0% found this document useful (0 votes)
73 views51 pages

Job no.-31/DGM (NTC) /SM (NTC) /2020-21

The document outlines the Terms of Reference for selecting a parking contractor to operate surface parking sites in Noida's Cluster-II area for a duration of two years. It details the application process, eligibility criteria, and responsibilities of both the contractor and the Noida Authority. Additionally, it emphasizes the need for applicants to conduct their own assessments and clarifies that the Noida Authority holds no liability for the information provided.

Uploaded by

Sandeep Tomer
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)
73 views51 pages

Job no.-31/DGM (NTC) /SM (NTC) /2020-21

The document outlines the Terms of Reference for selecting a parking contractor to operate surface parking sites in Noida's Cluster-II area for a duration of two years. It details the application process, eligibility criteria, and responsibilities of both the contractor and the Noida Authority. Additionally, it emphasizes the need for applicants to conduct their own assessments and clarifies that the Noida Authority holds no liability for the information provided.

Uploaded by

Sandeep Tomer
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

Job no.

-31/DGM(NTC)/SM(NTC)/2020-21

TERMS OF REFERENCE (ToR)

NEW OKHLA INDUSTRIAL


DEVELOPMENT AUTHORITY

Selection of Parking Contractor to operate the Noida surface parking sites (off street/on
street) in Cluster–II (Work Circle- 4, Sector-62) area of Noida.

2020-21

Officer Inviting Tender

1|Page
Disclaimer

The information contained in this “Terms of Reference” document ("ToR Document") or


subsequently provided to Applicant(s), whether verbally or in documentary or in any other
form, by or on behalf of Noida Authority (hereafter referred to as "NOIDA") or any of its
employees or advisors, is provided to the Applicant(s) on the terms and conditions set out in
this document and all other terms and conditions subject to which such information is
provided in writing.

This document is intended to be and is hereby issued only to the prospective Applicants. The
purpose of this document is to provide the Applicant(s) with information to assist the
formulation of their Proposals. This document does not purport to contain all the information
that each Applicant may require. This document may not be appropriate for all persons, and it
is not possible for the Noida Authority, its employees or advisors to consider the investment
objectives, financial situation and particular needs of each Applicant who reads or uses this
document. The assumptions, assessments, statements and information contained in the
document may not be complete, accurate, adequate or correct. Each Applicant should,
therefore, conduct its own investigations and analysis and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information contained in this document and where necessary obtain
independent advice from appropriate sources. The Noida Authority, its employees and
advisors make no representation or warranty and shall incur no liability under any law, statute,
rules or regulations as to the accuracy, adequacy, correctness, reliability or completeness of
the document.

Information provided in this document to the Applicant(s) is on a wide range of matters, some
of which may depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Noida Authority accepts no responsibility for the accuracy
or otherwise for any interpretation or opinion on law expressed herein.

The Noida Authority, its employees and advisors make no representation or warranty and
shall have no liability to any person, including any Applicant under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this document or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability of the document and any assessment, assumption,
statement or information contained therein or deemed to form part of this document or arising
in any way for participation.

The Noida Authority also accepts no liability of any nature whether resulting from negligence
or otherwise howsoever caused arising from reliance of any Applicant upon the statements
contained in this document.

The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by the
Noida Authority or any other costs incurred in connection with or relating to its Bid. All such
costs and expenses will remain with the Applicant and the Noida Authority shall not be liable
in any manner whatsoever for the same or for any other costs or other expenses incurred by

2|Page
an Applicant in preparation or submission of the Bid, regardless of the conduct or outcome of
the Bidding Process.

This Document for “Terms of Reference for Selection of Licensee for parking location –
Selection of Parking Contractor to operate the Noida surface parking sites (off
street/on street) in Cluster–II (Work Circle‐ 4, Sector‐62) area of Noida. for 2 years. The
document contains brief information about the scope of work and qualification process for the
Selection of Applicant (or ‘Successful Applicant’). The purpose of the document is to provide
the Applicant with information to assist the formulation of their application (“the Application”).

While all efforts have been made to ensure the accuracy of information contained in this
Document, this Document does not purport to contain all the information required by the
Applicant. The Applicant should conduct their own independent assessment, investigations
and analysis and should check the reliability, accuracy and completeness of the information at
their end and obtain independent advice from relevant sources as required before submission
of their proposal/ application. New Okhla Industrial Development Authority (“NOIDA” or “the
Authority”) or any of its employees or advisors shall incur no liability under any law, statute,
rules or regulations as to the accuracy or completeness of the Document.

NOIDA reserves the right to change any or all conditions/ information set in this Document by
way of revision, deletion, updating or annulment through issuance of appropriate addendum
as NOIDA may deem fit without assigning any reason thereof.

NOIDA reserves the right to accept or reject any or all applications without giving any reasons
thereof. NOIDA will not entertain or be liable for any claim for costs and expenses in relation
to the preparation of the applications to be submitted in terms of this Document.

3|Page
Table of Contents

Cover page ...................................................................................................................... 01


Disclaimer …………………………………………………………………………………..… 2-3
Table of Content ……………………………………………………………………………….04
Section I: over view of noida Authority ............................................................................ 5-6

Section II: Terms & Conditions .................................................................................... 7-16

Section III: Instructions to Applicant............................................................................ 17

A. General conditions............................................................................................... 17-18

B. Preparation and Submission of Proposals........................................................... 18-23


C. Bid Opening........................................................................................................... 23-25

D. Award of Contract...................................................................................................26-27

Section IV: Qualification Evaluation Criteria .............................................................. 28-29

Section V: Proforma for Submission .......................................................................... 29-30

Form – T1 .................................................................................................................. 31

Form – T2 .................................................................................................................. 32

Form – T3 .................................................................................................................. 33-34


Form –C ………………………………………………………………………………….....35-.36
Form T 4 .................................................................................................................... 37

Form T5 ..................................................................................................................... 38

Form T6 ..................................................................................................................... 40

Form – F1 .................................................................................................................. 41-44

Section VI General Conditions....................................................................................... 45-52

4|Page
Overview of NOIDA Authority

I.I. About Noida Authority


New Okhla Industrial Development Authority (hereinafter referred to as “NOIDA” or “the
Authority”) intends to select a Licensee to award parking contract for parking location –
Selection of Parking Contractor to operate the Noida surface parking sites (off
street/on street) in Cluster–II (Work Circle‐ 4, Sector‐62) area of Noida In this regard,
the Authority now invites the interested Applicant to submit their proposals as per provisions
of this Terms of Reference document.
NOIDA will select the Applicant on the basis of evaluation criteria mentioned in this
Document. Only technically qualified Applicants financial bids will be opened for technical
qualified applicants only.

5|Page
I.II Content of the Document

The Document comprises of the contents as listed below:


Section I I.I Background
General Information I.II Content of the Document
Section II II.I Terms and conditions for Selection of Parking
Terms of Reference Contractor to operate the Noida surface parking sites
(off street/on street) in Cluster–II (Work Circle- 4,
Sector-62) area of Noida.
Section III A. General Conditions
Instructions to Applicant B. Preparation and Submission of Proposal
C. Bid Opening
D. Project Financial Terms
Section IV Technical Evaluation Criteria
Evaluation Financial Evaluation Criteria
Section V Pro-forma for Submission of Application
Pro-forma - Technical Submission Form
– Financial Submission Form (Please upload XLS file)
Section VI Standard Conditions
Standard Conditions

The Applicant can contact the following for any clarifications on the Document:

Senior Manager, Noida Traffic Cell


NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY
Administrative Complex
Sector -6, Noida - 201301
District. Gautam Budh Nagar
Uttar Pradesh, India
Email:
Phone:

