful
entrepreneurs
developed through
bidders’ earlier work
experience.
(6Marks)

The Bidders, whose bids are responsive, based on minimum qualification criteria as per the
Pre- Qualification Criteria and have secured a Technical Score of at least 70 (Seventy) based
on the technical evaluation criteria would be considered as technically qualified and would be
eligible for opening of financial bids
C. Other Criteria
(a) The Bidder shall submit a Power of Attorney as per the format provided at Annexure 7
A, authorizing the signatory of the Bid to commit the Bidder along with Board Resolution
passed for Authorised signatory.
(b) The Bidder must have registration certificate(s) and other applicable documents such as
PAN, GST etc., and any other statutory requirements to operate in Madhya Pradesh.
(c) The Bidder should have EPF Account Number. A copy of recent paid challan must be
submitted.
(d) No proposal shall be allowed to modify or withdrawn after submission.

2.5 Validity of Bids


The Bids shall be valid for a period of not less than 180(one hundred and Eighty ) days from
the Bid Due Date. The validity of Bids may be extended with the mutual consent of the
respective Bidders and SSCL.

2.6 Rejection of Bids

SAGAR SMART CITY LIMITED 21


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

2.6.1 SSCL reserves the right to accept or reject all or any of the Bids without assigning any reason
whatsoever. It is not obligatory for SSCL to accept any Bid or to give any reasons for their
decision.
2.6.2 SSCL reserves the right not to proceed with the Bidding Process at any time, without notice
or liability, and to reject any Bid without assigning any reason.

3. EXECUTION OF WORK
3.1 Transfer of Project Work
3.1.1 During the Contract Period, the Successful Bidder/Consultant shall not transfer, assign or
any portion thereof permanently or temporarily to anybody else unless approved by SSCL
and shall not be allowed to take any person to share the project or to use any part thereof
without prior approval of the SSCL.
3.1.2 All the equipment installed under this Contract shall be the assets of SSCL exclusively.

3.2 Time Allowed for Project Execution


3.2.1 The Successful Bidder shall submit its plan/ time line and preliminary schedules to SSCL
within 15 (Fifteen) days from the date of receipt of LOA.
3.2.2 The Successful Bidder shall submit methodology to be adopted by it, detailed drawings,
plans, milestones, implementation mechanism for review to SSCL. After review, if, Sagar
Smart City Limited is not satisfied and raises any objections, the Bidder/Consultant shall be
required to incorporate the suggestions and modifications within a reasonable time frame
and resubmitted the revised plan once again for approval.
3.2.3 Consultant shall complete the work within Four (4) months from the date of signing of the
Contract Agreement. Any extension of time schedule will be at the discretion of SSCL.
3.2.4 The Consultant shall not be allowed to appoint any sub-Consultant (the “Sub-Consultant”),
without the prior written approval of the Authority. Replacement of an appointed Sub-
Consultant shall also require the written approval of the Authority. Provided that the sub-
contracting of more than 25% (twenty-five percent) of the Works is not allowed under any
circumstances.
3.2.5 Failure to comply with the time schedule described in the Agreement for execution/
implementation of the Project, will invite the penalty @ 1.0% (One per cent) of the cost of
implementation phase of the Project, per week for delay subject to a maximum of 5% (five
percent) after which SSCL may rescind/ terminate the work as per the Termination Clause
4.13 of the RFP.

3.3 Safety and Security Measures


3.3.1 The Successful Bidder/ Consultant shall be solely responsible and liable, at his own cost, its
entire components up to Contract Period. The Consultant shall also carry out rectification of
defects in the design or construction of any component of the works at its own cost up to
Contract Period.
3.3.2 The Successful Bidder/ Consultant shall also be responsible at its cost, for procurement
transport, receiving, unloading and safe keeping of all the components of Materials and other
things required for the execution of Works.

SAGAR SMART CITY LIMITED 22


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

3.4 Penalty
3.4.1 Failure to comply with the time schedule described in the Agreement for execution/
implementation of the Project, will invite the penalty @ 1.0% (One per cent) of the cost of the
Project, per week for delay subject to a maximum of 5% (five percent) after which SSCL may
rescind/ terminate the work as per the Termination Clause- 4.13 of the RFP.
3.4.2 After signing of Contract, the Consultant should deploy the Technical Key Personnel and
other required manpower for the implementation of project as per the clause of Eligibility
Criteria (Clause No. 2.4) at the time of commencement of work. If Consultant fails to deploy
the Technical Key Personnel within agreed time, a penalty of Rs. 5000/- per key personnel
per day should be paid by Consultant. If the Consultant fails to deploy same Technical Key
Personnel who has been proposed at the time of Bid submission, SSCL can charge a penalty
of appropriate amount as per standards.

3.5 Alteration and Renovations


3.5.1 The Consultant will be allowed to carry out alterations or renovations only after taking prior
written approval from SSCL.
3.5.2 SSCL reserves the right to ask for and review the renovation plan/ drawings before providing
consent.
3.5.3 The Consultant will be responsible for the costs of removing debris from the premises during
the process of alteration.
3.5.4 Any damage to the property of SSCL during the course of renovation shall be borne by the
Consultant.

3.6 Change in the Quantities


3.6.1 The SSCL shall have power to make any variations, alterations omission, additions to or
substitutions for the original specifications, drawings, designs, locations and instructions that
may appear to be necessary or advisable during the progress of the work. SSCL shall also
have power to make change in the initial quantity of work specified in the BOQ, subject to the
maximum of 25 percent for both upwards and downwards, due to change in circumstances
during the execution of work. In both the cases as described above, the Consultant shall be
bound to carry out the work in accordance with any instructions which may be given to him
in writing, signed by the SSCL. Such alterations/additions/substitutions shall not invalidate
the Contract and shall be carried out by the Consultant on the same conditions in all respect
on which he agreed to do the main work. All variations shall be included in updated
Programmes to be produced by the Consultant.
3.6.2 It is clarified that in case the SSCL does not procure any subject matter of procurement or
procures less than the quantity specified in the BOQ, within the limit as stated above, due to
change in circumstances, the Consultant/ Successful Bidder shall not be entitled for any claim
or compensation.

3.7 Payment in Case of Change in the Quantities


If the SSCL orders any variation with respect to the initial quantity given in the Bill of
Quantities, within the limit as stated above, the initial Contract Price shall be adjusted
accordingly and final executed amount shall be treated as Contract Price for the purpose of
this RFP.

SAGAR SMART CITY LIMITED 23


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

3.8 Advance Payment


3.8.1 At any time, after the signing of the Contract Agreement, the Consultant may apply to the
Authority for the Advance Payment along with an irrevocable and unconditional guarantee
from a Bank for an amount equivalent to 110% (one hundred and ten per cent) of such
instalment, substantially in the form provided in the RFP, to remain effective till the complete
and full repayment/adjustment thereof.
3.8.2 In no case the amount of the Advance Payment shall be more than 10% (Ten Percent) of the
Contract Price.
3.8.3 The amount of Advance Payment, if paid to the Consultant, shall be recovered from each
running bill payable to the Consultant for the Works so that the entire amount of Advance
Payment is recovered before completion of 60% of the Contract Price. In case of any difficulty
in recovering the advance, it shall be recovered from the Bank guarantees given by the
Consultant. The Consultant may, at his option, repay the advance earlier by increasing the
percentage rate of deductions indicated above.

3.9 Defect Liability Period


3.9.1 The Successful Bidder/ Consultant shall be solely responsible and liable, at his own cost, for
all maintenance, upkeep and repairs of the project and its entire components up to Contract
Period. The Consultant shall also carry out rectification of defects in the design or
construction of any component of the works at its own cost up to Contract Period i.e. up to
the period of 60 (Sixty) months after successful implementation of the work i.e. 60 (Sixty)
months of Defect Liability Period (DLP).
3.9.2 The Successful Bidder/ Consultant shall also be responsible at its cost, for procurement,
transport, receiving, unloading and safe keeping of all the components of the project and
other things required for the execution of various works or installation of each item of this
project.

4. TENDERING PROCEDURE AND SCHEDULE


4.1 Pre-Bid Meeting
4.1.1 Any prospective Bidder may raise his queries and/or seek clarifications in writing before or
during the pre-bid meeting. Details of venue, mode, date and time would be mentioned in the
Bid Data Sheet. In this regard, the interested Bidders, who choose to attend, can get
themselves registered through email on [email protected], up to 24 hours prior to
the time scheduled for the Pre-Bid Meeting, to obtain the link and other details for joining the
Pre-Bid Meeting through Video Conferencing. The interested Bidders may join the Pre-Bid
Meeting through Video Conferencing for resolving their queries/clarifications, if any, on the
RFP or any other Bid Document. Any change in the schedule of pre-bid meeting would be
communicated on the website only, and intimation to bidders would not be given separately.
4.1.2 The purpose of such meeting is to clarify issues and answer questions on any matter that
may be raised at that stage. The SSCL may, at his option, give such clarifications as are felt
necessary. The response to queries will be uploaded on https://mptenders.gov.in website.
4.1.3 Any queries concerning this RFP shall be submitted in writing by e-mail to the officer
designated below. The envelopes/ communication shall clearly bear the following
identification/ title: "Queries for: Selection of an Agency to Setup & Manage an
Incubation Centre under Smart Cities Mission”.
SAGAR SMART CITY LIMITED 24
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

4.1.4 Bidders are advised to be specific and post clause wise queries in an unambiguous manner.
SSCL reserves the right not to respond to vague and frivolous queries. Queries shall be
neatly typed/ written as per the following format:
Name and contact detail of company-
SL RFP Section and Page No Clause/ Content Clarification sought from bidder
# sub- section in the RFP

4.2 Amendment of RFP


4.2.1 At any time, prior the deadline for submission of bids, SSCL may, for any reason, whether at
its own initiative or in response to clarifications requested by a Bidder, modify the RFP
through the issuance of Addenda/ corrigendum.
4.2.2 The addenda/ modified Bidding Documents (if any) shall be uploaded on
https://mptenders.gov.in. It will be the responsibility of the Bidders to visit the portal on a regular
basis to check for updates on this Project and the Bidding Process. SSCL shall not entertain
any complaint/ grievance from any Bidder regarding the non-receipt of the addenda/ modified
Bidding Documents.
4.2.3 All prospective Bidders may note that all future communication w.r.t. this RFP including
addendum/corrigendum etc., if any, will be placed only on the website https://mptenders.gov.in.
4.2.4 In order to give the Bidders reasonable time, for taking an addendum /corrigendum into
account, or for any other reason, SSCL may, at its discretion, extend the Proposal Due Dates.

4.3 Preparation and Submission of Proposal


4.3.1 The Bidders shall have to prepare and submit their Bids (both Technical and Financial) online
on https://mptenders.gov.in and upload the relevant documents forms as per RFP document.
Bidders shall also need to submit their Technical Bid documents in hard copy format and
same shall reach the office of the SSCL, Sagar by 17:00 Hrs on 14/08/2020 through speed
post A.D. or hand delivery. SSCL shall not be responsible for any postal or online delays that
may happened due to any technical failures.
A. Technical Proposal
Technical Proposal shall comprise of formats and requirements given in the RFP. All the
documents / information enclosed with the Technical Proposals should be self-attested and
certified by the Bidder. The Bidder shall be liable for forfeiture of his Earnest Money Deposit,
if any document / information is found to be false/fake/untrue before and after acceptance of
Bid.
B. Financial Bid Proposal (Online Only)
a) The Bidder shall have to quote item wise rates in the financial bid format. .
b) Financial Bid format is uploaded in Excel format
c) Offer shall be quoted in figures as well as in words. If any difference in figures and words
found, lower of the two shall be taken as valid and correct.
d) The Bidder shall have to quote rates inclusive of all duties, royalties, levies, taxes and Goods
and Services Tax (GST). The SSCL shall not be liable for any duties, taxes, GST, royalties
and levies.

