REQUEST FOR PROPOSAL - Municipal Corporation Jalandhar
REQUEST FOR PROPOSAL - Municipal Corporation Jalandhar
REQUEST FOR PROPOSAL - Municipal Corporation Jalandhar
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
<strong>REQUEST</strong> <strong>FOR</strong> <strong>PROPOSAL</strong><br />
CONSULTANCY SERVICES <strong>FOR</strong> IMPLEMENTATION OF PROPERTY<br />
BASED DATABASE SYSTEM USING GEOGRAPHICAL IN<strong>FOR</strong>MATION<br />
SYSTEM TECHNOLOGY <strong>FOR</strong> MUNICIPAL CORPORATION OF<br />
JALANDHAR<br />
TENDER NUMBER: MCJ/GIS/2010<br />
MUNICIPAL CORPORATION, JALANDHAR<br />
March 2010<br />
- 1 -
TABLE OF CONTENTS<br />
1.Data Sheet………………………………………………………………………………………………………4<br />
2.Checklist for Bidders.……………………………………………………………………………………..……5<br />
3 Tender Details and Instructions to Bidders………………………………………………………………….6<br />
3.1 Background of <strong>Jalandhar</strong>……………………………………………………………………………………6<br />
3.2 <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong> & Government of Punjab………………………………………….6<br />
3.3 Functions of MCJ…………………………………………………………………………………………….6<br />
3.4 Institutional Improvements………………………………………………………………………………….7<br />
3.5 Terms used…………………………………………………………………………………………………..7<br />
3.6 Project Location……………………………………………………………………………………………..8<br />
3.7 Cost of the Tender Document (RFP)……………………………………………………………………...8<br />
3.8 Due date and Time…………………………………………………………………………………………..8<br />
3.9 Eligibility Criteria: …………………………………………………………………………………………….8<br />
3.10 Only one Proposal………………………………………………………………………………………….9<br />
3.11 No Conditional Proposals ………………………………………………………………………………...9<br />
3.12 Mode of Submission……………………………………………………………………………………….9<br />
3.13 Pre-Bid Conference……………………………………………………………………………………….10<br />
3.14 Proposal Preparation Costs……………………………………………………………………………...10<br />
3.15 Language ………………………………………………………………………………………………….10<br />
3.16 Duration of Assignment…………………………………………………………………………………..11<br />
3.17 Right to Terminate the Process…………………………………………………………..……………..11<br />
3.18 Bid Security (Earnest Money Deposit -EMD)…………………………………………………………..11<br />
3.19 Bid Opening………………………………………………………………………………………………..11<br />
3.20 Tender Rejection Criteria………………………………………………………………………………...11<br />
3.21 Submission of Tender-Two Cover System…………………………………………………………….12<br />
3.22 Technical Proposal……………………………………………………………………………………….12<br />
3.23 Financial Proposal………………………………………………………………………………………..13<br />
3.24 Outer Cover……………………………………………………………………………………………….13<br />
3.25 Signature…………………………………………………………………………………………….....13<br />
3.26 Submission of Proposals……………………………………………………………………………..14<br />
3.27 Period of Validity of Proposals……………………………………………………………………….14<br />
3.28 Late Proposals…………..…………………………………..…………………………………………14<br />
3.29 Withdrawal of Proposals…………………………………….…………………………………………14<br />
3.30 Opening of Proposals……………….………………………………………………………………….15<br />
4 Bid Evaluation Process: ……………………………………………………………………………..15<br />
- 2 -
4.1 Evaluation of Technical Proposals…………………………………………………………………….15<br />
4.2 Opening of Financial Proposals……………………………………………………………………….17<br />
4.3 Evaluation of Financial bids……………………………………………………………………………17<br />
4.4 Review Meetings………………………………………………………………………………………..18<br />
4.5 Negotiations with the Successful Bidder………………………………………..……………………18<br />
4.6 Signing of Contract and Commencement……………………………………..……………………..19<br />
4.7 TERMINATION OF THE CONTRACT…………………………………………..……………………19<br />
5.0 Terms of Reference………………………………………………………………..………………….21<br />
5.1 Objectives…………………………………………………………………………………….……………….21<br />
5.1.1 Strategic Objectives: ……………………………………………………………………………………21<br />
5.1.2 Operational objectives: …………………………………………………………………………………21<br />
5.2 Scope of Work……………………………………………………………………………………………21<br />
5.2.1 Activity- I: …………………………………………………………………………………………………21<br />
5.2.2 Activity-II……………………………………………………………………………………………………22<br />
5.2.3 Activity-III…………………………………………………………………………………………………..23<br />
5.2.4 Deliverables ………………………………………………………………………………………………25<br />
5.5 Assistance to be provided by MCJ ……………………………………………………………………26<br />
5.6 Other Terms and Conditions …………………………………………………………………………..26<br />
5.7 Schedule of Payment…………………………………………………………………………………….27<br />
5.8 Law and Jurisdiction……………………………………………………………………………………..28<br />
5.9 Amicable Settlement……………………………………………………….……………………………28<br />
ANNEXURE …………………………………………………………………………………………………….. 29<br />
KEY AREA OF APPLICATION…………………………………………………………………..……………. 29<br />
<strong>FOR</strong>M……………………………………………………………………………………………..……………… 31<br />
<strong>FOR</strong>M-1: Formats for Proposal ……………………………………………………………..…………..…….31<br />
<strong>FOR</strong>M-2: DETAILS OF THE CONSULTANT ……………………………………………………..…………32<br />
<strong>FOR</strong>M-3: Project Description Sheet ……………………………………………………….………….………33<br />
<strong>FOR</strong>M-4: <strong>FOR</strong>MAT OF CURRICULUM VITAE ………………………………… ……………..……………34<br />
<strong>FOR</strong>MAT <strong>FOR</strong> SUBMISSION OF FINANCIAL OFFER ………………………………………..………..35-36<br />
- 3 -
Tender Inviting authority<br />
Name of the Work<br />
1 DATA SHEET<br />
Commissioner, <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong>,<br />
<strong>Jalandhar</strong><br />
CONSULTANCY SERVICES <strong>FOR</strong> IMPLEMENTATION OF<br />
PROPERTY BASED DATABASE SYSTEM USING<br />
GEOGRAPHICAL IN<strong>FOR</strong>MATION SYSTEM<br />
TECHNOLOGY <strong>FOR</strong> MUNICIPAL CORPORATION OF<br />
JALANDHAR<br />
Start Date for the Sale of Tender<br />
Documents<br />
19.02.2010<br />
Last date & Time for Sale of<br />
Tender documents<br />
Cost of Tender Document<br />
Date and Time of Pre-Bid<br />
Conference, if necessary<br />
Last date and time for<br />
submission of Bids<br />
Opening of Bids<br />
Place of Opening of Technical<br />
Proposal<br />
Earnest Money Deposit (EMD)<br />
Mode of EMD Deposit or<br />
Payment of Cost of Tender<br />
Document<br />
17.03.2010, 15:00 hrs.<br />
Rs. 500 (Rupees Five Hundred only) in cash or by<br />
Demand Draft In FAVOR OF “Commissioner,<br />
<strong>Municipal</strong> <strong>Corporation</strong>, <strong>Jalandhar</strong>” and payable at<br />
<strong>Jalandhar</strong><br />
08.03.2010, 15:00 hrs.<br />
18.03.2010, 15:00 hrs<br />
18.03.2010, 16:00 hrs<br />
Mayor office of M.C.<strong>Jalandhar</strong><br />
Rs. 500,000 (Rupees Five Lacs. only) by Demand<br />
Draft in favor of - Commissioner, <strong>Municipal</strong><br />
<strong>Corporation</strong>, <strong>Jalandhar</strong> and payable at <strong>Jalandhar</strong><br />
Demand Draft in favor of Commissioner, <strong>Municipal</strong><br />
<strong>Corporation</strong> of <strong>Jalandhar</strong> and payable at <strong>Jalandhar</strong><br />
Contact Person and Designation Superintending Engineer (O&M), <strong>Municipal</strong><br />
<strong>Corporation</strong> of <strong>Jalandhar</strong>, <strong>Jalandhar</strong><br />
Email: amardeep.dhaliwal@rediffmail.com<br />
Mobile: 09988824055<br />
Address for Communication<br />
Dr. B.R.Ambedkar Administrative Complex, <strong>Municipal</strong><br />
<strong>Corporation</strong> of <strong>Jalandhar</strong>, <strong>Jalandhar</strong> 144001<br />
Other important criteria specified by the Tender Inviting Authority:<br />
1. Detailed eligibility criteria is given in the Tender Document<br />
2. Tender received after due date and time will be summarily rejected.<br />
- 4 -
2. Checklist for Bidders<br />
The following checklist is for the convenience of the bidders. Kindly check the following<br />