6|Page
SECTION-II Terms & Condition

TERMS AND CONDITIONS FOR THE TENDER OF NOIDA (SURFACE) PARKING SITES
1. Who Can Apply-
Any individual who is competent and has attained the age of majority, a firm/company,
registered society or registered co-operative society may offer tender either for himself or
on behalf of persons who formally or legally authorized him to do so. The concessionaire
can apply for any number of clusters but authority will award maximum 3 clusters to any
single bidder.
2. Cancellation of Tender-
The officer NOIDA opening the tenders, may without assigning any reason cancel the
tender at any stage of tendering or before the award of work. The tender shall be for the
period of two years or part thereof.
3. Earnest Money Deposit (EMD)-
Interesting tenderer shall deposit earnest money online/through RTGS/NEFT. This
amount will be adjusted in security deposit in case of acceptance of tender. It shall
however stand forfeited in the case of tenderer who backs out of the tender. Any tender
received without requisite E.M.D, as mentioned in tender notice, shall be rejected.
Conditional tender if any shall also be rejected The selection of highest bidder shall be
based on highest bid of license fee & subject to acceptance of competent Authority who
shall have the right to accept or reject the offer without assigning any reason.
4. Duration of Contract-
“Parking contract job” shall be awarded for 2 years or part thereof from scheduled date of
start till end of the contract. However in view of any exigency could be terminated at a
short notice of 10 days, decision of NOIDA shall be final & binding in this regard.
5. PRE-QUALIFICATION EVALUATION
The Bidder should meet the eligibility criteria as defined under:
Only those contractors are eligible to apply that have an experience of parking job in
URBAN area within Preceding 05 financial years as below.
S.
Criteria Documentary Evidence
No.
The Bidder shall be a private company, firm Copy of Certificate of
incorporated in India under the (Indian) Companies Act incorporation and
1. 1956/2013 or a company incorporated under equivalent
law board. The Bidder shall be required to submit a true Copy of Service Tax
copy of its Incorporation Certificate. Registration Certificate
2. The Bidder must have a valid GSTN certificate. Copy of GSTN Certificate
The sole bidder should not be blacklisted/ debarred/
terminated of contract by any Government/ Government Affidavit on Non Judicial stamp
3.
Board/ Corporation Company/ Statutory Board/ PSU paper of Rs. 10/-
company/ Non-Government/ Government department.
The bidder should have a qualifying A.A.T.O during the Copy of the audited profit and
4
preceding 03 financial Years, i.e., 2017-18, 2018-19 & loss account along with

7|Page
2019-20. audited balance sheet of the
company showing turnover of
the company for last three
years
(Affidavit on Non Judicial
stamp paper of Rs. 10/-)
The firm/Agency should have a govt./PSU experience-
(i) Should have successfully executed 01 parking
contract of duration 02 years in urban area.
Work Order / Client
5 Or
Completion Certificate
(ii) Should have successfully executed minimum 02
parking contract of duration 01 year or more in an urban
area.

6. Letter of Acceptance-L.O.A & Performance Guarantee


The selected bidder on acceptance of offer i.e. letter of Acceptance (L.O.A) has to pay a
sum equivalent to three months license fee in advance as Security Deposit (S.D). The
selected bidder has to execute the agreement within seven days of issue of L.O.A failing
which the E.M.D shall be forfeited.
7. License Agreement
That the licensee/contractor shall have to execute an agreement with the licensor on a
Non Judicial Stamp paper of Rs. 100/- to be purchased and provided by the
licensee/contractor within 7 days from the date of (L.O.A), failing which the E.M.D shall be
forfeited.
8. Performance Guarantee
The highest tenderer on acceptance of his offer is bound to pay a sum equivalent to ’03
months of awarded licensee fee’ in advance through Demand draft
NSC/FDR/CDR/Irrevocable Bank Guarantee in favor of Noida Authority. Performance
Guarantee shall be adjusted towards the last three months license money.
9. Release of Performance Guarantee
Performance Guarantee will be released only after successful – completion of duration &
terms and conditions of the contract and after peaceful/satisfactory handing over of the
parking site back to the NOIDA. At this stage pending dues if any could be adjusted from
Performance Guarantee of license /contractor
10. Payment of monthly License fee in advance.
Payment of licence fee in advance by 10th of every month shall have to be made by the
contractor/licensee. In the event of failure to make the payment by scheduled date an
extension of maximum 20 days could be given with interest due @ 10% per annum. If
contractor/licensee fails to make the same in aforesaid period, the licence shall be
deemed to have been automatically terminated and possession of parking slot shall be
deemed to be, taken back by Noida and the S.D shall be forfeited without any notice.
11. Obligation of Contractor

8|Page
Contractor shall perform the obligation as detailed below & he has to make provision for
these expenses in his rates only. No separate payment shall be provided to contractor for
performing of these obligation.
i. NOIDA will supply a pattern for the parking of buses/cars/scooter/motorcycle
including entry & exit. Contractor shall paint the parking box on ground as per the
pattern provided by NOIDA with thermoplastic paint in yellow color as per
satisfaction of NOIDA.
ii. Install “Parking board” with details including parking tariff, name of agency, NOIDA
contact person complaint book, Penalty details etc. Such boards should be put on
either end of parking & minimum one such board shall be required per 200m2 of
parking area. Boards shall be placed as per satisfaction of NOIDA
iii. All parking staff deployed shall wear uniform as prescribed by NOIDA, with his
“Name” prominently displayed on shirt.
iv. Parking slot should be manned 24 hours or part thereof as decided by NOIDA.
v. Electronic parking Tokens (E.P.T) should be issued by hand held machine &
vehicle no. parking license job no, date & time etc shall be printed on the same.
vi. Provide at least 1 parking attendant with hand held E.P.T machine per 100m2 of
parking area.
vii. Contractor shall be prohibited to charge on any vehicle parked outside his parking
slot area. He should keep atleast 1crane for all parking slots under him & remove
such vehicle that are unauthorizedly parked in an area within 200 mtr. distance of
his parking slot.
viii. Contractor would have to ensure that slot allotted to him is kept dust free & free
from any other type of pollution. Observance of N.G.T. norms & other statutory
norms shall be ensured by contractor.
ix. Contractor should keep a complaint book & present the same on demand of
parking customer or NOIDA official.
x. Contractor at his own expense would have to keep atleast one crane, to tow- away
the vehicles parked outside parking slots as per direction of NOIDA.
xi. The Concessionaire may not subcontract portions of the any services to others.
xii. Licensce shall be bound to follow all the provisions of labour act other statutory
laws prevalent during currency of parking contract.
xiii. Comprehensive responsibility of all vehicles parked within parking site shall be
owned by license.
12. Obligation of Noida
At the termination of this agreement for whatever cause the licensee shall restore the land
in the conditions in which it stood immediately before the licensee took it and shall
handover peace full possession of the said site to the licensor.

9|Page
13. Occasional or Event Parking
In case some specific occasion like festival, exhibition, examination etc. attracts a huge
vehicles on some particular day/days at some space which doesn’t have a planned
parking, temporary parking would be organized by NOIDA.
14. Such parking would be awarded on “Parking license money” rate to the contractor who is
operating in that sector on pro-rata basis for number of days and amount of area required.
In case there is no parking contractor in that sector such job would be awarded to parking
contractor of nearest sector (as per discretion of NOIDA). Such award of Temporary
contract shall be binding on parking contractor.
15. No fees shall be charged from NOIDA AUTHORITY EMPLOYEE against a free token
issued to him bearing his employee code No. NOIDA Authority also reserves right to issue
token of free parking signed by NOIDA.
16. Parking fee receipt shall be issued by the contractor through hand held device which shall
indicate time of entry of vehicle on the slip. At the time of delivery of vehicle, delivery
departure time & parking charge will be indicated on the customer copy.
17. Buses & Trucks would be allowed parking in plotted parking sites only & not on streets.
18. The contractor/license shall be liable and responsible for all the damages or losses
caused to the vehicle during their parking at the site and NOIDA will not be responsible or
liable on any account and NOIDA will not be made a party in any such proceeding.
19. In case the site is required by the CEO for any municipal or public purpose the contractor
licensee shall have to handover the vacant possession of the site within 10 days.
However, the proportionate balance of amount of the contract money would be refundable
to him for the remaining period. In case the site is required for any particular period for the
above purpose or the parking site remains closed on account of some reasons beyond
contractors capacity license fee shall be amended on pro-rata basis.
20. That the contractor/licensee would have to provide necessary facilities including vacation
of the site if necessary, for repairs as and when required, for which the quantum of
compensation would be determined by the NOIDA as it absolute discretion.
21. This license is for a limited period only and it shall not contain tenancy rights enjoyable by
the contractor/licensee, the NOIDA can terminate this license and permission at any time
without any notice and without assigning any reason thereof.
22. The licensee shall manage the parking of vehicles himself through his employees. He
shall not sublet or allow any other persons to run the parking on his behalf.
23. The licensee shall keep the licensor informed of his change in address, if any. Any
communication sent at the address given to the dept. Shall be deemed to have been
received by the licensee. Licensee shall provide his tel.no./mobile no, address-postal & e
mail.
24. The licensee shall in no case construct any permanent structure on parking site temporary
construction if any could not be constructed without written permission of NOIDA
25. Parking area could be revised as per site availability anytime at start or during currency of
parking contract, NOIDA’s decision shall be final & binding in this regard & licensee
should be bound to perform over added / reduced area.