SAGAR SMART CITY LIMITED 25


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

e) Financial Bid in Hard copy will not be accepted, Bidder shall submit their quoted amount
online only.
f) If any Bidder submits Financial Bid/financial offer in offline/hardcopy format, their Bid shall
be rejected.
g) Bidders are requested to check final figure. SSCL is not responsible for errors in the financial
bid.
h) Any space left blank in the bidding sheet, then it will be considered as zero “0”.
4.3.2 For online submission, the Bidders have to prepare their bids online, encrypt their data in the
Bid Forms and submit Bid Seals (Hashes) of all the envelopes and documents related to the
Bid required to be uploaded as per the time schedule mentioned in the RFP after signing of
the same by the Digital Signature of their authorized representative.
4.3.3 Bidders shall furnish the information strictly as per the formats given in Annexures of this
RFP, without any ambiguity. SSCL shall not be held responsible if any Bidder fails to provide
the information in the prescribed formats resulting in lack of clarity in interpretation and
consequential disqualification. All proposals/Bids/offers shall be numbered, signed &
stamped on each Page by the duly 'Authorised Signatory' of the Bidder. All the alterations,
omissions, additions, or any other amendments made to the Proposal shall also be initialled.
4.3.4 The Bid shall be typed or written in indelible ink and signed by the authorized signatory of the
Bidder who shall also initial each page in blue ink. In case of printed and published
Documents, only the cover shall be initialled. All the alterations, omissions, additions or any
other amendments made to the Bid shall be initialled by the person(s) signing the Bid. The
Bid shall contain page numbers and shall be bound together in hard cover. Bids submitted
by fax, telex, telegram or e-mail shall be rejected out rightly.
4.3.5 Any bidder, who submits or participates in more than one Proposal for the aforesaid said
Project shall be disqualified.

4.4 Earnest Money Deposit (EMD)


4.4.1 All proposals submitted in response to the Request for Proposal Document shall be
accompanied by a Rs. 4,47,200/- (Rupees Four Lakh and Forty Seven Thousand Two
Hundred only) shall paid online through e-procurement portal https://mptenders.gov.in.
4.4.2 Any Bid not accompanied with an acceptable Bid security/ EMD shall be rejected as non-
responsive.
4.4.3 The Bid security/ EMD shall be forfeited under the following conditions:
a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice
b) If a Bidder withdraws its Bid during the period of Bid validity as specified in this RFP and as
extended by the Bidder from time to time
c) In case the information furnished by the Bidder is found to be false or untrue
d) In the case of Selected Bidder, if it fails within the specified time limit to (i) to sign and return
the duplicate copy of LoA, or, (ii) sign the Agreement, or (iii) furnish the Performance Security.
4.4.4 In the above-mentioned circumstances, SSCL shall forfeit the Bid Security/ EMD of the
Successful Bidder and shall debar the bidder for further two (2) year in participating in any
future work of SSCL Projects.
4.4.5 EMD of the Successful Bidder will be discharged when the Bidder has signed the Agreement

SAGAR SMART CITY LIMITED 26


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

and furnished the Bank Guarantee of required value for Performance Security.
4.4.6 EMD of other Bidders whose bids are not accepted will be returned within fifteen working
days of the decision on the Bid.

4.5 Language and Currency of the Bids


4.5.1 The Proposal and all related correspondence and documents shall be written in English
language only.
4.5.2 If any supporting documents attached to the Bid is in any other language, the same will be
supported by an English translation and in case of any ambiguity the English translation shall
prevail.
4.5.3 The currency for the purpose of the proposal shall be the Indian National Rupee.

4.6 Sealing and Marking of Proposals


The Proposals shall be submitted online as explained below:
4.6.1 Online Envelope - 1 for EMD:
Proof of payment of document fee and the Bid security of the prescribed amount shall be
placed in Online Envelope - 1 marked as ‘EMD’.
4.6.2 Online Envelope - 2 for Technical Bid:
The Qualification documents i.e. technical details of projects & eligibility criteria (organisation
details, project detail sheets outlining previous experience of the firm, certificate of Financial
capability and certified Audited Financials Reports for the last three years, GST registration
number, Income Tax registration etc. as required for technical evaluation specified herein this
RFP) shall be uploaded in Online Envelope- 2, marked as "TECHNICAL BID". The Technical
Bid should comprise of the following documents: -
Annexure 1: Letter of Proposal and Interest
Annexure 2: General Information of the Bidder
Annexure 3: Format for Technical Criteria of Bidder.
Annexure 4: Format for Financial Capability of Bidder
Annexure 5A: Undertaking for Manpower deployment
Annexure 7A: Format for Power of Attorney for Signing of Proposal.
Annexure 7B: Format for Power of Attorney for Lead Member of Joint Venture/Consortium
Annexure 7C: Format for Joint Bidding Agreement for Joint Venture/Consortium
Annexure 8: Affidavit certifying that the Bidder is not blacklisted/ debarred.
Annexure 10: Undertaking on its letter head regarding compliance with the Code of Integrity
and No Conflict of Interest.
Annexure 11: Declaration by Bidder regarding Qualification
4.6.3 Online Envelope - 3 for Financial Bid (Online Only):
The financial offer shall be submitted online only at https://mptenders.gov.in in prescribed
financial bid format which has been uploaded on portal. The Bidders shall quote for the entire
scope of Project on an “overall responsibility” basis such that the total Bid Price Covers
Bidder’s all obligations mentioned in or to be reasonably inferred from the bidding documents
in respect of providing the product/services.
4.6.4 Apart from the above, any document listed anywhere in the RFP which needs to be enclosed
with bid, shall be attached by the Bidders. All the above three (3) envelopes shall be enclosed
in an outer cover/ envelope marked as “BID” shall be addressed to CEO, SSCL, Sagar Smart

SAGAR SMART CITY LIMITED 27


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

City Limited.
4.6.5 If the Envelope is not sealed and marked as instructed above, SSCL assumes no
responsibility for the misplacement or premature opening of the Proposal submitted. In this
case, the prematurely opened proposals will be rejected and duly returned.
4.6.6 Any Proposal received by SSCL after the due date and time as defined in the RFP, will be
liable for rejection.

4.7 Modification and Withdrawal of Proposals


No Proposal shall be modified or withdrawn by the Bidder after the Proposal Due Date.

4.8 Opening of Bids


4.8.1 The Technical bids received shall be opened by SSCL, at the time and date notified in the
RFP, in the presence of the Bidders or their nominees, who choose to attend, unless
intimated otherwise. The date for opening of Financial Bids shall be intimated at later stage
to the technically qualified bidders only. SSCL reserves the right to reject any Proposal, if:
i. It is not signed, sealed and marked as stipulated herein.
ii. The information and documents have not been submitted as requested and in the formats
specified in the RFP.
iii. There are inconsistencies between the Proposal and the supporting documents.
iv. There are conditions proposed with the Proposals.
v. It provides the information with material deviations, which may affect the scope or
performance of the Project.
4.8.2 A material deviation or reservation is one:
i. which affects in any substantial way, the scope, quality, or performance of the Project,
or
ii. which limits in any substantial way, inconsistent with the RFP document, SSCL's rights
or the Bidder's obligations, or
iii. which would affect unfairly the competitive position of other Bidders' presenting
substantially responsive bids.

4.9 Evaluation of Proposals/ Bids


The evaluation will be done in the stages as explained below:
4.9.1 Stage-1 of evaluation: Envelop-1 containing “EMD” will be opened. If the Bid security is
not submitted or not considered proper as per the RFP, then no further processing will be
done, and the proposals of the Bidder shall be rejected.
4.9.2 Stage-2 of evaluation: Envelope-2 (Technical Bid) containing the Qualification
documents, eligibility criteria and Technical details of projects will be opened. If, the proposal
not meeting the prescribed Eligibility Criteria, it does not contain all requisite documents as
per RFP or in case of any other discrepancy, the same shall be rejected outright. All bidders,
after passing the Stage 1 & 2 of evaluation as above shall be treated as qualified for financial
bid opening i.e. stage 3 of evaluation.
As a first step towards evaluation of Technical BIDs, the SSCL shall determine whether
each Technical BID is responsive to the requirements of this RFP. A Technical BID shall
be considered responsive only if:

SAGAR SMART CITY LIMITED 28


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

(a) Technical BID is received online as per the formats including but not limited to the
following:
i. Annexure 1: Letter of Proposal and Interest
ii. Annexure 2: General Information of the Bidder
iii. Annexure 3: Format for Technical Criteria of Bidder.
iv. Annexure 4: Format for Financial Capability of Bidder
v. Annexure 5A: Undertaking for Manpower Deployment
vi. Annexure 7A: Format for Power of Attorney for Signing of Proposal.
vii. Annexure 7B: Format for Power of Attorney for Lead Member of Joint
Venture/Consortium
viii. Annexure 7C: Format for Joint Bidding Agreement for Joint
Venture/Consortium
ix. Annexure 8: Affidavit certifying that the Bidder is not blacklisted/ debarred.
x. Annexure 10: Undertaking on its letter head regarding compliance with the
Code of Integrity and No Conflict of Interest.
xi. Annexure 11: Declaration by Bidder regarding Qualification

(b) Technical Bid is accompanied by the EMD as specified in Clause 1.2.5 and Clause
4.4.1 of the RFP.
(c) Technical Bid is accompanied by the Bid Documents Cost as specified in Clause
1.2.1 of the RFP.
(d) Technical Bid contains all the information (complete in all respects); and
(e) Technical Bid does not contain any condition or qualification;
4.9.3 Post the evaluation process indicated in Clause 2.4, each Technical Bid will be assigned
a technical score out of a maximum of 100 marks and only the Bidders who get an
Overall Technical score of 70% or more in the Technical Evaluation Framework as given
in Section 2.4 (B) will qualify for Financial Evaluation stage. Failing to secure minimum
marks shall lead to technical rejection of the Bid.

4.9.4 Based on the clause no 4.9.3, online Financial Bid of only those Bidders who have
passed Stage-1 & Stage-2 and evaluation process indicated in Clause 2.4, shall be
opened on the scheduled date & time as prescribed by SSCL in presence of all the
Bidders or their nominees. Bidders shall be ranked L1, L2, L3, etc. on the basis of total
financial offer. The selection of Successful Bidder will be done on the basis of the lowest
bid (L1). The Bidder with Lowest Price Bid shall be awarded the Contract subject to the
conditions mentioned in this RFP.

4.9.5 If the Bid of the Successful Bidder is seriously unbalanced by more than or less than 15% in
relation to the SSCL‟s estimate of the cost of work to be performed under the Contract, SSCL
may require the Successful Bidder to produce plan of action along with the detailed price
analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency
of those prices with the construction methods and schedule proposed. After evaluation of the
price analysis, the SSCL may require that the amount of the Performance Security set-forth
be increased at the expense of the Successful Bidder to a level sufficient to protect the SSCL
against financial loss in the event of fundamental breach of the Contract by the Successful
Bidder under the Contract.
4.9.6 Any action on the part of the Bidder to revise the price(s) and/ or change the structure of
price(s) at his own after the opening of the Bid may result in rejection of the Bid.
SAGAR SMART CITY LIMITED 29
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

4.9.7 SSCL would have the right to review the Proposals and seek clarifications where necessary
after giving due notice. The response from the Bidder(s) shall only be in writing but no change
in the substance of the Proposal would be permitted. It is clarified that Bidders are free to
make suggestions but are not allowed to submit any conditional Bid as specified earlier.
4.9.8 SSCL reserves the right to reject any bid if it is of the opinion that the Bidder lacks the
expertise, experience and is not in possession of requisite infrastructure required for the
purpose of the Project. The discretion of CEO, SSCL in this respect shall be final and binding
on all bidders.
4.9.9 Any rebate/ discount linked with quality, term of payment or any other condition shall not be
considered for the purpose of evaluation of proposal.
4.9.10 Any attempt by a Bidder to influence in the evaluation of bids, or contract award decisions
may result in the rejection of its proposal.
4.9.11 SSCL also reserves the right to accept or reject any Bid, and to cancel the Bidding process
and rejects all Bids, at any time prior to the award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or
Bidders of the grounds for the SSCL‟s action.

4.10 Confidentiality
Information relating to the examination, clarification, evaluation and recommendation for
the Bidders shall not be disclosed to any person who is not officially concerned with the
process. SSCL will treat all information submitted as part of Bid, in confidence and will
require all those who have access to such material to treat the same in confidence. SSCL
will not divulge any such information unless it is ordered to do so by any Government
authority that has the power under law to require its disclosure or due to statutory
compliances.