points before submitting the bids.<br />
Checklist:<br />
All answers in your self –inspection should be “yes”<br />
1. Whether the proposals have been properly sealed, marked and labeled as required<br />
2. Have you placed Technical and Financial proposals (two copies each) in separate<br />
envelopes and marked those envelopes correctly as “Technical Proposal” and “Financial<br />
Proposal”. Has both of these envelopes been placed in one single “outer envelope”. Have<br />
you enclosed the EMD in an envelope and also put the same inside the “outer envelope”<br />
3. Have you marked the outer envelope correctly with “Name of Tender”, “Don’t Open in<br />
absence of Evaluation Committee” and Last Date and Time of Opening of Tender<br />
besides your own name and address in sufficiently bold and legible letters.<br />
4. Have you checked the Eligibility Criteria & Enclosed the relevant documents as proof<br />
5. Whether the proposal has been signed by concerned authority<br />
6. In case of Joint Ventures and Associations, whether signed in original by duly authorized<br />
representatives of each partner with details of each signatory on a Rs. 100 Judicial stamp<br />
papers<br />
7. Have all the pages of technical and financial proposals been signed by authorized<br />
signatory<br />
8. Have all the CV’s Signed by Concerned person or properly authorized<br />
9. Is the CV submitted according to the format given<br />
10. Whether the number of pages of the proposal properly indexed<br />
- 5 -
3.1 Background of <strong>Jalandhar</strong><br />
3 Tender Details and Instructions to Bidders<br />
<strong>Jalandhar</strong> is one of the most ancient, fascinating and major cities of the Punjab state in India.<br />
The <strong>Jalandhar</strong> is situated at 710 31’ East and 300 33’ North at a distance of 146 Kms from state<br />
capital Chandigarh. Located on the intensively irrigated plain between the Beas and Satluj<br />
rivers. <strong>Jalandhar</strong> was declared a city on 5 July 1977 under the Punjab <strong>Municipal</strong> <strong>Corporation</strong><br />
Act 1976 and the <strong>Municipal</strong> <strong>Corporation</strong> was constituted in place of <strong>Municipal</strong> Committee which<br />
was created in 1867 and raised Class-I 1950 under the Punjab <strong>Municipal</strong> Act-1911. The first<br />
election to the <strong>Municipal</strong> <strong>Corporation</strong> was held in 1991 and the city was divided into 50 wards<br />
and it was further increased to 60 wards.<br />
As per Census of India 2001, <strong>Jalandhar</strong> UA has a population of 7.14 Lacs. Under <strong>Municipal</strong><br />
jurisdiction is about 101.45sq. km and the estimated number of properties is about 200,000.<br />
3.2 <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong> & Government of Punjab<br />
The <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong> (MCJ) is working under the Local Government Department,<br />
Government of Punjab and is responsible for providing basic urban services to citizens of <strong>Jalandhar</strong><br />
as per The Punjab <strong>Municipal</strong> Act 1976 and other relevant provisions of different Acts and Rules in<br />
force from time to time. MCJ functions as an independent Local Self Government, run by<br />
democratically elected Public representatives.<br />
3.3 Functions of MCJ<br />
Functions and major activities carried out by the <strong>Municipal</strong> bodies, called as ULBs are<br />
detailed out as under:<br />
• Health & Sanitation (solid waste, sewerage and drainage management)<br />
• Registration & Issuance of Birth and Death Certificates<br />
• Collection of Revenue<br />
• Record Keeping<br />
• Engineering Works (Roads, water supply/sewerage etc.)<br />
• Building permission<br />
• Accounting & Financial Management including proposed accrual based double<br />
accounting system<br />
• Motor Garage activities<br />
• Fire Services<br />
• Legal Matters<br />
• Public Relation Activities<br />
• Maintenance of Street/Road lights<br />
The ULBs are also engaged in:<br />
• Maintaining of Trenching Ground<br />
• Maintaining of Green Areas, Parks etc,<br />
• Slaughter Houses Inspection<br />
• Spraying for Malaria Eradication<br />
• Removals of Stray Animals from streets and Dead Animals<br />
- 6 -
• Any other Civic Services supporting better urban services<br />
3.4 Institutional Improvements<br />
It is in the context of Institutional Improvements that <strong>Municipal</strong> <strong>Corporation</strong>s of <strong>Jalandhar</strong> (MCJ) is<br />
seeking the assistance of an agency/organization with requisite expertise and experience to assist<br />
the MCJ in the development of a GIS property based database, for <strong>Municipal</strong> <strong>Corporation</strong> of<br />
<strong>Jalandhar</strong>. The MCJ plans to undertake the process of property base database preparation with plot<br />
area records, water supply and sewerage connection records and other attributes defined in<br />
annexure I and thus has decided to engage professional consultants using open tendering process<br />
to assist in implementation of the said project.<br />
3.5 Terms used<br />
In the Contract (as defined below) the words and expressions defined below shall have the meanings<br />
assigned to them, except where the context requires otherwise:<br />
1. “Contract” means the Conditions of Contract, the Employer’s Requirements, the Bid,<br />
Consultant’s Proposal, the Schedules, the Letter of Acceptance, the Contract<br />
Agreement and such further documents as may be expressly incorporated in the<br />
Letter of Acceptance or Contract Agreement.<br />
2. “Bid” means the Consultant’s offer to the Employer for the Services<br />
3. “Appendix to Bid” means the completed appendices comprised in the bid,<br />
wherever the term “Appendix to Bid” is used, this shall mean “Appendix to Technical<br />
Proposal” and/or “Appendix to Financial Proposal”, as may be appropriate.<br />
4. “Consultant’s Proposal” means the preliminary proposal submitted with the bid.<br />
5. “Schedules” means the information and data submitted with the Bid.<br />
6. “Schedule of Payments” means the Schedule designated as such (if any).<br />
7. “Letter of Acceptance” means the formal acceptance of the bid by the Employer.<br />
8. “Employer” means Commissioner, <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong>, or authorized<br />
representative thereof.<br />
9. “Consultant” means the person/firm/company, whose bid has been accepted by the<br />
employer and the legal successors in title to such person, but not (except with the<br />
consent of the Employer) any assignee of such person.<br />
10. “Consultant’s Representative” means the person (if any) named as such in the<br />
Contract or other person appointed from time to time by the Consultant & notified as such to<br />
the Employer.<br />
11. “Arbitrator” means the person or persons named as such in the Contract, or other<br />
person or persons appointed from time to time by the Govt. of Punjab.<br />
12. “Services” means the services provided by the Consultant.<br />
13. “MCJ” means <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong>.<br />
14. “Bidder” means a firm, Association of persons or body or individuals or firms or a<br />
company incorporated under the Indian Law that plans to undertake the execution of<br />
this project and participates in the tendering process.<br />
15. “GoP” means Government of Punjab.<br />
16. “GOI” means Government of India.<br />