10 | P a g e
26. Sign board using the word “NOIDA PARKING” shall be installed by the licensee/contractor
indicating tariff in use in slab system and other rates as admissible for displaying at the
Entrance & exit of the parking sites. It will be the responsibility of licensee for its protection
and visibilities.
27. The land under the site shall always remain the property of the licensor and the licensee
shall not claim any right/title or interest of any right of any nature of casement in relation to
or in respect there.
28. The licensor will be entitled at all hours of day night to enter the said premises for
checking purpose.
29. The licensee shall keep a complaint book at site and it shall be made available to the
vehicle owners to note down the complaints. The licensor will have the right to check the
complaint book as and when he desires. Information about complaint book shall also be
displayed on notice board.
30. No encroachment of any kind inside or beyond the parking site will be permissible and in
case any encroachment is found at site the same will be removed without any Notice.
31. No activity commercial or of any sort in nature other than parking could be done by
licensee on the parking site.
32. On the expiry of the period of the contract the licensee shall peacefully hand over the
vacant possession of the parking site to the NOIDA maximum in 03 days.
33. In the event of breach of any of the condition of the licensee/ contract the licensor have a
right to determine the license/contract and forfeit the entire deposit along with security.
Licensor may at his sole, discretion, revive the license on payment of Rs. 10,000/- as
restoration charges for remaining period of license.
34. As for parking of Civil court Phase-II advocates shall have the right to FREE OF COST
PARKING”.
35. The licensor shall have the right to terminate the agreement without any notice and for
following (but not limited to) reasons:
i. If the license makes any encroachment to the land.
ii. If the parking is used in such way that it obstructs the very passage of the vehicle
parked.
iii. If the parking site is used for purpose other than parking of private Bus/Truck/
cars/motorcycle/scooter/two wheeler or any other vehicle, (Bus/Truck parking is
prohibited on street parking)
iv. If the licensee obstructs the entry of CEO or any other officer authorized by him.
v. If the licensee fails to produce on demand the accounts of fees being charged for
parking the vehicles.
vi. If the licensee charges parking fee in non-conformity with the prescribed rates.
vii. If the licensee refuses to park any vehicles at parking space.
(viii) If the licensee puts up super structure in contravention of the terms and
conditions.

11 | P a g e
viii. If the licensee allows parking of vehicles without token.
ix. If the refuse licensee to produce the complaints book to the vehicles
owner/licensor
x. If the licensee commits any breach of any terms and conditions of the license.
36. At the termination of this agreement for whatever cause the licensee shall restore the land
in the conditions in which it stood immediately before the licensee took it and shall
handover peace full possession of the said site to the licensor.
37. Any controversy, or disputes arising out of this contract shall be referred to the sole
arbitration of the CEO, NOIDA or to any officer nominated by him on his behalf. There
shall be no bar to the reference of dispute to the arbitrator or such officer nominated by
CEO NOIDA even though the said officer is an employee of the NOIDA or might have
dealt with the matter earlier or expressed his opinion thereon. In case the arbitrator to
whom the matter is originally referred is transferred or has vacated his office or is unable
to act for any reason, the CEO NOIDA shall be competent to appoint another person as
arbitrator, who shall be entitled to proceed with the reference from the stage at which it
was left by his predecessor. No person other than the one nominated by the CEO
NOIDA shall act as arbitrator. The decision of the CEO or the officer nominated by him in
this regard shall be final and binding on the party/parties. The limitation for filing claim for
arbitration is 90 days from the expiry of the contract period and in case no claim is filed
within this period, it shall be presumed that there is no claim.
38. In the event of any extension of contract period on discretion of C.E.O. Noida or any
Officer authorized on his behalf the licensee shall be liable to pay an additional fee at the
enhanced rate by 25% over and above the rate fixed under present contract for the
extended 1yr+1yr period which could be maximum 2 years on renewal basis
39. The licensee will ensure the proper uniform of the persons deputed on parking slots called
or parking attendants.
40. The area of parking lots is however tentative and at the time of handing over to the
licensee shall finally be taken into account, If there is any variation in area the tendered
rate shall be adjusted on prorate basis.
41. The Contractor is bound to pay G.S.T as prescribed by Central Government & State Govt.
separately along with license fee per month.
42. The contract shall be for a period of 2 years or part thereof.
43. Parking Tariff
The Parking charges of various vehicles shall be as under

12 | P a g e
Vehicle Amount (In Rs.)
Two Wheelers
First 2 hours 10
Each additional hour 5
Maximum per day 40
Monthly rate 500
Four Wheelers
First 2 hours 20
Each additional hour 10
Maximum per day 80
Monthly rate 1500
Bus/Truck
First 2 hours 40
Each additional hour 20
Maximum per day 200
Monthly rate Not Allowed
Note:
 Above tariff is the maximum rate that parking contractor could charge from public. This
tariff includes G.S.T. also.
 Contractor shall quote his rates inclusive of G.S.T & he shall pay G.S.T. & other taxes
separately to NOIDA

44. PENALTY PROVISIONS:


The penalty provisions as detailed below are mandatory on parking contractor-

1 Parking token issued or otherwise any charge taken, @ Rs 500/- per vehicle
on any area outside the designated parking box.
2 Overcharging of any kind on electronic parking token @ Rs 500/- per vehicle
(E.T.P) or otherwise.
3 Parking charge taken without issuance of genuine @ 500/- per vehicle
parking token i.e E.T.P.
4 Parking attendant without specified uniform. @ Rs 1000/- per
attenant per day
5 Parking board absent, or short in quantity, or short of @ Rs 1000/- per board
relevant material to be posted on board per day
6 Non availability of complaint book, or failure to produce @ Rs. 1000/- per day
it to parking customer or NOIDA official.
7 Failure to show A/C,s of parking fee collection to @ Rs. 1000/- per day
NODIA Official
8 In addition to all above the contract could also be determined in total or partial if
NOIDA is satisfied to do so.

13 | P a g e
44 Sample-Parking Token

NOIDA AUTHORISED PARKING

Location - Spice Mall Sector-25A

Licensee M/S ………………………..


Token No………………….
Car No……………………..
In-Date &Time……………………..
Out-Date &Time……………………
Entry for 2 Hrs. = Rs. 20/-
Each additional Hr = Rs. 10/-
Full day = Rs. 80/-

45. Contractor should be registered in Goods & Service Tax (GST) Department.
46. Contractor has to quote his rate including Goods & Service Tax (GST).
47. The bidders should ensure that they are GST compliant and their quoted tax
structure/rates are as per GST Law
The bidder are required to indicate the rate of GST applicable for the tendered item in
their bids separately.
The bidders while submitting their bids shall give the following declaration “We agree
to pass on such additional set off/input tax credit as may become available in further
under the GST provision in respect of all the inputs used in the manufacture of the
tendered item on the date of supply, by way o reduction in price and the advice the
purchaser accordingly”
The Authority will not reimburse any GST paid the supplier/ vendor/ contractor due to
misclassification.