4.11 Acceptance of the Offer/Award of Contract

4.11.1 SSCL shall issue Letter of Acceptance (LoA) to the Selected Bidder for the Project.
4.11.2 The Selected Bidder shall be required to send his unconditional acceptance of LoA within 15
(Fifteen) days from the date of its issue of LOA along with Plans, Specifications and
preliminary schedules with timeline.
4.11.3 After the acceptance of LoA, authorized representative of the Successful Bidder shall be
required to submit the Performance Bank Guarantee and additional security (if any) and to
execute the Contract Agreement within the given period.
4.11.4 SSCL shall retain the right to withdraw the LoA in the event of the Selected Bidder’s failure
to accept the LoA and/ or to submit the PBG and additional security (if any) and/ or to sign
the Contract Agreement within the time limit specified in the above clauses.
4.11.5 In the event SSCL exercise its rights as stated above, SSCL shall also forfeit the Bid Security/
EMD of the Selected Bidder and debar the Bidder for a period of two (2) year from
participating in any future projects with SSCL.
4.11.6 In case the Successful Bidder is a Joint Venture/Consortium, without prejudice to the joint
and several liability of all the members of the Joint Venture/Consortium, the Lead Member
shall represent all the members of the Joint Venture/Consortium and shall always be liable
and responsible for discharging the functions and obligations of the Consultant. The

SAGAR SMART CITY LIMITED 30


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Consultant shall ensure that each member of the Joint Venture/Consortium shall be bound
by any decision, communication, notice, action or inaction of the Lead Member on any matter
related to the Contract Agreement and the Authority shall be entitled to rely upon any such
action, decision or communication of the Lead Member. The Authority shall have the right to
release payments solely to the Lead Member and shall not in any manner be responsible or
be held liable for the inter se allocation of payments among members of the Joint
Venture/Consortium.
4.11.7 Deleted

4.12 Performance Security & Security Deposit


4.12.1 Prior to signing of Contract, the Successful Bidder has to submit the requisite interest free
Performance Security equivalent to 10% (Ten percent) of total awarded amount for the
Project and additional security (if any) for unbalanced Bids in accordance with clause 4.9.4
above in form of an irrevocable & unconditional Bank Guarantee issued by a Scheduled
Bank, as per the format given at Annexure- 12, within 15 (Fifteen) days from the date of issue
of LoA, with the validity up to 120 days beyond the end of the Contract Period.
4.12.2 The Performance Security which is 10% (Ten percent) of the total gross award of work
furnished by the Successful Bidder will be released after successful completion of Contract
Period, Defect Liability Period. Additional security (if any) will be released after successful
completion of Contract Period.
4.12.3 In case, the Performance security and additional security (if any) is not furnished by the
Successful Bidder during the 15 (Fifteen) days’ time period, then the same shall constitute
sufficient grounds for cancellation of the award and forfeiture of the Bid Security by SSCL.
Further, the Bidder will be debarred for a period of 2 years from participating in future SSCL
projects.
4.12.4 The Performance Security and additional security (if any) may also be encased at the sole
discretion of SSCL towards any damages/ penalty that may be payable by the Selected
Bidder due to default or breach of its obligations, and/or against termination eventualities
attributed to the Selected Bidder, under the terms of the Contract Agreement.

4.13 Termination of Contract

4.13.1 If the Consultant fails to carry out any obligation under the Contract, the SSCL may by notice
require the Consultant to make good the failure and to remedy it within a specified reasonable
time.
4.13.2 The CEO, SSCL on behalf of the SSCL shall be entitled to terminate the Contract if the
Consultant:
a) Abandons the works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the Contract
b) the Consultant is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation
c) without reasonable excuse fails to comply with the notice to correct a particular defect
within a reasonable period of time
d) the Consultant does not maintain a valid instrument of financial Security, as prescribed;

SAGAR SMART CITY LIMITED 31


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

e) the Consultant has delayed the completion of the Works by such duration for which the
maximum amount of penalty/ damages is recoverable
f) If the Consultant fails to deploy machinery and equipment or personnel or set up a field
laboratory as specified in the RFP or desired by the SSCL
g) if the Consultant, in judgmental of the SSCL has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract
h) Any other fundamental breaches as specified in the RFP.
4.13.3 In any of these events or circumstances, the CEO, SSCL may, upon giving 14 days’ notice
to the Consultant, terminate the Contract and expel the Consultant from the site. However,
in the case of sub paragraph (b) or (g) of clause 4.13.2 above, the CEO, SSCL may terminate
the Contract immediately.
4.13.4 Notwithstanding the above, the CEO, SSCL may terminate the Contract for convenience by
giving notice to the Consultant.
4.13.5 Payment upon Termination:
a) If the Contract is terminated as sated above, the CEO, SSCL shall issue a certificate for value
of the work accepted on final measurements, less advance payments, taxes due to be
deducted, penalty as indicated in the RFP and 5% of the contract value towards additional
compensation for the breach of Contract. The amount so arrived at shall be determined by
the CEO, SSCL and shall be final and binding on both the parties.
b) Payment on termination under clause 4.13.4 above, the CEO, SSCL shall issue a certificate
for the value of the work done, the reasonable cost of removal of Equipment, repatriation of
the Consultant’s personnel employed solely on the works, and the Consultant’s costs of
protecting and securing the works and less advance payments received up to the date of the
certificate, less other recoveries due in terms of the Contract and less taxes due to be
deducted at source as per applicable law.

4.14 Settlement of Disputes & Arbitration

4.14.1 Whether before its commencement or during the progress of Project/Work or after the
termination, abandonment or breach of the Contract, if any dispute or differences of any kind
what-so-ever arise between the SSCL and the Consultant in connection with or arising out
of this Contract or the execution of work, the same shall in the first instance supported with
complete documents and further documents, if any, required by him, be referred for
settlement to the CEO, SSCL and he shall, within a period of sixty (60) days after being
requested in writing by the Consultant to do so, convey his decision to the Consultant. Such
decision in respect of every matter so referred shall, subject to arbitration as hereinafter
provided, be final and binding upon the Consultant. In case the work is already in process,
the Consultant shall continue with the execution of the work as aforesaid with all due
diligence, whether any of the parties requires arbitration as hereinafter provided or not.
4.14.2 If the Employer has conveyed his decision to the Consultant and no claim for arbitration has
been filed by the Consultant within a period of sixty (60) days from the receipt of the letter
communicating the decision, the said decision shall be final and binding upon the Consultant
and will not be a subject matter of arbitration at all.
4.14.3 In case of dispute as aforesaid, which has not been settled amicably or for which CEO, SSCL
fails to convey his decision within a period of aforesaid sixty (60) days from the date on which
SAGAR SMART CITY LIMITED 32
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

the said request was made by the Consultant, any party can refer the dispute for Arbitration
under the (Indian) Arbitration and Conciliation Act, 1996 (as amended from time to time).
Such disputes shall be referred to an Arbitral Tribunal consisting of three arbitrators, one
each to be appointed by the SSCL and the Successful Bidder, the third arbitrator shall be
chosen by the two arbitrators so appointed by the parties and shall act as Presiding Arbitrator.
In case of failure of the two arbitrators, appointed by the parties to reach a consensus
regarding the appointment of the third arbitrator within a period of 30 (thirty) days from the
date of appointment of the two arbitrators, the Presiding arbitrator shall be appointed by the
CEO, SSCL. The Arbitration and Conciliation Act, 1996 and any statutory modification,
amendment or re-enactment thereof, shall apply to these arbitration proceedings.
4.14.4 Arbitration proceedings shall be held in Sagar, India and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
4.14.5 The decision of the majority of arbitrators shall be final and binding upon both parties. The
expenses of the arbitrators as determined by the arbitrators shall be shared equally by SSCL
and the Successful Bidder. However, the expenses incurred by each party in connection to
the preparation, presentation shall be borne by the party itself. All arbitration awards shall be
in writing and shall state the reasons for the award.
4.14.6 The stamp fee due on the award shall be payable by the party as desired by the
Arbitrator/Arbitral Tribunal and in the event of such party’s default, the stamp fee shall be
recoverable from another sum due to such party under this or any other contract.
4.14.7 The expiry to the contractual time limit, whether originally fixed or extended, shall not
invalidate the provisions of this clause.

4.15 Severability

If for any reason whatsoever any provision of this Agreement is or becomes invalid, illegal or
unenforceable or is declared by any court of competent jurisdiction or any other
instrumentality to be invalid, illegal or unenforceable, the validity, legality or enforceability of
the remaining provisions shall not be affected in any manner, and the Parties shall negotiate
in good faith with a view to agreeing upon one or more provisions which may be substituted
for such invalid, unenforceable or illegal provisions, as nearly as is practicable. Provided
failure to agree upon any such provisions shall not be subject to Dispute Resolution under
this Agreement or otherwise.

4.16 Term and Extension of the Contract

If the delay occurs due to circumstances beyond control of Consultant such act of god,
strikes, lockouts, fire, accident, defective materials, delay in approvals or any cause
whatsoever beyond the reasonable control of Consultant, a reasonable extension of time
shall be granted by the Authority. In the event, if the above-mentioned is more than One year
due to the above mentioned reasons, then price escalation for the extended period shall be
considered as per the CPI Index.

4.17 Notices

Unless otherwise stated, notices to be given under this Agreement including but not limited
to a notice of waiver of any term, breach of any term of this Agreement and termination of

SAGAR SMART CITY LIMITED 33


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

this Agreement, shall be in writing and by registered post or delivered personally to the
Parties at their respective addresses as in the Contract Agreement or such address as may
be duly notified by the respective Parties from time to time.

4.18 Deliverables, Payment Terms

The following outputs are expected to be delivered in stages in total duration of assignment.
S.no. Deliverables No. of Time Payment
Copies Period Schedule
A Setup Phase
1. Submission of “Incubation 2 Hard copy T1+ 30 10% of Setup
Center Inception Report” including with soft copy days price Quote
establishment plan and “Operating over email
Model Report”. This report will
comprise of Governance Mechanism,
Operating Models for various events,
schemes and Programmes and
progress reporting metrics and
mobilization of Team and approval by
SSCL of the Same
2. Delivery of respective material 2 Hard copy T1 + 60 30% of Setup
with soft copy days Price Quote
over email
3. Setup of Interior spaces, Procurement 2 Hard copy T1+ 90 40% of Setup
and Installation of Furniture and with soft copy days price Quote
Fixture and Hardware and Software over email
for operations. Approved by SSCL
4. Testing and Go live/ Completion date 2 Hard copy T1 +120 20% of Setup
(T2) with soft copy Days Price Quote
over email (4 months)
B Operation and Maintenance Phase
1. Implementation Monthly Progress 2 Hard copy T2+60 O&M Price
Report with soft copy Months quote paid
over email through 12
equal quarterly
installments.

Note: The period between the submission of draft report and its discussion would not be included
in the period of assignment.

T1 = Date of Signing of Contract / Agreement


T2 = Date of Completion of Setup/Furnishing of Incubation Centre

The payment will be become due on approval of the draft reports and on raising of bills/ invoice
by the consultant after the approval of the stage report. The processing time of the payment will
be 60 days for final payment and 30 days for all other payments.

Formats of the various reports like “Incubation Center Inception Report” and “Implementation
Support Monthly Progress Report” will be suggested by the appointed consultant and approved
by SSCL.
4. Payment against Setup/Furnishing the incubation center shall be released after post
inspection by SSCL.

SAGAR SMART CITY LIMITED 34


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

5. Payment against Management and Operational cost shall be paid by SSCL on quarterly
basis after completion of the quarter and the activities planned for the quarter

4.19 Procedure for Monitoring & Review of the Assignment

The Consultant’s work will be monitored and reviewed by the Evaluation/Audit Committee
under the SSCL assigned Committee.
Note: Monthly Progress Reports
The Consultant shall submit progress reports on monthly basis to the Client to keep track of
the project activities during the entire implementation phase.

4.20 SLAs and Penalties

Penalty for non-deliverable of expected services as described in Scope of work are as


follows:
Penalties for Setup Phase
Parameter for SLA Penalties
Delay in Submission of Incubation • Penalty of 1.5% of deliverable (A1) will be levied on
Centre Inception Report the bidder per week, if the bidder is unable to submit
the ‘Complete’ Inception Report in 15 days.
Delay in Procurement and • Penalty of 2% of deliverable (A3) will be levied on
Installation of Furniture, Fixture, the bidder per week, if the bidder is unable to
Hardware and Software for procure ad install the required furniture, fixture,
Operations. hardware and software for operations within 90
days.
Delay in Submission of • Penalty of 2% of deliverable (A2) will be levied on
“Operating Model Report” the bidder per week, if the bidder is unable to submit
the ‘Complete’ Operating Model Report in 60 days.
Penalties for Operation and Management Phase
Replacement of the Hardware/ • Penalty of 0.5% of deliverable (B1) will be levied on
Software items, as per the Bidder in case the bidder is unable to replace
requirement any damaged hardware and software item within
24hours.