17. “EMD” means Earnest Money Deposit.<br />
18. “ULB” means Urban Local Body (also called as <strong>Municipal</strong> Body).<br />
- 7 -
19. “Commissioner” means Commissioner of <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong>.<br />
20. “DLG” means Department of Local Govt., Govt. of Punjab.<br />
21.”Properties” means completed properties, if not Specified<br />
22.”PDS” means Project Description Schedule<br />
23.”GIS means” Geographical Information System<br />
24. “Tender Document” means Request for Proposal (RFP) & its clarifications<br />
3.6 Project Location<br />
The project location shall be <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong>. Since the project shall require<br />
regular interaction with the officers of MCJ, it is essential that the selected consultant sets up a<br />
project office in <strong>Jalandhar</strong> with adequate resources. It is also essential that the consultant appoints a<br />
Project Leader/Coordinator, with sufficient experience (a minimum of 10 yrs total experience and<br />
similar survey management experience of one city) or equivalent experience acceptable to MCJ, to<br />
lead the team on-site and provide overall guidance to the team in development of required database<br />
for MCJ.<br />
3.7 Cost of the Tender Document (RFP)<br />
The Tender document is available for sale against non-refundable payment of Rs. 500 (Rupees Five<br />
Hundred only) by cash/demand draft drawn in favor of “Commissioner, <strong>Municipal</strong> <strong>Corporation</strong> of<br />
<strong>Jalandhar</strong>” and payable at <strong>Jalandhar</strong>. The Tender Document is not transferable to any other bidder.<br />
Firms, who downloads the RFP from the official website of the <strong>Corporation</strong> (www.mcjalandhar.in)<br />
shall have to submit the Cost of tender document (Rs 500/-) by a separate demand draft besides<br />
their EMD, while submitting their bids (tenders). Else, their tenders shall not be accepted.<br />
Although all efforts to update the website shall be made in time, however, all bidders, who have<br />
downloaded the RFP from the “website”, must inform MCJ, about their desire to bid, providing their<br />
email addresses, so that any addendum/communication could be sent to them also. Failure to<br />
indicate their intention of bidding to MCJ may deprive them of ongoing communications and<br />
clarifications from MCJ.<br />
3.8 Due date and Time<br />
The sealed tenders should reach Commissioner, <strong>Municipal</strong> <strong>Corporation</strong>, <strong>Jalandhar</strong> and/or dropped<br />
in the Tender Box kept with the Mayor office, MC, <strong>Jalandhar</strong> not later than due date as specified in<br />
data sheet. The tenders received after the due date and time specified or unsealed or incomplete or<br />
by facsimile or email will be summarily rejected.<br />
The Commissioner, MCJ may, in exceptional circumstances and at his discretion, extend the<br />
deadline for submission of proposals by issuing an Addendum or by intimating all bidders who have<br />
been provided the proposal documents or downloaded the RFP and informed corporation, in writing<br />
or by facsimile or through email. However, till such communication is received by the bidders, they<br />
should not assume any changes in the schedule.<br />
3.9 Eligibility Criteria: The Bidder should have the following Eligibility Criteria and should enclose<br />
documentary proof supporting the claim.<br />
- 8 -
a. The Bidder should be a Registered Firm or Partnership Firm or a Company registered under the<br />
Companies Act and should be in the services industry for a period of 5 years as on 31 st March<br />
09.<br />
b. The bidding firm/company/implementation should have had an average annual turnover of Rs.1<br />
Cr. from consulting/advisory services on survey in urban development/ GIS, over the previous<br />
3 financial years as revealed by audited accounts, as on 31 st March, 2009.<br />
c. The firm/company should have experience in handling at least three surveys of urban assets in<br />
urban development/ GIS, projects, with an order value of a minimum of Rs. 50 lakhs each in<br />
the last 3 years as on 31 st March 2009. (Should be substantiated with purchase orders/ work<br />
order supporting the claim).<br />
d. The lead member of a JV/Consortium should meet the eligibility criteria.<br />
A firm or individual declared ineligible by MCJ, Government of Punjab, Government of India or other<br />
international agencies like ADB, The World bank etc. shall be ineligible to provide consulting<br />
services under this contract. Bidder shall have to provide a statement that they have not been of<br />
blacklisted/ debarred by any central/state/multi-lateral funding agency in India and shall provide<br />
details of all on-going litigations with such agencies, if any.<br />
Experience in the field of conducting survey in urban development/GIS is essential.<br />
3.10 Only one Proposal<br />
Consultants may only submit one proposal. If a Consultant (including a partner in a Joint Venture)<br />
submits or participates in more than one proposal, such proposals shall be disqualified. However,<br />
this does not prohibit the inclusion of a Sub-Consultant, including individual experts, in more than<br />
one proposal.<br />
3.11 No Conditional Proposals<br />
Bidders are requested to submit their tenders/bids as per stipulated requirements. No conditional<br />
proposals shall be accepted. It is therefore necessary that bidders carry out their own due diligence<br />
before submitting the tender.<br />
3.12 Mode of Submission<br />
a. The bid document must be addressed to the Commissioner, <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong>,<br />
by designation only.<br />
b. Tenders can be submitted in person on or before the due date and time specified in the Tender<br />
Notice. The tenders can also be dropped by due date and time in the tender box kept at the<br />
office of Mayor, MCJ <strong>Jalandhar</strong>.<br />
c. No late proposals shall be accepted. The issues of untimely delivery by postal<br />
agencies/courier companies etc. shall be the sole responsibility of Bidder.<br />
- 9 -
3.13 Pre-Bid Conference<br />
The bidder or their official representative may attend a pre-bid meeting, which is planned to be held<br />
at MCJ as indicated in the data sheet (Page 4). The purpose of the meeting will be to clarify issues<br />
and to address clarifications sought by the bidders in this context. After the date of sale of the tender<br />
document, the notified contact person i.e. SE (O&M) will begin accepting written<br />
clarifications/queries from the bidders, who have bought the Tender document. The bidders are<br />
requested to submit their Request for Clarifications on this RFP through fax or email so as to reach<br />
the Superintending Engineer (O&M), MCJ, <strong>Jalandhar</strong>, not less than two clear days (i.e by 3:00 pm<br />
on 5.03.2010 ) before the meeting. Telephone calls may be responded but will not be<br />
considered for written replies. In no event will the MCJ be responsible for ensuring that bidders’<br />
inquiries have been received by MCJ. The responses for the in-writing clarifications sought by the<br />
bidders shall be distributed to all the bidders, who have bought the tender document. Any<br />
modifications in the bidding documents, which may become necessary as a result of the pre-bid<br />
meeting, shall be made by the Commissioner, MCJ exclusively through the issue of an Addendum,<br />