14 | P a g e
E-tender Notice

Last
Earnest
Date/ Date/Time of
Reserve Price Money Sale
Job No./Name of Parking Cluster , Time for Opening
S. No. (in Rs. Per Deposit Period of
work area Receipt Technical bid
month) (EMD) (in NIT
of of Tender
Rs.)
Tender
31/DGM(NTC)/SM Cluster–II (Work Rs. Rs.
1 (NTC)/2020-21 Circle- 4, Sector-62) 3478905.43 16.70 Lac
(Area 86885.75 sqm) at 11:00 AM
to Upto
(till 3:00 (till 5:00
PM) PM)

N.B.-
(i) Cost of Tender Form = Rs 8260.00 (Including GST)
(ii) Opening date/time of financial bid would be separately informed to technically qualified
agencies only

15 | P a g e
Section III: Instructions to Applicant

A. General conditions

1.1. Cost of Bid Document/e-Tender processing Fee

a) The tenderer shall bear all costs associated with the preparation and submission of its
e-Bid and U.P. Electronics Corporation Ltd, Lucknow/ Noida Authority hereinafter referred
to as “the Department or NOIDA or Authority”, will in no case be responsible or liable for
these costs, regardless of the conduct or outcome of the e-Bid process.

b) This tender document is available on the web site http://etender.up.nic.in on Noida


Authority website at E-link and Corporation’s website www.uplclko.in to enable the
tenderers to view, download the e-Bid document and submit e-Bids online up to the last
date and time mentioned in e-Tender notice/e-tender document against this e-Tender.
The tenderers shall have to pay cost of bid document/ e-Tender processing fee of
Rs. 8260/- (including GST) (Rupees : Eight thousand Two Hundred Sixty Only)
(Please refer user manual for paying Processing Fee & EMD Online).This cost of bid
document/ e-Tender processing fee of Rs. 8260/- (Including GST) will be non-
refundable. Tender without cost of bid document/ e-Tender processing fee in the
prescribed form, will not be accepted.

1.2. Contents of e-Bid Document

The scope of work, e-Bid procedure and contract terms and conditions are prescribed
in the e-Bid document. The e-Bid document includes:

Invitation for e-Bid

Section I : General Information

Section II : Terms of reference (TOR)

Section III : Instruction to bidders

Section IV : Qualification and Evaluation criteria

Section V : Pro- forma for submission of bids (technical and financial)

Section VI : Standard conditions

The tenderer is expected to examine all instructions, forms, terms and specifications in
the e-Bid document. Failure to furnish all information required as per the e-Bid
document or submission of e-Bid not responsive to the e-Bid document in every
respect will be at the tenderer’s risk and may result in rejection of the said e-Bid.

1.3. Amendment of e-Bid Document

At any time prior to the deadline for submission of e-Bid, the Department may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective tenderer, modify the e-Bid document by amendments. Such amendments
shall be uploaded on the e-Procurement website http://etender.up.nic.in, Noida Authority
web site at E-link and Corporation’s website www.uplclko.in through corrigendum and

16 | P a g e
shall form an integral part of e-Bid document. The relevant clauses of the e-Bid document
shall be treated as amended accordingly.

It shall be the sole responsibility of the prospective tenderers to check the web site
http://etender.up.nic.in or Corporation’s website www.uplclko.in from time to time for
any amendment in the e-tender document. In case of failure to get the amendments, if
any, the Department shall not be responsible for it.

In order to allow prospective e-Tenderers a reasonable time to take the amendment into
account in preparing their e-Bids, the Department, at his discretion, may extend the
deadline for the submission of e-Bids. Such extensions shall be uploaded on the e-
Procurement website http://etender.up.nic.in and Corporation’s website www.uplclko.in

1.4. Data Identification and collection


 It is desirable that the Bidder submits its Proposal after verifying the availability of
the data, information and/ or any other matter considered relevant.
 It would be deemed that by submitting the Proposal, the Bidder has:
 Made a complete and careful examination and accepted the TOR Document in
total;
 Received all relevant information requested from NOIDA and:
 Made a complete and careful examination of the various aspects of the scope of
work including but not limited to:
Type of project
Existing data or any relevant information;
All other matters that might affect the Bidder's performance
under the terms of this TOR Document.
 NOIDA shall not be liable for any mistake or error on the part of the Bidder in
respect of the above.
B. Preparation and Submission of Proposals Language of e-Bid

1.5. The e-Bid prepared by the tenderer, as well as all correspondence and documents
relating to the e-Bid exchanged by the tenderer and the Department shall be written in
English language only.

1.6. Documents Constituting the e-Bid

The e-Bid prepared by the tenderer shall comprise the following components:

(a) Technical e-Bid - Technical e-Bid will comprise of :

(i) Fee Details – It will consist of the cost of tender document and prescribed
earnest money in prescribed form.
(ii) Qualification Details as per formats with supporting – includes copies of
required documents in PDF format justifying that the tenderer is qualified to
perform the contract if his/her bid is accepted and that the tenderer has
financial & technical capability necessary to perform the contract and meets the
criteria outlined in the Qualification Requirement and Technical Specification
and fulfill all the conditions of the Contract.

(b) Financial e-Bid – Financial e-Bid will comprise of :

(i) Price bid – includes Price in XLS format to be filled in after downloading
from the e-Procurement website for this e-tender.

17 | P a g e
1.7. e-Bid Form

The tenderer shall complete the e-Bid Form and the appropriate Price Schedule/BOQ
furnished in the e-Bid document.

1.8. e-Bid Currencies

Prices shall be quoted in Indian Rupees only.

1.9. Documents Establishing tenderer’s Qualification


 The tenderer shall furnish, as part of its Technical e-Bid, documents establishing
the tenderer’s qualification to perform the Contract if its e-Bid is accepted. The
documentary evidence should be submitted by the tenderer electronically in the
PDF format.
 The documentary evidence of tenderer’s qualification to perform the Contract if its
e-Bid is accepted shall be as per Qualification Requirements specified in e-tender
document.

1.10. e-Bid Security/Earnest Money Deposit (EMD)

1.10.1. The tenderer shall furnish, as part of its e-Bid, an e-Bid security/ EMD Rs. 16.70 Lac
(Rs. Sixteen Lac Seventy Thousand Only) as per NIT. (Please refer user manual
for paying Processing Fee & EMD Online). Tender without Earnest Money in the
prescribed form, will not be accepted.
1.10.2. Any e-Bid not secured in accordance with above shall be treated as non-responsive
and rejected by the Department. Unsuccessful tenderer’s e-Bid security will be
returned promptly as possible after open the price bid. The EMD shall be returned
electronically to unsuccessful bidders. The bidders need to fill prescribed form
attached with the tender.
1.10.3. The successful tenderer’s e-Bid EMD will be converted into security upon the tenderer
signing the Contract.
1.10.4. The e-Bid security may be forfeited:
 if a tenderer (i) withdraws its e-Bid during the period of e-Bid validity specified
by the tenderer on the e-Bid Form; or (ii) does not accept the correction of
errors or (iii) modifies its e-Bid price during the period of e-Bid validity specified
by the tenderer on the e-Bid form or
 in case of a successful tenderer, if the tenderer fails: -to sign the Contract with
the Department.

18 | P a g e
1.11. Period of Validity of e-Bid
 e-Bid shall remain valid for 90 days after the date of e-Bid opening prescribed by
the Department. An e-Bid valid for a shorter period shall be rejected by the
Department as non-responsive.
 In exceptional circumstances, the Department may solicit the tenderer’s consent to
an extension of the period of e-Bid validity. The request and the response thereto
shall be made in writing. A tenderer may refuse the request without forfeiting its e-
Bid security. A tenderer granting the request will not be required nor permitted to
modify its e-Bid.
1.12. Format and Signing of e-Bid
 The tenderer shall prepare one electronic copy each of the Technical e-Bid and
Financial e-Bid separately.
 The e-Bid document shall be digitally signed, at the time of uploading, by the
tenderer or a person or persons duly authorized to bind the tenderer to the
Contract. The later authorization shall be indicated by a scanned copy of written
power-of-attorney accompanying the e-Bid. All the pages/ documents of the e-Bid
that are to be uploaded shall be digitally signed by the person authorized to sign
the e-Bid.

1.13. Submission of e-Bid

The Bid Submission module of e-Procurement website http://etender.up.nic.in enables


the tenderers to submit the e-Bid online in response to this e-tender published by the
Department. Bid Submission can be done only from the Bid Submission start date and
time till the Bid Submission end date and time given in the e-tender. Tenderers should
start the Bid Submission process well in advance so that they can submit their e-Bid in
time. The tenderers should submit their e-Bid considering the server time displayed in
the e-Procurement website. This server time is the time by which the e-Bid submission
activity will be allowed till the permissible time on the last/end date of submission
indicated in the e-tender schedule. Once the e-Bid submission date and time is over,
the tenderers cannot submit their e-Bid. For delay in submission of e-Bid due to any
reasons, the tenderers shall only be held responsible.

The tenderers have to follow the following instructions for submission of their e-Bid:
 For participating in e-Bid through the e-tendering system, it is necessary for the
tenderers to be the registered users of the e-Procurement website http://
etender.up.nic.in. The tenderers must obtain a User Login Id and Password by
registering themselves with U.P. Electronics Corporation Limited, Lucknow if they
have not done so previously for registration.