Replacement of Furniture • Penalty of 0.5% of deliverable(B1) will be levied on


the Bidder, in case the bidder is unable to replace
any damaged furniture within 24Hours
One startup 3 days • Penalty of 2% of deliverable(B1) will be levied on
program/workshop/conclave/other bidder in case the required workshops are not
events (as mentioned in the scope conducted every 6 months.
of work) every six months at the
proposed Incubation Centre.
One Mentoring Session per month • Penalty of 1% of deliverable(B1) will be levied on
with noted mentor. bidder in case the required Mentoring session is not
conducted per month.
In case the Non-deployment of the Penalty will be charged from the Bidder on the Non
staff as described in the RFP deployment of required staff on per week basis:
• Project Director – Rs. 25,000/-
• Project Team Leader– Rs.
20,000/-

SAGAR SMART CITY LIMITED 35


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

• Project Consultants – Rs.


15,000/
• Marketing Manager- Rs. 10,000/-

However, the amount of maximum penalty on all the above mentioned defaults shall be
limited to 10% of the contract amount.
Any penalties/ liquidated damages, as applicable, for delay and non-performance, as
mentioned above, shall be deducted from the due payments of the respective invoice and/or
the Performance Security submitted by the Successful Bidder.

4.21 Insurance

The material procured under this Project shall be fully insured by the Consultant, against any
loss or damage. The Consultant shall submit to the Project Officer, documentary evidence
issued by the insurance company, indicating that such insurance has been taken.

4.22 Obligations of the Parties

a) Consultant’s Obligation- The Consultant shall at its own cost and expense:
1. Maintain the amenities for housing his/her team including office space, office furniture,
electricity and connectivity infrastructure (adequate Internet and Intranet bandwidth)
without any additional cost.
2. Obtain all applicable permits as required by or under the applicable law and be in
compliance thereof at all the times during the Contract Period;
3. Shall indemnify SSCL in respect of any claims made against it (SSCL) in relation to
the use of licenses, permits, and/or any intellectual property, used/required for the
Project.
4. Procure and maintain in full force and effect, as necessary, appropriate proprietary
rights, licenses, agreements and permissions for materials, methods, processes and
systems used in or incorporated into the project.
5. Make efforts to maintain harmony and good industrial relations among the personnel
employed in connection with the performance of its obligations under this Agreement
and shall be solely responsible for compliance with all labor laws and solely liable for
all possible claims and employment related liabilities of its staff employed in relation
with the project and hereby indemnifies SSCL against any claims, damages,
expenses or losses in this regard and that in no case and shall for no purpose shall
SSCL be treated as employer in this regard.
6. Be responsible for all the health, security, environment and safety aspects of the
Project at all times during the Contract Period.
7. Shall at all times obtain and maintain necessary insurance, workmen compensation
insurance policies throughout the Contract Period for the other employees deployed
for this Project.
8. Upon receipt of a request thereof, afford access to the Project Facilities to the
authorized representatives of SSCL for the purpose of ascertaining compliance with

SAGAR SMART CITY LIMITED 36


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

the terms, covenants and conditions of this Agreement.


9. Take all approvals, permissions and authorizations which he may require or is obliged
to seek from SSCL or any other Organization under its Agreement, in connection with
implementation of the Project and the performance of its obligations.
10. Maintain the Project Area and Project Facilities with utmost care and ensure clean
and hygienic conditions at the Project area at all times
b) SSCL’s Obligations
In addition to and not in derogation or substitution of any of its other obligations under
this Agreement, SSCL shall have the following obligations:
1. SSCL shall make available the site free of cost to the Consultant to undertake the
Project.
2. Wherever appropriate SSCL will provide all support to Consultant on a best effort
basis in securing applicable permits. However, any delay in obtaining the required
permits is solely the responsibility of Consultant only
3. Observe and comply with all its obligations set forth in this Agreement.

SAGAR SMART CITY LIMITED 37


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 1 - LETTER OF PROPOSAL AND INTEREST


(To be submitted and signed by the Bidder's authorised signatory)

To,
The Chief Executive Officer,
SAGAR SMART CITY LIMITED,
SAGAR.
Sub: RFP for "Selection of an Agency to Setup & Manage an Incubation Centre under Smart
Cities Mission”
Sir,
1. Being duly authorized to represent and act for and on behalf of ______ (name of and
complete address of the bidding entity) (herein “the Bidder”), and having studied and fully
understood all the information provided in the RFP document, the undersigned hereby apply
as a Bidder for " Selection of an Agency to Setup & Manage an Incubation Centre under
Smart Cities Mission” according to the terms & conditions of the offer made by SSCL.
2. Our Technical Bid & Financial Bid as per the requisite formats along with the supporting
documents, duly filled and signed on each page are enclosed in separate sealed envelopes
as specified.
3. I/We have visited the site of work and am/are fully aware of all the difficulties and conditions
likely to affect carrying out the work. I/We have fully acquainted myself/ourselves about the
conditions in regard to accessibility of site and quarries/ kilns, nature and the extent of
ground, soil, working conditions including stacking of materials, installation of tools and plant
conditions effecting accommodation and movement of labour etc. required for the satisfactory
execution of contract.
4. I/We undertake, if our Bid is accepted, to commence the works as soon as is reasonably
possible after the signing of the Contract Agreement, and to complete the whole of the works
as per the scope of work given in the RFP within the time stated in the RFP and further,
undertake to fully maintain the Project as per the terms and conditions of the RFP and time
to time instructions given by the SSCL in the interest of the Project.
5. I/We agree to abide by this Bid for the period of 180 days from the date fixed for receiving
the same, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
6. SSCL and its authorized representatives are hereby authorized to conduct any inquiries/
investigation to verify the statements, documents and information submitted in connection
with the proposal and to seek clarification from our bankers or undersigned, regarding any
financial and technical aspects. This letter of proposal will also serve as authorization to any
individual or authorized representative of any institution referred to the supporting
information, to provide such information deemed necessary and requested by SSCL to verify
statements and information provided in the proposal or with regard to the resources,
experience and competence of the bidder.
7. This proposal is made with full understanding that:
(a) Bids will be subject to verification of all information submitted at the time of bidding.

SAGAR SMART CITY LIMITED 38


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

(b) SSCL reserves the right to reject or accept any bid, cancel the bidding process and I or
reject all bids.
(c) SSCL shall not be liable for any of the above actions and shall be under no obligation to
inform the bidder of the same.
(d) SSCL is not bound to accept the lowest or any tender that it may receive.
8. We, the undersigned, declare the statements made and the information provided in the duly
completed proposal forms enclosed, are complete, true and correct in every detail.
9. We hereby confirm that we have read, understood and accepted all the detailed terms and
conditions of this RFP and Project related Information as required for the tender.
10. This offer is being made by us after taking into consideration all the terms and conditions
stated in the RFP document, all risks and contingencies and all other conditions that may
affect the financial proposal.
11. This proposal is made with the full understanding that the validity of bids submitted by us will
be subject to verification of all information, terms and conditions submitted at the time of
bidding and its final acceptance by SSCL. We agree that, without prejudice to any other right
or remedy, SSCL shall be at liberty to forfeit the said Bid Security absolutely.

Authorised signatory

Date:
Name and seal of Bidder Place:

SAGAR SMART CITY LIMITED 39


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 2- GENERAL INFORMATION OF THE BIDDER


(To be submitted on the Letterhead of the Bidder)

Sr.no. Particulars Details


1. Registration No. issued by centralized (If applicable, scanned copy of proof of
registration system of Govt. of MP or application for registration to be
proof of application for registration uploaded)
2. Name of Organization/ Proprietary
Firm/ Partnership Firm Registered
under Partnership Act)/ Limited
Company (Registered under the
Companies Act–1956/2013)/
Corporation/
3. Entity of Organization:

Proprietary Firm/ Partnership Firm


(Registered under Partnership Act)/
Limited Company (Registered under
the Companies Act–1956/2013 (as
amended)
4. Address of Communication
5. Telephone Number with STD Code
6. Fax Number with STD Code
7. Mobile Number
8. E-mail Address for all communications
9 Details of Authorized Representative
a Name
b Designation
c Postal Address with pin code
d Telephone Number with STD Code
e Fax Number with STD Code
f Mobile Number
g E-mail Address

Note:
a) In case of Partnership firm and Company, certified copy of partnership deed/ Articles of
Association and Memorandum of Association of Company along with registration
certificate of the Company shall have to be enclosed. In case of Proprietorship firm,
registration certificate under indirect taxes shall have to be enclosed. In case of Trust,
Society, Cooperative Society, NGO, Institute or any other legal entity as required under
this RFP, Copy of certificate of incorporation and/or registration under the respective
relevant Act/law.

b) To be provided by each member of JV/Consortium, in case the Bidder is a Joint


Venture/Consortium.

Signature of Bidder with Seal Date:

SAGAR SMART CITY LIMITED 40


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 3 - FORMAT FOR TECHNICAL CRITERIA OF BIDDER

Work Experience Record (List of Similar Works Executed in Past)

Contact
Date of Work
Sr. Agreement Name of Details of
Order and Date Project Cost
No. Number & Year Project Department /
of Completion
Authority

1.

2.

3.

4.

5.

Note:

a) Completion Certificate duly signed by the not less than Executive Engineer shall also
be enclosed for each completed work.
b) To be provided by each member of JV/Consortium, in case the Bidder is a Joint
Venture/Consortium.

Signed

(Name of the Authorized Signatory)

For and on behalf of (Name of the Bidder)

Designation:

Place:

Date

SAGAR SMART CITY LIMITED 41


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 4 - FORMAT FOR FINANCIAL CAPABILITY OF BIDDER

Sr. No. Financial Year Turnover (Rs.)

1.

2.

3.

Total

Average Total

Note:
a) Annual Turnover of Construction should be certified by the Chartered Accountant.
b) Audited Balance Sheet including all related notes, and income statements for the
above financial years to be enclosed.
c) To be provided by each member of JV/Consortium, in case the Bidder is a Joint
Venture/Consortium.

Signed Signature of Statutory Auditors

(Name of the Authorised Signatory) (with seal & registration no.)

For and on behalf of


(Name of the Bidder)

Designation:
Place:

Date:

SAGAR SMART CITY LIMITED 42


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 5 – UNDERTAKING FOR MANPOWER DEPLOYMENT

(To be submitted on the letterhead of the Bidder)

We hereby undertake that upon award of the Project i.e. “Selection of an Agency to Setup &
Manage an Incubation Centre under Smart Cities Mission” to us, we shall deploy at least the
following manpower for the safe, smooth and timely execution of the Project.