which shall also be put on the official website of the <strong>Corporation</strong>. The decision of the Commissioner,<br />
MCJ on the need for any modification shall be final and binding on all. However, it is not binding on<br />
the Commissioner, MCJ to hold a pre-bid meeting or restrict itself to holding only one such meeting.<br />
If it feels, that the clarifications sought by the bidders don’t want a pre-bid meeting, it can cancel the<br />
meeting and send the replies to the bidders by fax/email. This addendum or any clarification shall be<br />
considered as a part of RFP.<br />
3.14 Proposal Preparation Costs<br />
The bidder is responsible for all costs incurred in connection with participation in this process,<br />
including, but not limited to, costs incurred in conduct of informative and other diligence activities,<br />
participation in meetings/discussions/presentations, preparation of proposal, in providing any<br />
additional information required by Commissioner, MCJ to facilitate the evaluation process, and in<br />
negotiating a definitive Service Agreement or all such activities related to the bid process. This RFP<br />
does not commit MCJ to award a contract or to engage in negotiations. Further, no costs incurred, in<br />
anticipation of award shall be reimbursed by the MCJ. Bidders are requested to carry out necessary<br />
due diligence (situational understanding and information analysis) before submitting their proposals.<br />
No objection shall be entertained by MCJ, based on lack of - pre-project data/information<br />
collection, availability of property maps, detailed understanding of the project etc.<br />
3.15 Language<br />
The Proposal and all related correspondence exchanged between the Consultant and the Client<br />
shall be written in the English language. Supporting documents and printed literature that are part of<br />
the Proposal may be in another language provided they are accompanied by an accurate translation<br />
of the relevant passages in English, in which case, for the purposes of interpretation of the Proposal,<br />
the translated version shall govern.<br />
- 10 -
3.16 Duration of Assignment<br />
All the activities of the assignment are to be completed within 180 days (about 6 months) of date of<br />
signing of the agreement. No extension shall be provided.<br />
3.17 Right to Terminate the Process<br />
a. The right of final acceptance of the tender is entirely vested with the Commissioner, MCJ,<br />
who reserves the right to accept or reject, any or all of the tenders in full or in parts without<br />
assigning any reason whatsoever.<br />
b. There is no obligation on the part of the MCJ to communicate with rejected Bidders.<br />
3.18 Bid Security (Earnest Money Deposit -EMD)<br />
a. Bidders shall submit, along with their Bids, Bid security or EMD of Rs. 5, 00,000 (Rupees<br />
Five Lacs only), in the form of a Demand Draft in favor of “Commissioner, <strong>Municipal</strong><br />
<strong>Corporation</strong> of <strong>Jalandhar</strong>” and payable at <strong>Jalandhar</strong>.<br />
b. The EMD would be refunded to all unsuccessful bidders at the expense of the Bidders within<br />
a reasonable time (normally on signing of agreement with successful bidder) consistent with<br />
the rules and regulations in this behalf. The EMD of successful bidder would be returned only<br />
after the successful fulfillment of the works, as specified under payment schedule.<br />
c. Bid without adequate bid security/EMD are liable for rejection without providing any<br />
opportunity to the bidder concerned.<br />
d. The above EMD held by the MCJ till it is returned to the unsuccessful Bidders will not earn<br />
any interest thereof to the bidder.<br />
3.19 Bid Opening<br />
The tenders will be received and will be opened as indicated in DATA SHEET (Page 4) (or any<br />
other date communicated by fax/email to bidders by MCJ) by the Members of Tender Evaluation<br />
Committee authorized by Commissioner, MCJ, at Mayor office <strong>Jalandhar</strong>, in the presence of such of<br />
those Bidders or their representatives who may be present at the time of opening. The<br />
representatives of bidders present at the time of opening must have required authorization from the<br />
bidder. They would be required to sign, indicating their presence.<br />
3.20 Tender Rejection Criteria<br />
a. The tenders without specified EMD amount will be summarily rejected.<br />
b. The tenders not fulfilling eligibility criteria are liable to be rejected.<br />
c. Tenders, without tender fee of Rs 500, in case of those, who have downloaded the tender from<br />
the website, are liable to be rejected.<br />
d. Tenders not submitted in the form specified as per the format given in this Tender document are<br />
likely to be rejected.<br />
e. Tenders with incomplete information, subjective and conditional offers as well as partial<br />
offers will be liable for rejection.<br />
f. Tenders with variance/contradiction in its contents will be liable for rejection. If the offer does not<br />
meet the tender requirements, the Commissioner, MCJ reserves the right to reject any or all the<br />
- 11 -
tenders without assigning any reason whatsoever.<br />
g. In addition to the above rejection criteria, if there is non-compliance of any of the clauses of this<br />
Tender Document, the Tenders are liable for rejection.<br />
h. Incomplete details will be treated as non-responsive offer and the tender is liable for rejection.<br />
3.21 Submission of Tender-Two Cover System<br />
The bidder must submit, in separate covers “Technical Bid” and a “Financial Bid”. Failure to submit<br />
separate technical and financial bids may result in disqualification of the proposal. The technical<br />
proposal shall not contain any price/rate details. Bid submitted by the bidder shall comprise the<br />
following documents:<br />
a. This tender document (RFP), Technical Proposal and Financial proposals/bids and all<br />
supporting documents should be duly signed on all pages before submission. The signing of<br />
RFP documents shall be considered as acceptance of terms and conditions by the bidder.<br />
b. EMD amount of Rs. 5, 00,000 (Rupees five lacs only) in the form of DD in favor of<br />
Commissioner, <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong> and payable at <strong>Jalandhar</strong>.<br />
c. Proposal covering letter<br />
d. Any other information that is required to be submitted in the proposal process<br />
3.22 Technical Proposal<br />
The Technical Proposal should preferably contain the following:<br />
a) Section 1: Covering Letter as per <strong>FOR</strong>M-1,Detail of Consultant as per <strong>FOR</strong>M-2<br />
b) Section 2: Experience/ Capacity of Firm to undertake tasks, subject to maximum two (2)<br />
pages;<br />
c) Section 3: Project Description sheets (PDS) outlining previous experience of the firm in<br />
similar types of assignments completed during the last three years (in standard format),<br />
subject to maximum of ten (10) pages ;( <strong>FOR</strong>M-3 :)<br />
d) Section 4: Technical Response including general approach, methodology, work plan,<br />
personnel schedule, and qualifications to ToR, restricted to maximum of fifteen (15) pages<br />
including charts and diagrams;<br />
e) Section 5: CVs of personnel to work on this project (in the CV please include name of staff,<br />
nationality of staff, profession/designation of staff, proposed position in the team, whether<br />
employee of the firm, number of years with the firm, key qualifications, education, experience<br />