 In addition to the normal registration, the tenderer has to register with his/her
Digital Signature Certificate (DSC) in the e-tendering system and subsequently
he/she will be allowed to carry out his/her e-Bid submission activities. Registering
the Digital Signature Certificate (DSC) is a one time activity. Before proceeding to
register his/her DSC, the tenderer should first log on to the e-tendering system
using the User Login option on the home page with the Login Id and Password with
which he/ she has registered.

 For successful registration of DSC on e-Procurement website http://etender.


up.nic.in the tenderer must ensure that he/she should possess Class-2/ Class-3

19 | P a g e
DSC issued by any certifying authorities approved by Controller of Certifying
Authorities, Government of India, as the e-Procurement website http://
etender.up.nic.in is presently accepting DSCs issued by these authorities only. The
tenderer can obtain User Login Id and perform DSC registration exercise above
even before e-Bid submission date starts. The Department shall not be held
responsible if the tenderer tries to submit his/her e-Bid at the last moment before
end date of submission but could not submit due to DSC registration problem.

 The tenderer can search for active tenders through "Search Active tenders" link,
select a tender in which he/she is interested in and then move it to ‘My Tenders’
folder using the options available in the e-Bid Submission menu. After selecting
and viewing the tender, for which the tenderer intends to e-Bid, from "My Tenders"
folder, the tenderer can place his/her e-Bid by clicking "Pay Offline" option
available at the end of the view tender details form. Before this, the tenderer should
download the e-tender document and Price Schedule/Bill of Quantity (BOQ) and
study them carefully. The tenderer should keep all the documents ready as per the
requirements of e-tender document in the PDF format except the Price
Schedule/Bill of Quantity (BOQ) which should be in the XLS format (Excel sheet).

 After clicking the ‘Pay Offline’ option, the tenderer will be redirected to the Terms
and Conditions page. The tenderer should read the Terms & Conditions before
proceeding to fill in the cost of bid document/e-tender processing fee and EMD
offline payment details. After entering and saving the cost of bid document/e-
Tender processing fee and EMD details, the tenderer should click "Encrypt &
Upload" option given in the offline payment details form so that "Bid Document
Preparation and Submission" window appears to upload the documents as per
Technical (Fee details, Qualification details, e-Bid Form and Technical
Specification details) and financial (e-Bid Form and Price Schedule/BOQ)
schedules/packets given in the tender details. The details available in the scanned
copy of tender form cost and of EMD shall be verified by the department and in
case of any discrepancy the e-bid shall be rejected.

 Next the tenderer should upload the Technical e-Bid documents for Fee details
(Cost of bid document/e-Tender processing fee and EMD), Qualification details.
Before uploading, the tenderer has to select the relevant Digital Signature
Certificate. He may be prompted to enter the Digital Signature Certificate
password, if necessary. For uploading, the tenderer should click "Browse" button
against each document label in Technical and Financial schedules/packets and
then upload the relevant PDF/XLS files already prepared and stored in the
tenderer's computer. The required documents for each document label of
Technical (Fee details, Qualification details, e-Bid Form and Technical
Specification details) and financial (e-Bid Form and Price Schedule/BOQ)
schedules/packets can be clubbed together to make single different files for each
label.

 The tenderer should click "Encrypt" next for successfully encrypting and uploading
of required documents. During the above process, the e-Bid documents are
digitally signed using the DSC of the tenderer and then the documents are
encrypted/locked electronically with the DSC’s of the bid openers to ensure that the
e-Bid documents are protected, stored and opened by concerned bid openers only.

20 | P a g e
 After successful submission of e-Bid document, a page giving the summary of e-
Bid submission will be displayed confirming end of e-Bid submission process. The
tenderer can take a printout of the bid summary using the "Print" option available in
the window as an acknowledgement for future reference.

 Department reserves the right to cancel any or all e-Bids without assigning any
reason.

1.14. Deadline for Submission of e-Bid


 e-Bid (Technical and Financial) must be submitted by the tenderers at e-
Procurement website http://etender.up.nic.in not later than the time 5.00 PM on
the prescribed date (as the server time displayed in the e-Procurement
website).
 The Department may, at its discretion, extend this deadline for submission of e-
Bid by amending the e-Bid document, in which case all rights and obligations of
the Department and tenderers previously subject to the deadline will thereafter
be subject to the deadline as extended.

1.15. Late e-Bid


 The server time indicated in the Bid Management window on the e-
Procurement website http://etender.up.nic.in will be the time by which the e-Bid
submission activity will be allowed till the permissible date and time scheduled
in the e-tender. Once the e-Bid submission date and time is over, the tenderer
cannot submit his/her e-Bid. Tenderer has to start the Bid Submission well in
advance so that the submission process passes off smoothly. The tenderer will
only be held responsible if his/her e-Bid is not submitted in time due to any of
his/her problems/faults, for whatsoever reason, during e-Bid submission
process.

1.16. Withdrawal and Resubmission of e-Bid


 At any point of time, a tenderer can withdraw his/her e-Bid submitted online
before the bid submission end date and time. For withdrawing, the tenderer
should first log in using his/ her Login Id and Password and subsequently by
his/her Digital Signature Certificate on the e-Procurement website
http://etender.up.nic.in. The tenderer should then select "My Bids" option in the
Bid Submission menu. The page listing all the bids submitted by the tenderer
will be displayed. Click "View" to see the details of the e-Bid to be withdrawn.
After selecting the "Bid Withdrawal" option, the tenderer has to click "Yes" to
the message "Do you want to withdraw this bid?" displayed in the Bid
Information window for the selected bid. The tenderer also has to enter the bid
Withdrawing reasons and upload the letter giving the reasons for withdrawing
before clicking the ”Submit" button. The tenderer has to confirm again by
pressing "Ok" button before finally withdrawing his/her selected e-Bid.
 No e-Bid may be withdrawn in the interval between the deadline for submission
of e-Bids and the expiration of period of e-Bid validity. Withdrawal of an e-Bid
during this interval may result in the tenderer’s forfeiture of his/her e-Bid
security.

21 | P a g e
 The tenderer can re-submit his/her e-Bid as and when required till the e-Bid
submission end date and time. The e-Bid submitted earlier will be replaced by
the new one. The payment made by the tenderer earlier will be used for
revised e-Bid and the new e-Bid submission summary generated after the
successful submission of the revised e-Bid will be considered for evaluation
purposes. For resubmission, the tenderer should first log in using his/her Login
Id and Password and subsequently by his/her Digital Signature Certificate on
the e-Procurement website http://etender.up.nic.in. The tenderer should then
select "My Bids" option in the Bid Submission menu. The page listing all the
bids submitted by the tenderer will be displayed. Click "View" to see the details
of the e-Bid to be resubmitted. After selecting the "Bid Resubmission" option,
click "Encrypt & Upload" to upload the revised e-Bid documents.
 The tenderers can submit their revised e-Bids as many times as possible by
uploading their e-Bid documents within the scheduled date & time for
submission of e-Bids.
 No e-Bid can be resubmitted subsequently after the deadline for submission of
e-Bids.
 The officer opening the tenders, without assigning any reason may cancel the
tender or whith the highest tenderer. The tender shall be for period of twelve
months or part thereof. The tenderer shall not withdraw the offer once again. If
any tenderer withdraws the offer either before acceptance, the tenderer shall
be blacklisted for further tender and earnest money deposited shall be
forfeited.

C. Bid Opening

1.17. Opening of Technical e-Bid by the Department

 The Department will open all technical e-Bids, in the presence of tenderers’
representatives who choose to attend at 3.30 PM on the prescribed date of
opening at Tender Cell office Sector-6, Noida. The tenderer’s representatives
who are present shall sign a register evidencing their attendance. In the event
of the specified date of e-Bid opening being declared a holiday for the
Department, the e-Bids shall be opened at the appointed time and place on
the next working day.
 The tenderer’s names and the presence or absence of requisite e-Bid security
and such other details as the Department at its discretion may consider
appropriate, will be announced at the opening. The name of such tenderers
not meeting the Technical Specifications and qualification requirement shall be
notified subsequently.
 The Department will prepare minutes of the e-Bid opening.