Min Technical Manpower deployment should be as per following table:


S.no. Discipline Minimum Minimum Experience No of Expected
Qualification Resources Minimum
Required Deployment
during the
project tenure
1. Project MBA + • Minimum 12 years’ 1 Part time with
Director/Team B.E./B.Tech/ industry experience minimum 2
Leader with minimum one Days per
project in the field of fortnight
Innovation and
Incubation center setup
/ operations and
maintenance.
• Should be full time
employee and on the
payroll of the bidder.
2 Onsite Project MBA + BE / Minimum 7 years’ 1 Full Time
Lead – Project B.Tech industry
Manager experience with
minimum 3
years of experience in
the field
of Innovation and
Incubation
center setup / operations
and
maintenance.
3 Manager - IT IT MBA /MCA + Minimum 5 years of 1 Full Time
BE / B.Tech relevant experience in
the field of IT
4 Human BE+PGDM/MBA Minimum 3 years’ 1 Full Time
Resources and Experience in Industry
Public Relation
5 Project BE/BBA / B.A./ Minimum 3 years of 2 Full Time
Consultants – B.Sc / Industry experience in
Subject Matter B.Tech. / MCA / the field of Innovation
Expert MBA and Incubation centre
setup / operations and
maintenance
Date: Authorised signatory:
Place: Name and Seal of Bidder:
Name of Company:
Address:

SAGAR SMART CITY LIMITED 43


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 6 - FORMAT FOR FINANCIAL PROPOSAL


(To be submitted and signed by the Bidder's authorised signatory)
TENDER FOR ITEM RATE CONTRACT:
NAME OF WORK: Selection of an Agency to Setup & Manage an Incubation Centre under
Smart Cities Mission
Dear Sir,
1. With reference to your RFP document dated __/__/____, I/we, having examined the Bid
Documents and understood their contents, hereby submit my/our BID for the aforesaid Work.
The BID is unconditional and unqualified.
2. I/ We acknowledge that the SSCL will be relying on the information provided
in the BID and the documents accompanying the BID for selection of the Consultant
for the aforesaid Project, and we certify that all information provided in the Bid are true and
correct; nothing has been omitted which renders such information misleading; and all
documents accompanying the BID are true copies of their respective originals.
3. The BID Price has been quoted by me/us after taking into consideration
all the terms and conditions stated in the RFP, draft Agreement, our own estimates of costs
and after a careful assessment of the site and all the conditions that may affect the project
cost and implementation of the project.
4. I/ We acknowledge the right of the SSCL to reject our BID without assigning
any reason or otherwise and hereby waive, to the fullest extent permitted by
applicable law, our right to challenge the same on any account whatsoever.
5. Should my/our bid be accepted, I/We hereby agree to abide by and fulfil all the terms and
provisions of the said Conditions of Contract annexed hereto so far as applicable, or in default
thereof to forfeit and pay to the Executive Director, SSCL, Sagar; Madhya Pradesh or his
successors in office the sums of money mentioned in the said conditions.
6. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into an
Agreement in accordance with the draft that has been provided to me/us prior to the BID Due
Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the
same.
7. I/ We hereby submit our BID and offer a BID Price in the Financial Bid Format for undertaking
the aforesaid Project in accordance with the Terms and Conditions specified in the Bid
Documents and the Agreement.
Note:
i. Only one rate of item wise Price based on the Bill of Quantities shall be quoted.
ii. Price shall be quoted in figures. If any difference in figures and words is found, lower of the
two shall be taken as valid and correct rate. If the Bidder is not ready to accept such valid
and correct rate and declines to furnish Performance Security plus additional security (if any)
and sign the agreement his Earnest Money deposit shall be forfeited.
iii. In case any cell(s) wherein the Bidder is required to quote the rate of individual item(s) is/are
left blank for any reason whatsoever, the value of such cell shall be considered zero (0).
iv. All duties, royalties, levies, taxes and Goods and Services Tax (GST) are included in the
Price Bid quoted by the Bidder.
SAGAR SMART CITY LIMITED 44
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Date: Authorized Signatory:


Place: Name and Seal of Bidder:
Name of the company and Address

Note - The financial proposal shall be submitted online only at https://mptenders.gov.in in prescribed
excel format which has been uploaded on portal.

SAGAR SMART CITY LIMITED 45


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 7 A- FORMAT FOR POWER OF ATTORNEY FOR SIGNING


OF PROPOSAL

(To be submitted on the stamp paper of Rs. 100)


Power of Attorney

Know all men by these presents, We ___________________________ (name and address of the
registered office) do hereby constitute, appoint and authorise Mr I Ms.
_________________________ (name and residential address) who is presently employed with us
and holding the position of as our attorney, to do in our name and on our behalf, all such acts, deeds
and things necessary in connection with or incidental to our bid for the project envisaging documents
and providing information I responses to SSCL, representing us in all matters before SSCL, and
generally dealing with SSCL in all matters in connection with our bid for " Selection of an Agency to
Setup & Manage an Incubation Centre under Smart Cities Mission” (hereinafter referred to as the
“Project”).
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us.

For
………………………………………………………………….
Accepted
____________________________________(signature)

(Name, Title and Address) of the Attorney

Note:
The mode of execution of the Power of Attorney should be in accordance with the procedure if any,
laid down by the applicable law and the charter documents of the executant(s) and when it is so
required the same should be under common seal affixed in accordance with the required procedure.

SAGAR SMART CITY LIMITED 46


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 7B - FORMAT FOR POWER OF ATTORNEY FOR LEAD


MEMBER OF JOINT VENTURE/CONSORTIUM
(To be submitted on the stamp paper of Rs. 100)
Power of Attorney for Lead Member

Whereas Sagar Smart City Limited (“the SSCL”) has invited Bids for Selection of an Agency to
Setup & Manage an Incubation Centre under Smart Cities Mission (the “Project”).

Whereas, …………………….. and …………………….. (collectively the “Joint Venture” or


“Consortium”) being Members of the Joint Venture/Consortium are interested in bidding for the Project
in accordance with the terms and conditions of the Request for Proposal (RFP) and other Bid
documents including agreement in respect of the Project, and

Whereas, it is necessary for the Members of the Joint Venture/Consortium to designate one of them
as the Lead Member with all necessary power and authority to do for and on behalf of the Joint
Venture/Consortium, all acts, deeds and things as may be necessary in connection with the Joint
Venture/Consortium’s Bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

We, M/s…… having our registered office at …….and M/s….. having our registered office at ………,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate,
constitute, appoint and authorize M/S ……. having its registered office at ………., being one of the
Members of the Joint Venture/Consortium, as the Lead Member and true and lawful attorney of the
Joint Venture/Consortium (hereinafter referred to as the “Attorney”). We hereby irrevocably authorize
the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Joint
Venture/Consortium and any one of us during the bidding process and, in the event the Joint
Venture/Consortium is awarded the contract, during the execution of the Project and in this regard, to
do on our behalf and on behalf of the Joint Venture/Consortium, all or any of such acts, deeds or
things as are necessary or required or incidental to the pre-qualification of the Joint
Venture/Consortium and submission of its Bid for the Project, including but not limited to signing and
submission of all applications, Bids and other documents and writings, participate in pre Bid and other
conferences, respond to queries, submit information/ documents, sign and execute contracts and
undertakings consequent to acceptance of the Bid of the Joint Venture/Consortium and generally to
represent the Joint Venture/Consortium in all its dealings with the SSCL, and/ or any other
Government Agency or any person, in all matters in connection with or relating to or arising out of the
Joint Venture/Consortium’s Bid for the in all respect Project and/ or upon award thereof till the Contract
is entered into with the SSCL & Compelled.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of
the powers hereby conferred shall and shall always be deemed to have been done by us/ Joint
Venture/Consortium.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER
OF ATTORNEY ON THIS …………………. DAY OF ………. 2..…

SAGAR SMART CITY LIMITED 47


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

For …………………….. For ……………………..


(Signature) (Signature)
………………….. …………………..
(Name & Title) (Name & Title)
(Executants)
(To be executed by all the Members of the Joint Venture/Consortium)

Witnesses:
1.
2.

Notes:
 The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executant(s) and when it is so
required, the same should be under common seal affixed in accordance with the required procedure.

 Also, wherever required, the Bidder should submit for verification the extract of the charter documents
and documents such as a board or shareholders’ resolution/ power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

SAGAR SMART CITY LIMITED 48


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 7C - FORMAT FOR JOINT BIDDING AGREEMENT FOR JOINT


VENTURE/CONSORTIUM
(To be submitted on the stamp paper of Rs. 100)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 20…

AMONGST

1. {………… Limited, and having its registered office at ………… } (hereinafter referred to as the
“First Part” which expression shall, unless repugnant to the context include its successors and
permitted assigns)

AND

2. {………… Limited, having its registered office at ………… } and (hereinafter referred to as the
“Second Part” which expression shall, unless repugnant to the context include its successors
and permitted assigns)

The above mentioned parties of the FIRST and SECOND PART are collectively referred to as
the “Parties” and each is individually referred to as a “Party”

WHEREAS,

(A) The Chief Executive Officer, Sagar Smart City Limited, Sagar (“SSCL”) which expression
shall, unless repugnant to the context or meaning thereof, include its administrators,
successors and assigns) has invited bids (the Bids”) by its Request for Proposal No. …………
dated …………………..(the “RFP”) for award of contract for……………………………………
(the “Project”) through a construction Contract.

(B) The Parties are interested in jointly bidding for the Project as members of a Joint
Venture/Consortium and in accordance with the terms and conditions of the RFP document
and other bid documents in respect of the Project, and

(C) It is a necessary condition under the RFP document that the members of the Joint
Venture/Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with
the Application.

NOW IT IS HEREBY AGREED as follows:


1. Definitions and Interpretations
In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the
meaning ascribed thereto under the RFP.
2. Joint Venture/Consortium
2.1 The Parties do hereby irrevocably constitute a joint venture/consortium (the “Joint Venture”
or “Consortium”) for the purposes of jointly participating in the Bidding Process for the
Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this Joint
Venture/Consortium and not individually and/ or through any other Joint Venture/Consortium
constituted for this Project, either directly or indirectly.
3. Covenants
The Parties hereby undertake that in the event the Joint Venture/Consortium is declared the

SAGAR SMART CITY LIMITED 49


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

selected Bidder and awarded the Project, it shall enter into the Contract Agreement with the
Authority for performing all its obligations as the Consultant in terms of the Contract Agreement
for the Project.
4. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) Party of the First Part shall be the Lead member of the Joint Venture/Consortium and shall
have the power of attorney from all Parties for conducting all business for and on behalf
of the Joint Venture/Consortium during the Bidding Process and for performing all its
obligations as the Consultant in terms of the Contract Agreement for the Project;
(b) Party of the Second Part shall be the Other Member of the Joint Venture/Consortium;
5. Joint and Several Liability

The Parties do hereby undertake to be jointly and severally responsible for all obligations and
liabilities relating to the Project and in accordance with the terms of the RFP and the Contract
Agreement, till such time as the completion of the Project is achieved under and in accordance
with the Contract Agreement.

6. Share of work in the Project

The Parties agree that the proportion of construction in the Contract to be allocated among the
members shall be as follows:

First Party:
Second Party:
Further, the Lead Member shall itself undertake and perform at least 51 (fifty-one) per cent of
the Works of the Project, if the Contract is allocated to the Joint Venture/Consortium.
7. Representation of the Parties

Each Party represents to the other Parties as of the date of this Agreement that:

(a) Such Party is duly organized, validly existing and in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this Agreement;

(b) The execution, delivery and performance by such Party of this Agreement has been
authorized by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution/ power of attorney in
favour of the person executing this Agreement for the delegation of power and authority
to execute this Agreement on behalf of the Joint Venture/Consortium Member is
annexed to this Agreement, and will not, to the best of its knowledge:

(i) require any consent or approval not already obtained;


(ii) violate any Applicable Law presently in effect and having applicability to it;
(iii) violate the memorandum and articles of association, by-laws or other applicable
organizational documents thereof;
(iv) violate any clearance, permit, concession, grant, license or other governmental
authorization, approval, judgement, order or decree or any mortgage
agreement, indenture or any other instrument to which such Party is a party or
by which such Party or any of its properties or assets are bound or that is
otherwise applicable to such Party; or

SAGAR SMART CITY LIMITED 50


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

(v) create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge,
security interest, encumbrances or mortgage in or on the property of such Party,
except for encumbrances that would not, individually or in the aggregate, have
a material adverse effect on the financial condition or prospects or business of
such Party so as to prevent such Party from fulfilling its obligations under this
Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such Party
in the fulfillment of its obligations under this Agreement.
8. Termination

This Agreement shall be effective from the date hereof and shall continue in full force and
effect until Project completion (the “Defects Liability Period”) is achieved under and in
accordance with the Contract, in case the Project is awarded to the Joint Venture/Consortium.
However, in case the Joint Venture/Consortium is either not pre-qualified for the Project or
does not get selected for award of the Project, the Agreement will stand terminated in case the
Applicant is not pre-qualified or upon return of the EMD by the Authority to the Bidder, as the
case may be.
9. Miscellaneous

9.1 This Joint Bidding Agreement shall be governed by laws of India.

9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties
without the prior written consent of the Authority.

For and on behalf of


LEAD MEMBER by: SECOND PART
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
In the presence of:

Notes:
1………………. 2.............................
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the executant(s) and
when it is so required, the same should be under common seal affixed in accordance with the required
procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing this Agreement
for the delegation of power and authority to execute this Agreement on behalf of the Joint
Venture/Consortium Member.