and languages known), restricted to maximum of three A4 pages per CV in single spacing,<br />
Times new Roman 11 font or Arial 10 font (Form 4)<br />
f) Section 6: Matters not appropriate in any other section: This includes: written confirmation<br />
authorizing the signatory of the Proposal to commit the Consultant; Letter of Authorization/JV<br />
Agreement, disclosures, if any; and declaration of conflict of interest, if any. Section 6 should<br />
not include any promotional material, brochures etc. about the bidder or their associates.<br />
- 12 -
g) If submitting additional information, please mark it as supplemental to the required response.<br />
If the bidder wishes to propose additional services (or enhanced levels of services) beyond<br />
the scope of this RFP, the proposal must include a description of such services as a<br />
separate attachment (supplement) to the proposal. However, this may not be considered for<br />
technical evaluation.<br />
No mention of your commercial response should be made anywhere in the Technical<br />
Proposal. Non-confirmation will result in automatic disqualification of the Consultant’s<br />
Proposal.<br />
3.23 Financial Proposal<br />
The Financial proposal, as prescribed in the Tender should be filled up and sealed in a separate<br />
envelope clearly marked “FINANCIAL <strong>PROPOSAL</strong>” and submitted along with technical proposal,<br />
all in an outer envelope. The address of the bidder should be clearly written on the cover of the<br />
financial proposal. The Financial Bid format is given in Annexure Il While preparing financial<br />
proposal, following should be integrated:<br />
All prices should be valid for the duration specified in the Tender Document.<br />
All prices quoted should be inclusive of the price structure as specified. Any taxes etc. at the<br />
prevailing rates must be quoted. No claim whatsoever shall be entertained on account of<br />
variations in taxes/duties etc., if the same, and their prevailing rates, have not been specified in the<br />
financial proposal. In absence of such details, proposal shall be considered as all inclusive,<br />
lump sum proposal and the quoted price shall be considered as “Total price” during financial<br />
evaluation. No clarification shall be sought from the bidder.<br />
Prices quoted by the Consultant shall be fixed during the Consultant’s performance of the Contract<br />
and not subject to variation on any account, unless otherwise specified in the Tender Document.<br />
Proposal prices shall be quoted in Indian Rupees.<br />
3.24 Outer Cover<br />
Both the Technical Proposal and Financial Proposal should be submitted in a single outer cover,<br />
sealed and be super-scribed as “Tender for Selection of Consultant for Development of Property<br />
Base Database, Tender Ref: MCJ/GIS/2010. The address of the bidder should be clearly written in<br />
the cover. The covers received without superscription are liable for rejection. The tenders not<br />
submitted as specified in the above clauses will be summarily rejected. The following should be<br />
written in a clear and legible way on top of the front side of the outer cover “PLEASE OPEN ONLY<br />
IN PRESENCE OF TENDER EVALUATION COMMITTEE” not before as provided in DATA SHEET<br />
(Page 4).This outer envelope (containing two separate envelopes of Technical and Financial<br />
proposals) should also contain the demand draft towards EMD and the cost of tender (if applicable)<br />
separately (preferably in a envelope super-scribed with “Earnest Money Deposit” and “Tender Fee<br />
deposit”, as applicable).<br />
3.25 Signature<br />
The covering letter must be signed with the bidder’s name and by a representative of the bidder,<br />
who is authorized to commit the bidder to contractual obligations. All obligations committed by such<br />
signatories must be fulfilled<br />
- 13 -
3.26 Submission of Proposals<br />
a. The bidder shall submit a sealed cover consisting of two (2) copies of all the bid documents<br />
(Technical and Financial Proposals marked as “Original” and “Copy”). Sealed proposals<br />
shall be received (may be dropped in the tender box kept) at the office of the Mayor, MCJ,<br />
<strong>Jalandhar</strong> as indicated in DATA SHEET(page 4)<br />
b. The Commissioner, MCJ will not accept delivery of bid/proposal by fax or e-mail. Proposal<br />
received by facsimile shall be treated as defective and invalid and thus will be rejected.<br />
c. The proposal documents shall be submitted as two complete sets following exactly, the<br />
conventions set forth above, clearly marked Original and Duplicate. In case of discrepancy, the<br />
copy marked original shall be treated as correct.<br />
d. The original and copies of the financial bid, each consisting of the documents listed in<br />
instructions and Proposal Cover Letters, shall be typed or written in indelible ink and shall be<br />
signed by the bidder or a person /persons duly authorized to bind the Bidder to the contract.<br />
e. In general, no over writings are permitted.<br />
3.27 Period of Validity of Proposals<br />
a. The offer submitted by the bidder shall be valid for a period of 120 days from the last date of<br />
submission of the tender, as specified in the data sheet. A proposal valid for a shorter period<br />
may be rejected as non-responsive.<br />
b. In exceptional circumstances, the Commissioner, MCJ may solicit the bidder's consent for an<br />
extension of the validity period. The request and the responses there to shall be made in writing.<br />
3.28 Late Proposals<br />
Any proposal received at the MCJ office designated in this Tender document, after the specified<br />
time for receipt of the same will not be considered unless it is received before award is made.<br />
3.29 Withdrawal of Proposals<br />
A Consultant may withdraw its Proposal after it has been submitted by sending a written<br />
Withdrawal Notice, duly signed by an authorized representative, and including a copy of the<br />
authorization document. The Withdrawal Notice must be submitted in time and the respective<br />
envelopes shall be clearly marked ‘WITHDRAWAL’ and received by the MCJ prior to the<br />
deadline prescribed by the MCJ for submission of Proposals. Proposals, which have been<br />
approved by MCJ as withdrawn shall be returned unopened to the Consultant.<br />
- 14 -
3.30 Opening of Proposals<br />
The MCJ will open Technical Proposals in the presence Tender Evaluation Committee authorized by<br />
Commissioner, MCJ and Consultants’ representatives who choose to attend, at the address, date<br />
and time specified in the Data Sheet as the deadline for submission.<br />
Opening of Technical Proposals<br />
First, envelopes marked ‘WITHDRAWAL’ will be opened, read out, and recorded, and the envelope<br />
containing the corresponding Technical and Financial Proposals will not be opened, and will be<br />
returned unopened to the Consultant after completing necessary formalities. No Proposal shall be<br />
considered withdrawn unless the corresponding Withdrawal Notice contains a valid authorization to<br />
request withdrawal and is read out and recorded at the opening of Technical Proposals.<br />
All remaining “outer envelopes” containing envelopes of Technical Proposals and Financial<br />
Proposals shall be opened one at a time, and the following will be read out and recorded:<br />
a. Name of the Consultant<br />
b. Details of EMD amount<br />
c. Details of Tender fee deposited, if downloaded from the web.<br />