1.18. Opening of Financial e-Bid


 After evaluation of technical e-Bid, through the evaluation committee the
Department shall notify those tenderers whose technical e-Bids were
considered non-responsive to the Conditions of the Contract and not meeting

22 | P a g e
the technical specifications and Qualification Requirements indicating that their
financial e-Bids will not be opened. The Department will simultaneously notify
the tenderers, whose technical e-Bids were considered acceptable to the
Department. The notification may be sent by e-mail provided by bidder.
 The financial e-Bids of technically qualified tenderers shall be opened in the
presence of tenderers who choose to attend, and date for opening of financial
bids will be communicated to the Technically Qualified Tenderers subsequently
after completion of technical bids evaluation through e-mail provided by the
bidder. The name of tenderers, percentage Price quoted for various items etc.
will be announced at the meeting.
 The Department will prepare the minutes of the e-Bid opening.

1.19. Clarification of e-Bid


 During evaluation of e-Bid, the Department may, at its discretion, ask the
tenderer for a clarification of his/her e-Bid. The request for clarification and the
response shall be in writing.

1.20. Evaluation of technical e-Bid and Evaluation Criteria


 The Department will examine the e-Bid to determine whether they are
complete, whether they meet all the conditions of the Contract, whether
required cost of bid document/e-Tender processing fee, e-Bid security and
other required documents have been furnished, whether the documents have
been properly digitally signed, and whether the e-Bids are generally in order.
Any e-Bid or e-Bids not fulfilling these requirements shall be rejected.
 The tenderer should submit a notarized affidavit that the tenderer’s firm has not
been black listed from any State/Central Government
Departments/Organizations. The e-Bids of the black-listed tenderers or those
not submitting the required affidavit shall be rejected.
 All e-Bids submitted shall also include the following:

(i) Filled in Bid Submission forms as per the tender document


(ii) Certified Copies of relevant pages of following documents:

· Letter of incorporation
· Memorandum and Article of Association showing objectives of the
· Company/firm and authority to sign the e-Bid/contract or delegate the power
to others for signing the e-Bid/contract.
· Place of registration.
· The power-of-attorney authorizing the tenderer to sign the e-Bid/ contract.
· PAN certificate of the company/firm.
· Service tax registration certificate of the company/firm.

23 | P a g e
The e-Bids of the tenderers not submitting certified copies mentioned above documents shall
be rejected.

1.20.3. It shall be the discretion of the Department to decide as to whether an e-Bid fulfils the
evaluation criterion mentioned in this e-tender or not.

1.20.4. The tenderers are advised not to mix financial bid documents with the PDF documents
submitted for technical bid. The e-Bids of the tenderers having financial bid document
in the technical bid will out rightly be rejected.
1.20.5. If The contractor is registered with ESIC/PF Department as per Government Rules, he
should produce registration numbers for the same. In case the tenderer is not resisted
he has to get himself resisted within 30 days of letter of acceptance falling which his
contract shell be determined & security money forfeited.

1.21. Contacting the Department


 No tenderer shall contact the Department on any matter relating to his/her e-Bid,
from the time of the e-Bid opening to the time the Contract is awarded. If the
tenderer wishes to bring additional information to the notice of the Department,
he/she can do so in writing.

 Any effort by a tenderer to influence the Department in its decisions on e-Bid


evaluation, e-Bid comparison or contract award may result in rejection of the
tenderer’s e-Bid.

 In the event of any information furnished by the agency is found false or fabricated
the minimum punishment shall be debarring/blacklisting from Noida works and the
legal proceeding can also be initiated.

24 | P a g e
D. Award of Contract

1.22. Award Criteria

The Department will award the contract to the highest evaluated successful Tenderer whose
bid has been found to be responsive to all the conditions of the contract and meeting the
Technical specification and qualification requirement of the Bidding Document.

1.23. Department’s right to accept any e-Bid and to reject any or all e-Bids

The Department reserves the right to accept or reject any e-Bid, and to annul the e-Bid
process and reject all e-Bids at any time prior to contract award, without thereby incurring any
liability to the affected tenderer or tenderers.

1.24. Notification of Award

Prior to the expiration of the period of e-Bid validity, the Department will notify the successful
tenderer in writing by letter/e-mail/fax, that its e-Bid has been accepted.

The notification of award will constitute the formation of the Contract.

1.25. Signing of Contract

At the same time as the Department notifies the successful tenderer that its e-Bid has been
accepted, the successful tenderer shall have to sign the contract agreement.

1.26. Other points related to tender document

 No page(s) of the tender shall be removed and the entire set must be submitted,
as its failure to comply the instructions may result in the rejection of the tender.
 All entries by the tenderers should be written legible.
 The tenderer should write full address and telephone no. on the Tender Form. Any
letter sent by Regd. Post on that address will be treated as delivered.
 Incomplete, irrelevant conditional tenders are liable to be rejected without
assigning any reason. Tenders not submitted on proper prescribed form shall not
be considered and are liable to be rejected.
 No additions or alterations are permitted in the tender papers, if tenderer does so,
the same shall not be considered and such tender is liable to be rejected.
 Any tender not fulfilling all the conditions is likely to be ignored / rejected without
assigning any reason.
 Original Earnest Money RTGS receipt and cost of bid document/ e-Tender
processing fee RTGS receipt shall not be required to drop in tender box. However
the scanned copy of both RTGS receipt shall be verified by the department from
the bank and in case of any discrepancy or wrong information furnished in the
scanned copy, tender shall not be processed even for Technical Bid Evaluation
and shall be rejected.
 No refund of the cost of bid document/ e-Tender processing fee is claimable for
tenders not accepted or for tenders not submitted.
 Conditional tender may not be accepted.

25 | P a g e
For the interested Bidders of this Tender Document

1. The Licensees/Firm/Bidders who are interested to participate in Tender are requested


to get them registered and get their signature digitalized with UP Electronics
Corporation, 10, Ashok Marg, Lucknow by depositing prescribed fee. The
Agencies/Licensees registered shall be allowed to participate only in e-tenders floated
after their registration.
2. The other important information are being mentioned below at a glance for the ease of
e-tenderers-

Cost of bid document/ e-Tender processing fee: Rs. 8260/- + (Including GST)

Earnest money 16.70 Lac.

Validity period 90 days.

3. Please refer user manual for paying ''Processing Fee'' & ''EMD Online'' -

26 | P a g e
Section IV: Qualification Evaluation Criteria

1. Technical Criteria

The Applicant competence and capability is proposed to be established by the following


parameters. The Applicant should meet all the criteria given in this section.

1.1. Any individual who is competent and has attained the age of majority, a
firm/company, registered society or registered co-operative society registered in
India may offer tender either for himself or on behalf of persons who formally or
legally authorized him to do so

1.2. The Applicant should have to submit character certificate attested by state
government police officer of magistrate not more than 1 year old from date of
tender, Income Tax Return of latest assessment year and PAN card copy

1.3. The Bidder should submit the solvency certificate issued by the bankers and it
should not be less than INR 33397493.00

1.4. The Applicant has to give an undertaking stating that he has done the inspection of
the parking site for his satisfaction.

1.5. The Applicant shall also give an undertaking on non judicial stamp paper of Rs.100/-
stating that:
 The Applicant/agency is not blacklisted by any government department or
government/ public sector agency.
 There are no revenue dues pending against him from any government
department or government/ public sector agency.
 There is no case of criminal prosecution registered against the
applicant/agency the applicant needs to give list of description of the such
cases if there are any
 There is no criminal/civil case going in court against the applicant/agency the
applicant needs to give list of description of the such cases if there are any

1.6. The Applicants need to submit their identity and address proof

1.7. The Applicant shall also furnish the following:


Type of organization (Government/ Government undertaking/ Public Limited/
Private Limited/ Partnership/ Proprietary).
Relevant documents stating legal status of the Applicant along with the
registration/ incorporation details.
Service tax registration number and copy of the Income Tax returns filed for the
last three (3) years.
Power of Attorney by the Applicant Company in favour of its representative as
evidence of authorized signatory’s authority

27 | P a g e
2. Evaluation of the Technical and Financial Proposal
2.1. The applicant satisfying technical and financial eligibility criteria under Clause 1 of
Section IV shall be considered as technically qualified.