SAGAR SMART CITY LIMITED 51


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 8 - AFFIDAVIT CERTIFYING THAT THE BIDDER IS NOT


BLACK LISTED /DEBARRED

(To be submitted on the Letterhead of the Bidder)

Certificate of tendered that


"I/ We have not been debarred or black listed or suspended or debarred from the business from any
department of Central Government of India/ State Government / PSU/ any other government / semi
government department etc. During the last three years"

Date: Authorised signatory:


Place: Name and Seal of Bidder:
Name of Company:
Address:

SAGAR SMART CITY LIMITED 52


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 9 – THE PROJECT SITE


Location: Location will be finalised at the time of Agreement. SSCL will provide minimum Area of
Land

SAGAR SMART CITY LIMITED 53


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 10- COMPLIANCE WITH THE CODE OF INTEGRITY AND NO


CONFLICT OF INTEREST
(To be submitted on the Letterhead of the Bidder)
Bidder shall give an undertaking on its letterhead stating that its firm duly complied with
Code of Integrity and has no Conflict of Interest in respect of this RFP.

1. Code of Integrity
For duly complying with the Code of Integrity, any Bidder in the procurement process shall
-
(a) Not offer any bribe, reward or gift or any material benefit either directly or
indirectly in exchange for an unfair advantage in procurement process to
otherwise influence the procurement process:
(b) Not misrepresent or omit the misleads or attempts to mislead so as to
obtain a financial or other benefit or avoid an obligation:
(c) Not indulge in any collusion, bid rigging or anti-competitive behavior to
impale the transparency, fairness and progress of the procurement
process:
(d) Not misuse any information shared between the procuring Entity and the
Bidders with an intent to gain unfair advantage in the procurement
process:
(e) Not indulge in any coercion including impairing or harming or threatening
to do the same, directly or indirectly to any party or to its property to
influence the procurement process:
(f) Not obstruct any investigation or audit of a procurement process:
(g) Disclose conflict of interest if any: and
(h) Disclose any previous transgressions/debarment/blacklisting with any
Procuring entity in India or any other country during the last three years
or any debarment by any other procuring entity.
2. Conflict of Interest
The Bidder participating in a bidding process must not have a Conflict of interest. A Conflict
of interest is considered to be a situation in which a party has interests that could improperly
influence that party's performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations. A Bidder maybe
considered to be in Conflict of Interest with one or more parties in a bidding process if,
including but not limited to:
(a) Have controlling partners/shareholders in common: or
(b) Receive or have received any direct or indirect subsidy from any of them:
or
(c) Have the same legal representative for purposes of the Bid: or
(d) Have a relationship with each other directly or through common third
parties. that puts them in a position to have access to information about
or influence on the Bid of another Bidder, or influence the decisions of
SAGAR SMART CITY LIMITED 54
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

the Procuring Entity regarding the Bidding process: or


(e) The Bidder participates in more than one Bid in a bidding process.
Participation by a Bidder in more than one Bid will result in the
disqualification of all Bids in which the Bidder is involved However, this
does not limit the inclusion of some subConsultant, not otherwise
participating as a Bidder, in more than one Bid: or
(f) The Bidder or any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of the Goods, Works
or Services that are the subject of the Bid: or
(g) Bidder or any of its affiliates has been hired (or is proposed to be hired)
by the Procuring Entity as engineer-in-charge/consultant for the contract.

3. I agree and undertake that I/we shall maintain the Code of Integrity as mention as
mentioned in point no. 1 of this Annexure.

4. I/ We declare that I/we do not have any Conflict of Interest as mentioned in point no. 2 of
this Annexure.

Date: Authorised signatory:


Place: Name and Seal of Bidder:
Name of Company
Address:

SAGAR SMART CITY LIMITED 55


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 11- DECLARATION REGARDING QUALIFICATION


(To be submitted on the Letterhead of the Bidder)
In relation to my/our Bid submitted to Sagar Smart City Ltd. for " Selection of an Agency to Setup &
Manage an Incubation Centre under Smart Cities Mission” and in response to their Notice inviting
Bids No. ____________dated ___ /__/____, I/We hereby declare as follows:
1. I/we, the undersigned, do hereby certify that all the statements made in the required
attachments are true and correct.
2. I/We possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Authority/SSCL:
3. I/We have fulfilled my/our obligation to pay such of the taxes payable to the Union and the
State government or any local authority as specified in the Bidding Document:
4. I/We are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs
administered by a court or a judicial officer not have my/our business activities suspended
and not the subject of legal proceeding for any of the foregoing reasons:
5. I/We do not have, and our directors and officers have not, been convicted of any criminal
offence related to my/our professional conduct or the making of false statements or
misrepresentations as to my/our qualifications to enter into a procurement Contract within a
period of three years preceding the commencement debarment proceedings.
6. I/We do not have a conflict of interest as specified in the Act, Rules and the Bidding
Document, which materially affects fair competition.
7. I/We binds ourselves with all the stipulations of the Bidding Document including period of
completion, provision of adequate equipment, personnel and other resources required for
completion within the stipulated completion period and adequate maintenance and agrees to
augment them, if found necessary for timely completion of the Project/Work, as desired by
the SSCL.

Date: Authorised signatory:


Place: Name and Seal of Bidder:
Name of Company
Address:

SAGAR SMART CITY LIMITED 56


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 12- FORMAT FOR PERFORMANCE BANK GUARANTEE


To,

(Name of the Employer) ___________________________________________________________

_________________________________________________________ (address of the employer)

WHEREAS (name and address of Consultant) (hereinafter called “The Consultant) has undertaken
the work of “Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities
Mission” (hereinafter called “the Contract”) in pursuance of Letter of Acceptance (LOA) No
________________dated .

AND WHEREAS it has been stipulated in the said LOA that the Consultant shall furnish a Bank
Guarantee by a recognized Bank for the sum specified therein as security for compliance with the
obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of
the Consultant, up to a total of ____________________________ (amount of guarantee)
_________________________________________ (in words) such sum being payable in the types
and proportions of currencies in which the Contract Price is payable. And we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
___________________ (amounts of guarantee) as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Consultant before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed there under or of any of the contract documents which may be made
between you and the Consultant shall in any way release us from any liability under this guarantee
and we hereby waive notice of any such change, addition of modification.
That guarantee shall be valid until 180 days from the date of expiry of the Contract Period.

Signature and seal of the Guarantor

Name of Bank ____________________

Address _________________________

Dated____________________________

SAGAR SMART CITY LIMITED 57


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 13- Bill of Quantities


BILL OF QUANTITIES PREAMBLE

1. The Bill of Quantities shall be read in conjunction, with the instructions to Bidders, Conditions
of Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of
work ordered and carried out, as measured by the Consultant and verified by the SSCL and
valued at the rates and prices tendered in the priced Bill of Quantities
3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is
otherwise provided under the Contract, include all constructional plant, labour, supervision,
materials, erection, maintenance, insurance, profit, taxes and duties, together with all general
risks liabilities and obligations set out or implied in the Contract.
4. The rates and prices shall be quoted entirely in Indian Currency.
5. The whole cost of complying with the provisions of the Contract shall be included in the items
provided in the priced Bill of Quantities, and where no items are provided the cost shall be
deemed to be distributed among the rates and prices entered for the related items of work.
6. General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bill of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bill of
quantities.
Notes:
1.Under this agreement, it is clarified that any executed quantity shall only be made on the item rates
given against each item of the work.
2.The Consultant shall be liable to execute quantities more or less than the above quantities, if required
as per site conditions, as given in the RFP and payment for such excess or reduced work shall also
be made on the individual item rates.
3. The Consultant shall be further liable to execute items more than the above mentioned items, if
required as per site conditions and payment for such excess item shall also be made on the extra
items in adjusted market rate or in SOR rates.

SAGAR SMART CITY LIMITED 58


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 14- Contract Agreement

This agreement is made on the ____day of ___________, 2020 at Sagar, Madhya Pradesh

BETWEEN

Sagar Smart City Limited, having its office at Sagar Smart City Office, 2nd Floor, ICCC Building,
New Collectorate Premises, Sagar, Madhya Pradesh-470002, which expression shall unless
excluded by or repugnant to the context or meaning thereof be deemed to include its successors
and permitted assigns (hereinafter called “the SSCL") on one Part;

AND

M/s. _________________, having its office at ______________________, which expression shall


unless excluded by or repugnant to the context or meaning thereof be deemed to include its
successors and permitted assigns (hereinafter called “the Consultant") on the other part.

WHEREAS the SSCL had conducted a competitive bidding process by inviting proposal in the form
of bids (the “Bid”) vide RFP no. ______________and NIT bearing no. ____________ (as amended
by Corrigendum(s)) seeking proposals from interested parties for selection of a Consultant for "
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission”
(hereinafter called "Works").

AND WHEREAS various Bidders including M/s. ___________________________ submitted its


proposal to the SSCL. Upon evaluation of the proposals so received, the SSCL accepted the
proposal submitted by M/s.___________________________ i.e. the Consultant for the execution
and completion and maintenance of such Works and the remedying of any defects therein at a cost
price of Rs. ________________________/- (Rupees
__________________________________________-) (hereinafter called the "Contract Price") and
declared it as the Selected Bidder/ Consultant.

AND WHEREAS the SSCL issued Letter of Acceptance bearing no. _________________ dated
______________ to the Selected Bidder/ Consultant which was duly acknowledged by it.

AND WHEREAS the Selected Bidder/ Consultant as a pre-requisite condition of signing of this
agreement has submitted the Performance Security by way of an irrevocable and unconditional Bank
Guarantee of Rs. _____________________/- (Rupees ___________________________________
only) i.e. 3% of total Contract Price vide Bank Guarantee no. ______________ and Additional
Performance Security of Rs. ____________________/- (Rupees
_________________________________ only) vide Bank Guarantee no. __________________of
__________ Bank (with full address).

NOW THEREFORE, in consideration of the mutual covenants, terms and conditions and
understandings set forth in this Agreement and other good and valuable consideration (the receipt
and adequacy of which are hereby mutually acknowledged), the Parties with the intent to be legally
bound, hereby agree to execute this Agreement.

SAGAR SMART CITY LIMITED 59


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

NOW THIS AGREEMENT WITHESSETH AS FOLLOWS:

1. In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the RFP document/ Conditions of Contract therein (hereinafter referred
to and they shall be deemed to form and be read and constructed as part of this agreement).

2. In consideration of the payments to be made by the SSCL to the Contactor as hereinafter


mentioned, the Consultant hereby covenants with the SSCL to execute, complete and
maintain the Works for the period define in the RFP and remedy any defects therein in
conformity with the provisions of the RFP document.

3. The SSCL hereby covenants to pay the Consultant, in consideration of the execution,
completion and operation & maintenance of the Works and the remedying the defects
therein, Contract Price or such other sum as may become payable under the provisos of the
Contract at the times and in the manner prescribed by the RFP document.

4. The following documents and all the conditions and provisions therein shall be deemed to
form and be ready and construed as part of this Agreement, viz:

a) Letter of Acceptance;
b) Letter for Plan of Action(s), if any;
c) Drawings;
d) Bill of Quantities;
e) RFP document and Corrigendum(s);
f) Consultant's Bid; and
g) Any other documents listed in the RFP document forming part of the Contract.

The Parties agree that the above documents are to be taken as mutually explanatory and, unless
otherwise expressly provided elsewhere in the Agreement, the priority of these documents shall, in
the event of any conflict between them, be in the order as the documents have been set forth above.
In witnessed where of the parties thereto have caused this agreement to be executed on the day
and year first before written.

Signed and executed on behalf of Signed and executed on behalf of


Sagar Smart City Limited (SSCL) Mr. _______________________
By: By:
_____________________________________ _________________________________
Authorized Signatory Authorized Signatory
Name: Name:
Designation: Designation:
Witness: Witness:
1. 1.

2. 2.