d. any other information<br />
All financial proposals shall be kept separately. Only technical proposals of those firms, who<br />
are considered “responsive” based on meeting the EMD and tender fees deposition criteria,<br />
shall be considered and opened. Decision of MCJ shall be final and binding. Having<br />
competed the process, all Financial Proposals shall be further sealed in an outer envelope<br />
and kept in the safe custody, as per the advice of Commissioner, MCJ.<br />
MCJ shall prepare a record of the opening of Technical Proposals that shall include the name of<br />
Consultants and indicate whether there was any withdrawal. The Consultants’ representatives, who<br />
are present, will be requested to sign the record. The omission of a Consultant’s signature on the<br />
record shall not invalidate the contents or effect of the record. A copy of the record will be distributed<br />
to all Consultants in writing or through standard electronic means.<br />
4 Bid Evaluation Process:<br />
4.1 Evaluation of Technical Proposals<br />
The Technical Proposal will be examined by the Technical Evaluation Committee (appointed by<br />
Commissioner, MCJ) on the Eligibility Criteria and basis of responsiveness to the Terms of<br />
Reference. It shall judge its understanding and ability to meet the TOR.<br />
- 15 -
Technical Bid Evaluation Criteria:<br />
Evaluation Criteria<br />
% of Marks<br />
General experience in the following areas:<br />
35<br />
• Implementation of three GIS projects (Work related to satellite image<br />
interpretation, field survey, data integration and implementation of<br />
project value not less than 10 lakhs) – (15)<br />
• Conducting at least three household/property surveys for any cities in<br />
India with a population above one lakhs(15) l<br />
• Overall Experience and Credentials of the firm (5) –Financial strength,<br />
Years of experience in GIS/survey, Turnover from GIS/survey project<br />
activities, Supporting documents for longer existence, successful<br />
completion of large value projects will be given more weight age etc.<br />
Approach & Methodology:<br />
25<br />
• Clear understanding of scope of services (5 including their<br />
interpretation<br />
• Strategy for data/information collection (8)<br />
• Development of GIS Technology Application (5)<br />
• Team Organization and Scheduling: Team and Its Optimized work plan<br />
to meet an efficient activity scheduling (7 )<br />
Proposed Project Resources (Organization, Phase wise staffing and CVs): 30<br />
• Team Leader (20 Marks), (urban asset survey Expert)<br />
• One CVs of other key professional (10 marks) –(GIS Expert) who<br />
should have at least 2 to 3 month input<br />
For CV Evaluation: Professional qualifications – Degree/Master’s in relevant<br />
area as per assigned tasks: 30%, Relevant Experience for Team Leader (+5<br />
years in property survey, +5 years in GIS) & for GIS Expert (+10 year<br />
Experience) in similar works 60%, Others 10% (work in the region, knowledge<br />
of Punjabi etc.).<br />
Presentation of capabilities of the organization and implementation plan for this 10<br />
project.<br />
Total 100<br />
NOTE-The Technical proposal to be submitted by the firm/company should clearly reflect the<br />
works assigned under evaluation Criteria to avoid any ambiguities while awarding marks.<br />
a. Proposal Presentations The committee my invite the eligible bidders to make a presentation to<br />
MCJ at a date, time and location determined by the MCJ. The purpose of such presentations<br />
would be to allow the bidders to present their proposed approach and methodology to the<br />
committee and the key points in their proposals.<br />
b. The Tender Evaluation Committee may undertake “oral” (telephonic included) clarifications with<br />
the bidders. The primary function of clarifications in the evaluation process is to clarify<br />
ambiguities and uncertainties arising out of the evaluation of the bid documents. Oral<br />
clarifications provide the opportunity for the committee to state its requirements clearly and for<br />
the bidder to more clearly state its proposal. The committee may seek inputs from their<br />
professional, technical faculties in the evaluation process. However, no additional documents<br />
will be allowed to be submitted by the bidder after the formal submission of the bid and<br />
the clarifications, if any have to be provided/referred from documents already submitted.<br />
- 16 -
c. Depending on the evaluation methodology mentioned in points a, and b each Technical<br />
Contents will be assigned a technical score (TS), out of a maximum of 100 points.<br />
d. The bidders, who score a Technical score of more than 75%, will only qualify for further<br />
evaluation under the financial bids. Financial bids of non-qualifying bidders (receiving less than<br />
75% marks in technical evaluation) shall not be opened and shall be returned, once the contract<br />
has been awarded. The decision of the Commissioner, MCJ will be final and binding in this<br />
regard.<br />
4.2 Opening of Financial Proposals<br />
The Financial Bids of the technically qualified bidders will only be opened and evaluated. The<br />
Financial Proposals of all non-qualifying Consultants will be returned unopened, after signing of the<br />
contract with the winning Consultant.<br />
All Consultants, with qualifying Technical Proposals, shall be informed in writing, or through standard<br />
electronic means, of the date and place for the opening of their Financial Proposals. Consultants’<br />
attendance at the opening of Financial Proposals is optional.<br />
At the opening of Financial Proposals, the Financial Proposals of all qualifying Technical Proposals<br />
shall be opened one at a time by the Client and the following read out and recorded:<br />
a. Name of the Consultant;<br />
b. Prices, taxes and duties details (exclusive, inclusive etc.) etc.<br />
c. Validity and<br />
d. Any other relevant details (over-writings, omissions if any), which the Client may consider<br />
appropriate to indicate.<br />
Only Financial Proposals read out and recorded at the opening of Financial Proposals shall be<br />
considered for comparison and award. No Proposal shall be rejected at the Financial Proposal<br />
opening.<br />
The Client will prepare a record of the opening of Financial Proposals. The Consultants’<br />
representatives who are present will be requested to sign the record. The omission of a Consultant’s<br />
signature on the record shall not invalidate the contents or effect of the record.<br />
4.3 Evaluation of Financial bids<br />
a. The Client will correct arithmetical errors during evaluation of Financial Proposals on the<br />
following basis:<br />
I. if there is a discrepancy between the unit price and the total price that is obtained by<br />
multiplying the unit price and quantity, the unit price shall prevail and the total price shall<br />
be corrected, unless in the opinion of the MCJ, there is an obvious misplacement of the<br />
decimal point in the unit price, in which case the total price as quoted shall govern and<br />
the unit price shall be corrected;<br />
II. if there is an error in a total corresponding to the addition or subtraction of subtotals, the<br />
subtotals shall prevail and the total shall be corrected; and<br />
- 17 -
III. if there is a discrepancy between words and figures, the amount in words shall prevail,<br />
unless the amount expressed in words is related to an arithmetic error, in which case the<br />