2.2. The financial proposal of only technically qualified applicants shall be opened for
evaluation.

2.3. The applicant with the highest monthly fees financial quote (H1 bidder) shall be
selected for the award of contract.
2.4. The minimum reserve price per month to be paid to Noida Authority for cluster VI.
 Cluster VI: Rs. 3478905.43 (Rupees Thirty Four Lac Seventy Eight Thousand
Ninety Hundred Five and Paisa Forty Three only).
2.5. Any bidder quoting less price than the above in any of the cluster, there bid will be
rejected

Section V: Proforma for Submission


Qualification Proposal

The submissions in Qualification Proposal shall consist of:

a) Letter of Proposal submission Form-T1.

b) Bidders details as per Form-T2 along with :

i) duly certified copy of partnership deed and registration certificate in


case of partnership firm and deed for article of association in case of
company.

ii) Character Certificate of Indivisual /partners /directors issued by District


Megistrate

iii) The bidder will have to submit their Id proof of self, partners, Directors
etc. as the case may be.

iv) The bidder should submit the notarized affidavit that the tenderer/firm
has not been blacklisted any state/central government department/
organization. The e-bid of blacklisted licensee or not submitting the
required affidavit shall be rejected.

c) Power of Attorney to an individual for signing the Proposal, as per the prescribed
format at Form-T3

d) Capacity Statement – Form C

e) Format for Solvency Certificate Form- T4.

28 | P a g e
Financial Proposal

The bidders need to fill the Price in XLS format after downloading the form from the e-
Procurement website for this e-tender. Reference form is attached at Form F1

Other Details

Details of EMD deposited at Form- T5 and Details for refund of EMD at Form- T6

29 | P a g e
FORM TECH-1
LETTER OF PROPOSAL SUBMISSION

[Location, Date]
To,
[Name and address of Employer]

Dear Sirs,

We, the undersigned, offer to provide the consulting Assignment/job for [Insert title of
Assignment/job] in accordance with your Request for Proposal dated [Insert Date] and our
Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal,
and a Financial Proposal with requisite EMD and bid processing fees.
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, we undertake to negotiate
on the basis of the proposed staff. Our Proposal is binding upon us and subject to the
modifications resulting from Contract negotiations.
We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,
Authorized Signatory [In full and
initials]

Name and Title of Signatory:


Name of Firm:
Address:

30 | P a g e
FORM TECH -2
Form 2: BIDDER’S ORGANIZATION AND EXPERIENCE
Form 2A: Format for Details of Bidder

1. Details of Bidder

a. Name of bidder with full address :


b. Tel. No. :
c. Fax No. :
d. Email :
e. Year of Incorporation. :
Name and address of the person holding the Power of :
f.
Attorney.
(i) Place of Business. :
g.
(ii) Date of Registration. :
h. Name of Bankers with full address. :
i. GSTN Registration Number (copy). :
j. Permanente Account Number (copy).
Are you presently debarred / Blacklisted by any :
k. Government Department /Public Sector Undertaking /Any
Employer? (If Yes, please furnished details)
l. Name and details (Tel / Mobile / E mail) of contact persons :

2. In case of a Consortium:
a. The information above should be provided for all the members of the consortium.
b. Information regarding role of each member should be provided as per table below:

Sr. Name of Member Role (Specify Lead Member/ Other Member)


No.
1.
2.

31 | P a g e
Form 2B: Format for Financial Capability of the Bidder
(Equivalent in Rs. crores)
Bidder* ------------------------------------------------(Name of Bidder)

FY 2017-18 2018-19 2019-20 Total Average

Annual Turnover
Certificate from the Statutory Auditor

This is to certify that............................... (Name of the Bidder) has received the payments and
annual turnover as shown above against the respective years.

Name of the audit firm:

Seal of the audit firm

Date:

(Signature, name and designation of the authorised signatory)

#
The Bidder should provide the Financial Capability based on its own financial
statements. Financial Capability of the Bidder's parent company or its subsidiary or
any associate company will not be considered for computation of the Financial
Capability of the Bidder.
* Bidder should fill in details as per the row titled Annual turnover in the row below.

32 | P a g e
FORM TECH – 3
Letter for Blacklisting
[Location, Date]

To,
[Name and address of Employer]

Subject: Letter of Declaration for not have been Blacklisted

We, [Name of Firm] have not been black listed/ debarred/ termination of contract except for reasons of
convenience of client by any Government/ Government board/ Corporation/ Company/ Statutory Body/
PSU Company/ Non-Government/ Government department.

For [Name of Firm],

Authorized Signatory [In full and initials]

Name and Title of Signatory:


Name of Firm:
Address:

33 | P a g e
FORM TECH – 4
Power of Attorney

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant
to place of execution.)
Power of Attorney to be provided by the Applicant in favour of its representative as
evidence of authorized signatory’s authority.

Know all men by these presents, I …………………………………………….(name and address


of the registered office of the Applicant Company) do hereby constitute, appoint and authorize
Mr./Ms…………………………………………………(name and residential address) who is
presently employed with us and holding the position of ______, as our Attorney to do in our
name and our behalf all or any of the acts, deeds or things necessary or incidental to
submission of our Proposal/Application Selection of Parking Contractor to operate the
Noida surface parking sites (off street/on street) in Cluster–II (Work Circle- 4, Sector-
62) area of Noida in response to the Document dated ______ issued by New Okhla
Industrial Development Authority(NOIDA), (the Authority) including signing and submission of
the Proposal and all other documents related to the Proposal, including but not limited to
undertakings, letters, certificates, acceptances, clarifications, guarantees or any other
document which the Authority may require us to submit. The aforesaid Attorney is further
authorized for making representations to the Authority or any other authority, and providing
information / responses to the Authority, representing us in all matters before the Authority,
and generally dealing with the Authority in all matters in connection with our Proposal till the
completion of the bidding process as per the terms of the Document and further till the
Contract is entered into with the Company/firm and thereafter till the expiry of the Contract.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be
binding on us and shall always be deemed to have been done by us.

All the terms used herein but not defined shall have the meaning ascribed to such terms
under the Document.

Signed by the within named

...........................................[Insert the name of the executant

company] through the hand of

Mr. ……………………………………….

duly authorized by the Board to issue such Power of Attorney

34 | P a g e
Dated this ………………………. day of ………

Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)

Attested

…………………………………

(Signature of the executant)


(Name, designation and address of the executant)

……………………………………
Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant


to Board of Director’s Resolution dated……
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)

Name ………………………………….
Designation...........…………………..

Notes:
(1) 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 the same should be under common seal of the executant affixed in
accordance with the applicable procedure. Further, the person whose signatures are to
be provided on the power of attorney shall be duly authorized by the executant(s) in this
regard.
(2) In the event, power of attorney has been executed outside India, the same needs to be
duly notarized by a notary public of the jurisdiction where it is executed.

Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a board resolution / power of attorney, in favour of
the person executing this power of attorney for delegation of power hereunder on behalf of
the executant(s).

35 | P a g e
CAPABILITY STATEMENT
* It is Compulsory for the bidder to fill this statement and the bidder must upload only those document
that support this statement
Job. No : 31/DGM(NTC)/SM(NTC)/2020‐21
Tender :‐ Selection of Parking Contractor to operate the Noida surface parking sites (off street/on
street) in Cluster–II (Work Circle‐ 4, Sector‐62) area of Noida.