SAGAR SMART CITY LIMITED 60


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 15 – Deleted

SAGAR SMART CITY LIMITED 61


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Annexure 16 – List of Items and Manpower


Bid Document Format for Selection of an Agency to Setup & Manage an Incubation Centre
under Smart Cities Mission
Instruction: Bidder shall have to quote rates inclusive of all duties, royalties, levies, taxes and
Goods and Services Tax (GST). The SSCL shall not be liable for any duties, taxes, GST, royalties
and levies.
Interior Work with 5 Year Defect
A Quantity Unit Unit Rate Total Cost
Liability Period
Interior Design and Development of
1000 Sq.M. Area
Tentative Component of Design Area :
 Reception and Waiting Area = 10%
 Conference Area and Meeting Rooms
= 10%
1  Work Station Area =50%
 Officers Room with Wash Room
facilities = 5%
 Individual Cabin = 10%
 Kitchen / Pantry and Dining = 5%
 Common Toilet Area = 5%
 Services Area = 5%
All type of interior Civil works Flooring ,
false Ceiling, Frame Work, Glass
Partition, Glass Cubicle, central Work
Station, door window with curtain
System, Kitchen-pantry , dining
I counter, toilet work and other 1000 Sq.M.
necessary civil work as defined in scope
of work and finishing schedule along
with Indoor Landscape Work. (based on
the design submitted by the vendor
and approved by SSCL)
All type of interior Mechanical,
Electrical and Electronics Work ( based
ii 1000 Sq.M.
on the design submitted by the vendor
and approved by SSCL)
All type of interior Plumbing System
and fixing of Sanitary fixtures (based on
Iii 1000 Sq.M.
the design submitted by the vendor
and approved by SSCL)
Supply installation, Testing and
commissioning of All type of Water
Leakage Detection System, Fire fighting
Iv 1000 Sq.M.
System and Alarm System with IBMS
(Integrated Building Management
System) as per Standard Norms

SAGAR SMART CITY LIMITED 62


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Supply installation, Testing and


commissioning of Networking Work
(LAN/ WI-FI) with Cable. All passive
component LAN network connectivity
V 850 Sq.M.
for computers and Cameras
connectivity in hospital i.e. I/O Box,
Connectors, Patch Panels, Patch Cord,
Switches
All type of interior HVAC System with
outdoor unit (based on the design
vi 750 Sq.M.
submitted by the vendor and approved
by SSCL)
2 Other Works
Supply , installation, Testing and
I 160 KVA
commissioning of DG Set - 160 KVA
Supply , installation, Testing and
commissioning of Night Vision CCTV
Ii 20 No
Camera (Approved / Standard Make
and Model) with NVR Hard Disk
Supply , installation, Testing and
iii 20 No
commissioning of IP Phones
3 Furniture Work
Ergonomic Chair with Head (Approved
A 20 No
Make and Model)
Ergonomic Chair without Head
B 40 No
(Approved Make and Model)
Conference Room Chair - Ergonomic
C Chair without Head (Approved Make 30 No
and Model)
Visitor Chairs for Executive Cabin
D 20 No
(Approved Make and Model)
Visitor Chairs for Reception (Approved
E 20 No
Make and Model)
Approved Make Office Executive Desk -
F L Shape with Storage (Min 1800mm x 2 No
1200mm)
Approved Make Office Desk - Table
G 5 No
with Storage (Min 1200mm x 750mm)
30 Seated Conference Table (Approved
H Make) with all Integrated Video 1 No
Conference System Facility
Standard 84 Inch Smart TV with Wi-Fi
I 1 No
and Touch Display
J Standard 55 Inch Smart TV with Wi-Fi 2 No

HP/Lenovo/Dell - All in One Computer


k 5 No
(Latest generation i7 Processor or

SAGAR SMART CITY LIMITED 63


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

higher with min 16GB RAM, 1TB Hard


Drive and with 4GB Graphics Card) -

HP/Lenovo/Dell - All in One Computer


(Latest generation i7 Processor or
L 5 No
higher with min 8GB RAM, 1TB Hard
Drive and with 2GB Graphics Card) -
HP/Lenovo/Dell - All in One Computer
(Latest generation i5 Processor or
M higher with min 8GB RAM, 1TB Hard 10 No
Drive and with integrated Graphics
Card) -
Standard Web cam with all accessories
N 1 Set
for Conference Room
Standard 2.1 Channel Sound System all
O 1 Set
accessories for Conference Room
P 2- Seater Sofa Set - Approved Make 4 Set
Reception Table (Approved make with
Q 1 Set
Min Size 240OMM X 900MM)

Total Cost of Interior Work A = (1+2+3)

Total
Unit
B Manpower Unit (Cost 5-
CTC/Yearly
Years)
Company Head / Director / Project In
1 1
Charge
2 Manager – Finance 1
3 Manager – IT 1
4 Consultant - Subject Matter Experts 2
Human Resources / Public Relationship
5 1
Manager
6 ICT Expert 1
7 Trainer /Mentor 2
Marketing Executives / Social Media
8 1
Expert
9 Receptionist / Front Desk officer 1
10 Housekeeping and Cleaning Staff 4
11 Security Staff 2
Total Manpower 17

Total Cost
Event and Programme (additional unit Yearly
C Unit Cost for 5
after the scope of work) Unit
Years
1 3-days Start-up workshop/Program 2

SAGAR SMART CITY LIMITED 64


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

School and Institutional Mentorship


2 Outreach Programme - Per School 6
Programme
Scholarship outreach and arrangement
3 from National/ International / 4
State/Other Schemes
Newsletter – 25 copies per month with
minimum 120gsm to 140gsm. Approx.
pages per newsletter will be 4-5 nos.
The newsletter will be designed and
4 4
printed by the successful bidder and all
related cost will be borne by the
bidder. The newsletter shall have to be
prepared in both Hindi and English

Total Project Cost (A+B+C)

Tentative List for Interior Works :


A Project Director Room / Conference Room / Reception
1 Wall Wall Putty and Paint
2 Floor Wooden / Vitrified
3 Ceiling Wooden and Calcium Silicate Board
4 Light LED Square Light and Circular Down Lighter
5 Air Conditioning AC Unit
Executive Desk, Executive Chair with Head Rest, LED TV, Wall Fan,
6 Furniture
Window Curtain, Sofa Set and Visitor Chairs
B Manager Room / Small Meeting Room / Incubators
1 Wall Glass Cubical with height of 2250MM , Other Wall Putty and Paint
2 Floor Vitrified 600x600MM
3 Ceiling Calcium Silicate Board and Mineral Fibre Ceiling Tiles with NRC >0.9
4 Light LED Square Light and Circular Down Lighter
5 Air Conditioning Central AC Unit
Officer's Desk, Executive Chair with Head Rest, Wall Fan, Window
6 Furniture
Curtain and Visitor Chairs
C Space for Other Experts / Incubators - Open Office Area
1 Wall Wall Putty and Paint
2 Floor Vitrified 600x600MM
3 Ceiling Calcium Silicate Board and Mineral Fibre Ceiling Tiles with NRC >0.9
4 Light LED Square Light and Circular Down Lighter
5 Air Conditioning Central AC Unit
Open Office Cubical with Standard Modular Work Stations,
6 Furniture
Ergonomic Chair with Head Rest, Curtain and Visitor Chairs

SAGAR SMART CITY LIMITED 65


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

D Pantry and Dining Area


1 Wall Wall Putty and Paint
2 Floor Vitrified 600x600MM
3 Ceiling Calcium Silicate Board and Mineral Fibre Ceiling Tiles with NRC >0.3
4 Light LED Square Light and Circular Down Lighter
5 Air Conditioning Central AC Unit / Chimney at Kitchen
Kitchen and Dining Chairs , Granite counter for Kitchen Area ,
6 Furniture
Circular Dining Tables, Wall Fans, wash Basin Area
E Toilet Area
1 Wall Ceramic Tiles 2100MM High other Putty and Paint
2 Floor Anti Skid Vitrified 600x600MM
3 Ceiling Metal Grid Ceiling
4 Light LED Square Light and Circular Down Lighter
5 Air Conditioning No AC but with Exhaust Fan
Granite counter for Wash Basins ,Sensor Based Urinal with Granite
6 Furniture
Partition, Dual-Flush Water Closet
F HVAC Area
1 Finishes As per Standard
G Plumbing Work
Toilet Inside / Outside Concealed Non-Plasticized PVC Pipes Schedule 40
Water Tank PVC Water Tank / Underground Water Tank / Fire Tank
H Electrical Work
Switch Board IP55 (Ingress Protection)
Wiring Concealed Wiring for walls
I Smart Features
Security Night vision CCTV monitoring with 3-month Data Storage Unit
Digital Board Digital Kiosk with Touch Information Display

Approved Make List (Civil) - MPPWD 2018


A. Reinforced Cement Concrete
Orient (Birls), JK Cement, Ultratech, LAFARGE, ACC, Ambuja,
1 Cement (OPC/PPC)
WONDER, JK Laxmi, Prism Jonhson Limited.
2 White Cement JK, Birls
FOSROC, Aquomix, Choksey, M.C. Plast, Ultratech Epoxy,
3 Admixtures & Epoxy
Engineer plus, MYK Schomburg
4 Super Plasticizer MC Bauchemie, Sika, Fosroc, MYK Schomburg
TATA, SAIL, TISCO, Prime Gold Sail, Kamdhenu, Amba Steel, AC
5 TMT Bars Turbo TMT, Mono TMT, Jindal Panther, MOIRA TMT, Goel TMT,
FORTUNE TMT Bars, Concrete TMT, Rajuri Steel
B. Flooring
Ceramic Tiles (Walls KAjaria, Somany, NITCO, Orient Bell, Oasis, SOL, AGL, Exaro,
1 & Floors) – Only Sunheart, Crystal, Varmora, Swastik, Simpolo, Cengres, CERA,
rectified RAK, Classy Tiles, Emboza Granito, Sonet Ceramic

SAGAR SMART CITY LIMITED 66


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Johnson, Marbonite, Somany, Granito, Kajaria, Marbito, Orient,


Vitrified Tile ( Double
Oasis, SOL, AGL, Exaro, Sunheart, Crystal, Varmora, VITA,
2 multi charged & full
NITCO, CERA, Swastik, Rajwasa, GLINT, RAK, Classy Tiles,
depth vitrified)
Claystone, Granito, Emboza Granito
3 Vinyle Flooring Genfloor, Apex, Ashin
JK Supergrip, Engineer plus, Altratech, Pidilite (Roff), Kerokoll,
4 Tile Adhesive
Liticrate, Saint Gobin (Weler), Jindal
C. Cladding
Aluminium
1 Alpolic, Aluco Bond, Reynobond, Euro Bond, ALSTONE
Composite Panel
D. Wall
Green Mirror, Harmony, AAC, Max Blocks, Wonder Block, Kansal
AAC Block, dlite Blocks, INFRA BLOC (Garvit), E- Crete, MSD,
1 AAC Block
Smart Block, Concrete Lite, Godrej, Aerocon, Ecorex, Orilite,
Clavecon
Supermix mortar (Mortamix), IC PRECI Joint, Engineer Plus, E-
AAC Block Jointing
2 Bond, Block Bond, K2, JPP, Aaj Ready Plast, Evercrete, MYK
Mortar
Schomburg, Clavebond
Polymer modified IC PRECIPLAST, Ultratech (Readyplast), Supermix Mortar
3
Plaster (Mortamix), Aaj Ready Plast, MYK Schomburg
Dash Fastener,
4 Dev Ashish, Fischer
Expansion Bolt
E. Door/Window
Flush Doors (ISI AMBA Industries, Kutty flush door, Anchor, Century, Kitlam, Action-
1
Mark Only) Tesa, Archid, Evergreen, A-1 Teak Products, Gujcon, Bhutan Tuff
PVC Doors (100%
2 Polygreen, Vikash Plastic ply, Rajshri, plasto Green
Solid)
UPVC Doors &
3 Ventilia, Green Window Solutions, Veka
Windows
Power Coated
(Insulated/Non
4 insulated) M.S. Steel Tata Pravesh/BSPL (BPL)
Door Frame
Shutter/Window
R.C.C Precast
5 Door/Window Vishwas Concrete Frames, Bothra Duro Frames
Ventilator Frame
6 WPC Door Frames Polygreen, Komacel, Century Ply
7 Annealed Float Glass Saint Gobain, Modi Guard, AIS
8 Float Glass Modi Float, Saint Gobain, Asahi, Dorma
Marine
9 Kitply, Duro, Century, Greenlam
Plywood/BWPPly
10 Ply Wood Kitply, Green Ply, Century
Pre-Laminated Ecoboard, Kitlam, Action-Tesa or equivalent ISI marked, Bhutan
11
Particle Board Tuff
12 Commercial Ply Bhutan Tuff, Century Ply, Greenply
Marine/ BWP
13 Bhutan Tuff, Century Ply
Plywood
SAGAR SMART CITY LIMITED 67
Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