amount in figures shall prevail subject to (i) and (ii) above.<br />
b. For comparison of bids, only the price/bid for specified number of properties (200,000) shall be<br />
considered. No consideration of price offered for higher/lower number of properties as required<br />
under financial bid shall be made, at this stage.<br />
c. The Total Value of the Financial bid shall be arrived by the following method:<br />
Total Value = Fixed lump sum fees + any applicable taxes. If taxes have not been indicated<br />
separately in unambiguous terms, the proposal shall be considered all inclusive.<br />
d. The list of Bidder will be ranked in ascending order (i.e.) Bidder quoting the lowest price in terms<br />
of Total value (L1) will be ranked first and so on.<br />
e. The L1 bidder will be normally eligible for award of the contract. However, MCJ does not bind<br />
itself to award the contract to the bidder(s) offering the lowest price.<br />
f. However, if the two firms have quoted same for specified properties, prices quoted for additional<br />
properties, less number of properties and for vacant plots shall be considered in respective<br />
sequence and firm offering all inclusive lower bids for increased properties shall be considered<br />
the winner. Process shall continue to favor firms offering lower chargeable cost to MCJ. If all four<br />
quoted rates are same, firm with higher technical marks (up to two decimals) shall be<br />
considered.<br />
4.4 Review Meetings<br />
Consultant/ successful Bidder shall organize weekly/fortnightly review meetings with the<br />
commissioner to review functionality issues and progress of work. The frequency of<br />
meetings will be intimated by the consultant in consideration of requirements in the<br />
interest of the project. Consultant would prepare the minutes of the review meetings<br />
m e n t i o n i n g the issues discussed, decisions taken on them and appropriate level at which<br />
these require to be resolved.<br />
4.5 Negotiations with the Successful Bidder<br />
MCJ reserves the right to further negotiate with the Successful Bidder. While negotiating, the<br />
following aspects may be considered:<br />
1 Further reduction in consultancy charges for undertaking the Work – justifications for charges<br />
may be questioned and negotiated.<br />
2 Additional services and their prices (for higher/lower number of properties than specified,<br />
price of surveying and recording vacant plots etc.)<br />
3 Advancing the delivery schedule<br />
4 Phasing of the Payment Schedule based on actual work load<br />
5 The Consultant shall confirm the availability of all personnel as indicated in its Proposal.<br />
6 The Client will not consider substitutions during contract negotiations unless both parties agree<br />
that undue delay in the selection process makes such substitution unavoidable, or for reasons<br />
such as death or medical incapacity. Any proposed substitute shall have equivalent or better<br />
qualifications and experience than the original candidate and must be submitted to the Client<br />
within the period of time specified in the Letter of Invitation to negotiate. Failure to meet either of<br />
- 18 -
these requirements may result in disqualification. Decision of MCJ on equivalency of candidates<br />
shall be final.<br />
4.6 Signing of Contract and Commencement<br />
Promptly after notification, the Client shall send to the successful Consultant the Contract and the<br />
Special Conditions of Contract. Pursuant to negotiations, the successful Consultant shall sign, date,<br />
and return the Contract, along with necessary supporting documents and performance guarantee<br />
(5% of contract value) to the Client. All formalities of negotiation and signing of contract will be<br />
completed within Fifteen (15) days of receipt of notification of award from MCJ. Failure to do so<br />
may result in forfeiture of EMD of the successful bidder. With this, MCJ shall be free to discuss,<br />
negotiate and enter into an agreement with the next (II lowest) bidder.<br />
The Consultant is expected to commence the Services on the date and at the location specified in<br />
the Agreement. However, it is to be noted that project shall have to be completed within 180<br />
days of signing of the agreement.<br />
4.7 TERMINATION OF THE CONTRACT<br />
Termination of the contract in the event of default of Agency<br />
a) If contractor/agency fails to comply with the conditions of stipulated project schedule (as a<br />
part of agreement) and does not carry out works as per stipulated project schedule,<br />
<strong>Municipal</strong> Commissioner or his authorized representative shall call for explanation by issuing<br />
notice to the contractor/agency.<br />
b) The <strong>Municipal</strong> Commissioner shall be entitled to terminate this contract on account of an<br />
Event of Default of the firm/agency and shall do so by issuing 10 days show cause notice<br />
calling the explanation from the Agency as to why the contract shall not be terminated for the<br />
reason stated therein. If the satisfactory explanation is not received in the views of <strong>Municipal</strong><br />
Commissioner, contract shall be terminated.<br />
c) The <strong>Municipal</strong> Commissioner on such notice shall have powers to:<br />
i) Take possession of the work done so far by the contractor/agency.<br />
ii)<br />
iii)<br />
iv)<br />
Carry out the remaining incomplete work by deploying another suitable agency at the<br />
discretion of the <strong>Municipal</strong> Commissioner at the risk and cost of the original<br />
contractor (whose contract has been terminated).<br />
Undertake an assessment of the works and other aspects of the project to ascertain<br />
the amount of work completed by the contractor. A Panel comprising of officials,<br />
appointed by the <strong>Municipal</strong> Commissioner would undertake the assessment of the<br />
payments to be made (or to be collected from the contractor), and decision of the<br />
panel shall be final and binding on the contractor.<br />
The <strong>Municipal</strong> Commissioner shall forfeit the EMD, security deposits/performance<br />
guarantee without prejudice to the <strong>Municipal</strong> Commissioner right to recover from the<br />
firm/Agency any amount that may be due to it.<br />
v) The Contractor/Agency shall have no claim to compensation to any loss sustained to<br />
him by reason of his having purchased or procured any material or entered into any<br />
commitments or made any advance on account of or with a view to the execution of<br />
the project of the performance of the contract and the Agency shall not be entitled to<br />
- 19 -
ecover or be paid any sum for any work actually performed under the contract.<br />
vi)<br />
In the event of contractor/Agency failing to discharge his liability, Commissioner, MCJ<br />
has the right to initiate appropriate legal proceedings to recover such dues.<br />
- 20 -
5.0 Terms of Reference<br />
Consultancy Services for Implementation of Property Based Database on Geographical<br />
Information System Technology for <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong><br />
5.1 Objectives<br />
The objective of the project is to develop a an updated property and services database using GIS<br />
technology, to enhance revenue and management functions of water supply and sewerage<br />
department and House Tax Department of MCJ and in planning and management of these services.<br />
The system proposed to be developed should provide GIS viewing and query facilities from the<br />