Name of Tenderer
TOTAL NIT COST OF PROJECT (In Rs.) 83493730.32
(Value
To Be
Filled By
S. the
ELIGIBILITY CRITERIA
NO. Tenderer
(In
Indian
Rs.)
Minimum
Value
SOLVENCY (Issued within a period of 40% OF TOTAL ESTIMATED
1 33397493.00
minimum six months). COST
Should have successfully
executed 01 parking contract
of duration 02 years in urban
area.
The firm/Agency should have a
2 OR
govt./PSU experience
Should have successfully
executed minimum 02
parking contract of duration
01 year in an urban area.
For Similarity of Works:‐Parking
RESULT OF EXPERIENCE
30% OF TOTAL ESTIMATED
COST
3 TURNOVER (During the immediate LAST 3 YEAR1 0.00
consecutive financial years)
YEAR2 0.00
YEAR3 0.00
Average annual financial turnover on construction works should be 25048120.00 0.00
atleast 30% of the estimate cost during the immediate last 3
consecutive fiancial years. Affidavit should be submitted by the
contractor on Non Judicial stamp paper of Rs. 10/‐ / firm with C.A.
Certificate.
4 Required Technical Staff Select
5 Required Machinary Select
6 Character Certificate of Indivisual Select

36 | P a g e
/partners /directors issued by District
Megistrate
7 Affidavit of not blacklisted Select
8 Address Proof/Id. Proof of indivisual /partners/directors. Select
9 Registration certificate of GST Select
10 Filled in form Capability Statement. Select
11 Certified Copies of relevant pages of following documents: Select
a) Memorandum and Article of Association showing objectives of the Company / firm
and authority to sign the e‐Bid/contract or delegate the power to others for signing Select
the e‐Bid/contract.
b) Place of registration. Select
c) The power‐of‐attorney authorizing the tenderer to sign the e‐Bid/ contract. Select
d) PAN certificate of the company/firm. Select
e) GST registration certificate of the company/firm. Select

37 | P a g e
Form T 4

To
Senior Manager
Noida Traffic Cell, Sector-6
Noida, Uttar Pradesh- 201301
Uttar Pradesh, India

SOLVENCY CERTIFICATE

This is to certify that to the best of our knowledge and information M/s. …………………
…………………………………………………………. having a registered office at ………….
…………………………………………………………………………, a customer of our
Bank is respectable and can be treated solvent up to a limit of INR …….. (Rupees
……………………………………………….), as disclosed by the information and record
which are made available to the Bank.j

It is clarified that this information is furnished without any risk and responsibility on our part,
or any of its officials in any respect whatsoever more particularly as a Guarantor or
otherwise.

Signature & Seal of the Bank:

Date:

Note: This certificate is to be submitted on the banker’s letterhead

Authorised Signatory
(Name & Designation of Authorised Signatory)

38 | P a g e
Form T5
SALEBLE FORM FOR TENDER INVITED

Job No.
…………………………………………………………………………………………………..

The required fee of tender form has been deposited in ____________ Bank A/c No.
________________ RTGS and the scanned copy of UTR receipt with Transaction Id is
being enclosed with E-tender documents. If the copy of UTR receipt is not uploaded with
the E-tender the tender shall be rejected.

DETAILS OF ERNEST MONEY ATTACHED

The required amount of Earnest money has been deposited in ____________ Bank A/c No.
________________ RTGS and the scanned copy of UTR receipt with transaction Id is being
enclosed with E-tender documents. If the copy of UTR receipt is not uploaded with the E-
tender the tender shall be rejected.

CONTRACTOR

Note: Out of two Banks Account given by Noida Authority, Licensees are requested to
mentioned that in which bank account he/they have deposited the cost of bid
document/ e-Tender processing fee and Earnest Money.

39 | P a g e
NEW OKHLA INDUSTRIAL DEVELOPMENT
AUTHORITY
Main Administrative Building, Sector-6, Noida
Distt. Gautam Budh Nagar-201301

Form T6
Declaration For Refund of Earnest Money
1 Licensee
Name

2 Licensee
Address

3 Bank Name

4 Bank Branch

5 A/c No
6 IFSC Code

7 PAN No.
8 Tin/TAN No.
9 Service Tax
No.
10 Phone No.
11 Mobile No.
12 Email-Id

For Office Use Only


13 Party Unique
Id

The above provided information is true to the best of my knowledge.

Date ___________ Signature

Stamp/Seal

40 | P a g e
Form – F1

Date:

To

Senior Manager

Noida Traffic Cell, Sector-6

Noida, Uttar Pradesh- 201301

Uttar Pradesh, India

NOTE: THIS FORM IS NOT REQUIRED TO BE FILLED. THE BIDDERS ARE REQUESTED
TO FILL THE FINANCIAL PROPOSAL IN XLS FORMAT BY AFTER DOWNLOADING THE
FORM FROM THE E-PROCUREMENT WEBSITE FOR THIS TENDER DOCUMENT

Sub: Selection of Parking Contractor to operate the Noida surface parking sites (off
street/on street) in Cluster–II (Work Circle- 4, Sector-62) area of Noida.

Dear Sir,

I/we have read and examined the TOR document, general terms and conditions for the work.

Cluster–II (Work Circle- 4, Sector-62)

S. No Sector Location Area in Sqm


1 62 Plot no 7 (plot area) 15980.00
2 62 C‐57 (plot area) 20000.00
3 62 Street Area 50905.75
86885.75 Sqm

41 | P a g e
tem Rate BoQ
Tender Inviting Authority: DGM(NTC)

Name of Work: Selection of Parking Contractor to operate the Noida surface parking sites (off street/on street)
in Cluster–II (Work Circle- 4, Sector-62) area of Noida.

Job No- 31/DGM(NTC)/SM(NTC)/2020-21

Bidder
Name :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the
bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )....Note-The Rates Quoted should
be Inclusive of GST.

NUMBER TEXT # NUMBER TEXT NUM NUM NUMB TEXT #


# # # BER BER ER #
#
Sl. Item Description
No. BASIC
RATE In
Figures
TOTAL TOTAL
Sqm/mon To be
AMOUNT AMOUNT
Quantity Units th entered
(per In Words (per
Reserved by the
month) month)
Bidder
Rs. P

1 2 4 5 6 13 53 55
1.00 Cluster–II (Work Circle- 4,
Sector-62) area of Noida.
1.10 Cluster–II (Work Circle- 4, Sector-
62) area of Noida .
The reserve price for the priod of
24 months is Rs. 83493730.32
The bidder has to quote his rates INR Zero
on per month basis. The same 86885.75 Sqm 40.04 0.00
Only
rate shall be considered for the
project duration for all 24 months

Total in INR Zero


Figures 0.00 Only
Quoted INR Zero Only
Rate in
Words

Payment details should conform to the relevant legal/statutory provisions in vogue.


1) The bidder shall be required to pay all government taxes at the prevailing rates
2) The Financial Bid submitted is unconditional and fulfills all the requirements
of the TOR Document.

42 | P a g e
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
contract negotiations, up to expiration of the validity period of the Proposal. We understand
you are not bound to accept any Proposal you receive.
___________________________________
Signature and Name of the Authorised Person
_______________________

NAME OF THE BIDDER AND SEAL

Description of item and unit checked and found correct.

A.M Manager

NIT for work of Selection of Parking Contractor to operate the Noida surface parking
sites (off street/on street) in Cluster–II (Work Circle- 4, Sector-62) area of Noida on
amounting Rs. 83493730.32 (Rs. Eight Crore Thirty Four Lacs Ninety Three Thousand Seven
Hundred Thirty and Paisa Thirty Two only) is hereby recommended for approval please.

Sr. Manager (NTC)

DGM(NTC)

43 | P a g e
Instructions for bidder to do payment:
1. Visit IndusCollect website: https://induscollect.indusind.com/pay/index.php.

2. If you are a registered user of IndusCollect, then login click on LOGIN tab. If you are not
registered user of IndusCollect then click on Express Payment tab.

44 | P a g e
3. Flow for Non Registered users of IndusCollect:
4. Select Category

5. Select NOIDA AUTHORITY:

45 | P a g e
6. Select type of payment:

7. Enter Data & Click Submit:

8. Select the payment mode:

46 | P a g e
a. If user clicks “Internet Banking” or “Credit Card” or “Debit Card”, then user will be
redirected to Payment Gateway page. User has to enter authority details.

9. If user selects NEFT or RTGS or IMPS or Transfer within Bank, then

i. User has to click on Generate Payment Slip to generate challan. It will have
beneficiary account number and IFSC code.

ii. User will then login to their own bank’s Netbanking or mobile app.
iii. User will add beneficiary basis the details on Challan.
iv. User will then make the payment to beneficiary

47 | P a g e
10. Flow for Registered users of IndusCollect:
1. Login to IndusCollect

2. Click on MAKE PAYMENT

48 | P a g e
3. Select Category

4. Select NOIDA AUTHORITY:

49 | P a g e
5. Select type of payment:

6. Enter Data & Click Submit:

7. Select the payment mode:

50 | P a g e
a. If user clicks “Internet Banking” or “Credit Card” or “Debit Card”, then user will be
redirected to Payment Gateway page. User has to enter authority details.

8. If user selects NEFT or RTGS or IMPS or Transfer within Bank, then

i. User has to click on Generate Payment Slip to generate challan. It will have
beneficiary account number and IFSC code.

ii. User will then login to their own bank’s Netbanking or mobile app.
iii. User will add beneficiary basis the details on Challan.
iv. User will then make the payment to beneficiary

51 | P a g e

You might also like