14 Blockboard Bhutan Tuff, Century Ply


Decorative Veneer &
15 Bhutan Tuff, Century Ply
Plywood
16 Curtain Carrier Vista levlor
Aluminium
17 Hindalco, Indalco, Jindal, Ajit India
Extrusions
18 Aluminium Sections Jindal, Hindalco, Indalco, Ajit India
Door Closer/ Floor
19 Dorma, Hafle, Hardwyn, Falcon, Godrej, Kich, Qube, Becker FS
Springs
20 EPDM Gasket Anand Lescuyer, Hanu
Galvanized/Stainless
21 Steel Anchor Shakti, Arrow, Hilti, Fischer, APL Apollo
Fastners
Laminate and
22 Marino, Formica, Kitlam, Durian, Venture
Veneers
23 M.S. Pipe (Railing) Jindal, Tata RINL, Prakash, Surya, APL Apollo
24 Stainless Steel Jindal Stainless Steel, Salem Steel
Stainless Steel
Dorma, ESSEMM, D Line, Hettich, KICH, ARCH, Godrej, Pravesh,
25 Door/Window fittings
Qube
& Fixtures
Glass
26 Hardware/Spider Godrej, Qube, Kich, Dorma
Fittings
27 Locking Solutions Godrej Locks, Becker FS
Locks/Door
28 Kich, Qube, Godrej, Dorma, Becker FS
Accessories
29 Fire Doors Iclean, NAVAIR
F. Railing
Modular SS Railing
1 Metallica, Metals, D-Line, Mobel Hardware, Kich, Qube
System
2 Melamine Polish Asian Paint, Pidilite, ICI Dulux Burger
S.S. Railing/Hand
3 Godrej, Kich, Arch, Qube
Rail
G. Ceilling
Gypsum Board/
1 Board Gypsum, Lafarge, Saint Gobain
False Ceiling
Nittobo, Armastrong Trac, Durlum, Lafarge, HI Steel, Hunter
2 Metal Flase Ceiling
Douglus
Armstrong, Nitobo, Daikin, Hunter, Douglas, Anutone, Saint Gobin,
3 Mineral Fibre Ceiling
Usg, Boral
Structural Steel
4 TATA, SAIL, RINL, APL Apollo
Section
Glass Reinforced
5 Gypsum (GRG) Diamond
Ceiling Tiles
H. Paints

SAGAR SMART CITY LIMITED 68


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Asian, ICI Dulux, Berger, Nerolac, Engineer Plus, Tata, Ultratech,


1 Acrylic Putty
MYK Schomburg, Snowcem
JK, Birla, Tata, Engineer Plus, Perlcon, Jindal, MYK Schomburg,
2 Wall Putty
Wallfin, Snowcem
Asian, ICI, Dulux, Berger, Nerolac, Ultratech, JK Primaxx, Birla,
3 Cement Primer
Engineer plus, Jindal, Snowcem
Epoxy Primer &
4 Berger, Pidilite, CICO, BASF, SIKA, Ultratech, MYK Schomburg
Paints
Acrylic Distemper,
Emulsion/Synthetic Asian, Berger, Engineer Plus, Nerolac, Ultratech, ICI Dulux, Tata,
5
Enamel Paint and Jindal, Snowcem
Primer
Acrylic Emulsion Asian, ICI Dulux, Berger, Nerolac, Engineer Plus, Ultratech, Tata,
6
Paint Jindal, MYK Schomburg
Multicoat Synthetic
7 Plaster/Textured Spectrum, Heritage, Ultratech, MYK Schomburg, Snowcem
Exterior wall paint
Ultratech, Spectrum, Heritage, MYK Schomburg, Jindal, Ultratech,
8 Texture Paints
Asian, Snowcem
9 Hardner Hard crete of Snowchem India, MC Deritop F.H., MYK Schomburg
I. Water Supply
1 GI Pipe Tata, Zenith, Jindal, Prakash, Surya, KS, APL Apollo
2 GI Fitting Tata, Jindal, Zenith, Prakash, Surya, KS, APL Apollo
Gun Metal Gate
3 Zoloto, Leader, Saint
Valve
Polyethylene Water
4 Sintex, Campus, Sunworld, Supremo, Pavitra, Vectus, Upkar
Tanks
Astral, Ashirwad, Prince, Supreme, WaterFlo, Flowkem Skipper,
PVC/UPVC/CPVC
5 AKG pipe, Prince Smart Fit, DUTRON, Vectus, KSR, SFMC,
Pipes
Prakash Surya
J. Sanitary Fittings
(a) Centrifugally Cast
NECO, SKF, BIC, RIF KEPCO, KAPILANSH, KALPESH, HIF,
1 Iron Pipe & Fittings
HEPCO, RPM (Raj)
IS:3989 (with Socket)
(a) Centrifugally Cast
Iron Pipe & Fittings SKF, NECO
(Hublesss) IS:15905
2 Fibre Glass Shelf Kamal, Bath King
PVC Rain Water Finolax, Kisan, Kasta, Supreme, Vectus, Skiper, Water Flo, KSR,
3
Pipes & Fittings SFMC,Prince
Stainless Steel Sink
4 with or without Drain Nirali, Hidware, Frankee, Neelkanth, Jaguar
Board
CP Brass Sanitary
Kohher, Jaguar, Toto, MARC, CERA, Plumber, Prima, Johnson,
5 Fittings (Premium
Klair, kerovit
Range)

SAGAR SMART CITY LIMITED 69


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

CP Brass Sanitary
Kohher, Jaguar, Hansgrohe, Plumber, Johnson, Klair, Prima,
6 Fittings ( Medium-
Kerovit
Premium Range)
CP Brass Fittings Jaguar, Parryware, Grohe, Kohler, Kingston, Kerovit, CERA, KS,
7
(Standard) Plumber, Johnson, Prima, klair, Metro-s
Vitreous China Hindware, Parryware, Jaguar, Somany, Kohler, Osis, Hindustan,
8 Sanitaryware, fittings Johnson Peddar Roca, RAK, CERA, GLINT, KS, Kerovit, Classy
& Fixtures Tiles, Sonet Ceramic, Johnson
PTMT Sanitary
9 Poly Tuf, Prayag, Prince, Sparsh, Pearl, Ajay, Polo, Prima
Fittings
K. Roofing
Water Proofing
1 Pidilite, Cico, Impermo, Engineer Plus, MYK Schomburg
Compound (Liquid)
Water Proofing
2 Bauchami, Engineer Plus, MYK Schomburg
Compound
3 LGSF (Frames) TATA Blue scope, Elementhouse, MI Building solution
Structural Steel
4 APL Apollo
Section
L. Furniture
Godrej, Wipro, Bonton, Impression, Spacewood, Methodex,
1 Furniture
Geeken, Durian
2 Furniture Fittings Godrej
M. Drainages
1 Waste Pipe (PVC) Kamal, Viking, Kisan, Vectus, KSR, Skipper, SFMC
2 PCC Manhole Cover Mehtab Tiles
3 Bio-Digester Madaan Bio Green, Alpha System and Services
N. Landscape
1 Terrazo Tiles Nitco, Bharat, Hindustan Tilees
2 Heavy Duty Pavers Nitco, Cera, Endura, Prakash Surya, Mehtab Tiles
3 Chequered tiles Mehtab Tiles
4 PCC / Terrazo Tiles Mehtab Tiles
5 PCC Cable Cover Mehtab Tiles
PCC Garden
6 Mehtab Tiles
Benches
7 PCC Kerb Stone Mehtab Tiles

Approved Make List (Electrical) - MP- PWD


S.NO Items Acceptable Makes
FPLS PVC insulated Copper Wire / R.R. Kabel / Finolex / Polycab / NICCO (All
1
Telephonic Wire With ISI Marked)
MCCB (ICS-100%ICU at 415 Volt) L&T / Seimens / Legrand / Schneider /
2
Switch Gear Hager
MCB / MCB DB / Industrial Socket not Legrand / L&T / Hager / Seimens /
3
less than 10 KA. Schneider
4 GI Pipe. TATA / Prakash Surya / Jindal
5 Piano type Switch / Socket Anchor penta / Vinay Chair / Polo Rider

SAGAR SMART CITY LIMITED 70


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Modular 6/16 Amp. Switch / Socket /


Blanking Plate / Metal Switch Box (the
gauge of switch box shall not less than MK (Blenze) / Legrand (Arteor) / Schneider
6
18 SWG & of the same make that of (ZENCELO)
Switch) Front Plates, Telephone, T.V.,
Outlets Socket / Fan Regulator.
Call Bell / Buzzer / Ceiling rose /
7 Anchor / Vinay Clair / Polo Rider / North West
Electronic Regulator
8 Brass Batten /Angle Holder Kinjal / Antex / Emperor
Ceiling Fan (5 Star Rating) / Exhaust
9 Crompton, Orient, Usha / Bajaj
Fan
10 Fittings Bajaj / Philips / Crompton / Decon
XLPE Insulated PVC sheathed 1.1 KV
R.R. Kabels / Universal Cable (Satna) /
11 grade A1. Conductor armoured UG
Finolex / Polycab
Cable.
Adlec Power Pvt. Ltd. / Tricolite Electrical
Industries Pvt. Ltd. / Control and switchgear
12 Cubical Panel Board / APFC Panel
Pvt. Ltd. / Associated Switchgear & Projects
Ltd.
Approved Make List (Electrical) - CPWD
S.NO Items Acceptable Makes
Atlas Electrical / Asian / Jaipuria Brother /
1 Pin Isolator / Disc Isolator
BHEL / IEC / Modern / RR / Jaishree / PCL.
Lightning Arrestor / Drop Out Fuse / Air
2 Jaipuria Brother / Elpro / Atlas / Kiran / Pactel
break Isolating switch
3 Panels/Feeder Pillar Any CPRI Approved manufacturer.
L&T / Siemens / Legrand / Schneider / Hager
MCCBs, MCBs, Change Over Switch,
4 (Any one make shall be followed for all
Isolator (Ics 100% Icu at 415 V)
panels)
5 HRC fuse L&T / Siemens / ABB / GE / Schneider
L&T / Siemens / GE / Schneider / Legrand /
6 MDO Type ACB
Hager / C&S
L&T / Siemen / ABB / Crompton Greaves /
7 CTs
AE / Kappa / IMP / GE / Schneider
L&T / AE / IMP / Conserve / Secure /
8 Digital Ammeter / Voltmeter
Enercon / Siemens
Indicating Lamps (LED type) / Push L&T / Siemens / AE / IMP / BCH / Enercon /
9
Button / Selector Switch Neptune / Conserve / Secure / Keycee
10 Termination Kit / End Joints Raychem / Xicon / Denson / M.Seal / 3M
11 LUGS, Thimble, Cable Glands Dowels / Multi / COMET
XLPE insulated, PVC sheathed copper
Cable Corporation of India / Universal /
12 conductor cable of 1.1 KV grade / control
NICCO / Polycab / Finolex / RR Cable
cable
XLPE insulated , PVC Sheathed
Cable Corporation of India / Universal /
13 Aluminium cable of 11 KV grade / 33 KV
NICCO / Polycab / Finolex / RR Cable
grade cable

SAGAR SMART CITY LIMITED 71


Selection of an Agency to Setup & Manage an Incubation Centre under Smart Cities Mission

Tata / Jindal / Sail / Prakash Surya (All with


14 GI Pipe
ISI Marked.)
Cease fire / minimax / safex / Getech / Safe
15 Fire Extinguisher
Guard
16 Rubber Insulation Mat Any ISI Marked
17 Hand Gloves Any ISI Marked
18 APFC Panel Any CPRI approved Manufacturer
L&T / Enercon / EPCOS / English Electric /
19 APFC Relay
Neptune / Schneider / Siemens
GE / EPCOS / L&T / ABB / Schneider /
20 Power Capacitor
Siemens / Enercon / Neptune
Capacitor duty contactors / power L&T / Siemens / GE / ABB / Schneider /
21
contactors for APFC panel. Enercon
22 DWC Pipe Rex / Duraline
SAIL / Tata Steel Ltd / RINL / Jindal Steel &
23 H Beam Pole
Power Ltd / JSW Steel Ltd.
CPWD / MPSEB approved and as per
24 ACSR Conductor
specifications.

SAGAR SMART CITY LIMITED 72

You might also like