database, based on a networked desktop system. Specific objectives of the consultancy are:<br />
5.1.2 Strategic Objectives:<br />
To facilitate creation of a GIS based property database with various attributes as described<br />
later;<br />
5.1.2 Operational objectives:<br />
To facilitate:<br />
1. Development of location wise customer and property data base with attributes as defined<br />
separately<br />
2. Query of various attributes – property wise and customer wise<br />
3. Monitoring and management of introduction of reforms<br />
4. Tracking customer information and status on payments of water and sewerage charges,<br />
municipal taxes etc.<br />
5.2 Scope of Work<br />
The scope of work can be divided into three broad activities.<br />
5.2.1 Activity- I:<br />
The first activity shall be generation of detailed large scale property layer maps consisting of the<br />
planimetric details, administrative/ward boundaries, using the state-of-the-art technology of<br />
GIS/GPS, Image processing and property layer capture using very high resolution satellite images<br />
having better than 1m spatial resolution Pan Sharpened color imagery supplemented by the ground<br />
truth collection, and conducting household surveys for collection of attributes.<br />
- 21 -
This would involve:<br />
1. Review of existing situation, collection of all available data including list of wards, list of<br />
properties in each ward and property codes (there can be more than one code for same<br />
property) from MCJ, in soft/hard copy including <strong>Municipal</strong>ity ward boundary maps. (Only part<br />
of the information may be available.)<br />
2. High-resolution satellite imageries shall be made available by MCJ at its own cost. The<br />
selected agency will provide assistance to MCJ in selection of images and coordination with<br />
different supplying agencies procurement of most appropriate satellite images meeting the<br />
project requirements. This shall be indicated at the time of “Signing of agreement” to avoid<br />
loss of time. The consultant shall have to account for the time taken in procurement of such a<br />
map. The consultant shall have to digitize and process the raw imageries available from<br />
IRSA, Hyderabad or from similar agencies.<br />
3. Projection will be UTM, WGS-84 datum for property layer map<br />
4. Design of grid based on Open Map Series standards of Survey of India for the whole City. It<br />
is expected that complete building details and road/streets of above 1.0 m (which may not be<br />
visible in satellite images) shall be made available by the consultant.<br />
5. Ground marking - site validation of ward boundaries and major and minor streets, in<br />
consultation with the MCJ staff mainly for identification of on-site ward boundaries.<br />
5.2.2 Activity-II<br />
The second activity includes producing property layer maps and linking of property detail<br />
attribute data collected during household survey to provide an improved information base for<br />
municipal decision related to property tax and water/sewerage connections. This shall require<br />
development and use of a “unique” property code, which shall have to be done in consultation<br />
with MCJ.<br />
This stage is focused on property layer mapping and linking of property detail attribute data for<br />
development of GIS database. Consultants must work closely with MCJ staff to carry out<br />
property mapping for <strong>Jalandhar</strong> city and to ensure long term sustainable improvement in<br />
<strong>Municipal</strong>ity record keeping through upgrading skills of its staff, suggesting systems for storage<br />
and collection of information on properties and for development of GIS database.<br />
The above activity would involve the following:<br />
1. Acquisition of information of the <strong>Municipal</strong> functions and water and sewerage charges,<br />
property taxation types, norms and parameters, technical, financial and managerial<br />
information requisites, existing database systems etc;<br />
2. Finalize the requirements of the graphic and non-graphic data sets, design of standard<br />
spatial queries useful for decision-making and customization of data inputs in the relevant<br />
database so as to finalize the attributes as well as requisite queries;<br />
3. Develop a comprehensive matrix of the attributes showing the linkages and requisite<br />
interactions.<br />
4. Design of data formats that capture existing data and additional needs as part of the<br />
proposed system design and mechanisms to update the data;<br />
5. Design of questionnaire (Indicative questionnaire is provided as Annexure I), and<br />
data/database formats (which shall be approved by MCJ) that capture required<br />
attributes/data and additional needs as part of the proposed system design and the<br />
mechanisms to update the data;<br />
6. Develop an Unique Identification Number system for each properties, in consultation with<br />
MCJ<br />
- 22 -
7. Collection of property based attributes by household surveys of all properties (including<br />
vacant developed plots) using questionnaire/data formats (to be approved by MCJ) that<br />
capture existing data and additional needs as part of the proposed system design and<br />
mechanisms to update the data by Finalization of the requirements of the data sets (design<br />
of standard queries, useful for decision-making and customization of data inputs in the<br />
relevant database so as to finalize the attributes as well as requisite queries; This should<br />
collect attributes of each dwelling unit related to House/property tax, water and sewerage<br />
connections etc.<br />
8. Reconciliation of the property details as collected by the HH survey with the property data of<br />
the city in coordination with the tax inspectors of the <strong>Municipal</strong>ity<br />
9. Data entry of the tax and connection attributes in database software.<br />
10. Training and Capacity Building of MCJ staff<br />
5.2.3 Activity-III<br />
The third activity includes implementation of the water supply and sewerage bill generation/House<br />
Tax and testing the system. This is to be indicated that MCJ is already generating these bills using<br />
computer software. What is mainly needed is:<br />
1. Data Entry of the reconciled data to the software provided by the Consultants.<br />
2. Using the available water charge/House Tax software of the MCJ and generate notices/bills<br />
3. Reconciliation of arrears<br />
4. Preparation of demand registers<br />
To carryout the above activities, the consultants shall carry out the following as the<br />
minimum:<br />
• Need Assessment<br />
The consultants shall conduct rapid assessment of need of MCJ i.e what applications they need<br />
after implementation of GIS and what GIS data is needed to support these applications<br />
• Assessment of current practices<br />
Consultants shall undertake review of current practices and procedures in water supply and<br />
sewerage department and house tax departments of MCJ and in any other department as needed.<br />
The availability of various property records, maps, charts, plans, drawings is to be thoroughly<br />
evaluated as development of GIS will primarily depend on spatial data.<br />
. Household survey<br />
. Preparation of Database and Validation<br />
All the entries for database shall be undertaken by the bidder against a unique identification number<br />
to each property. Further, there are available records with MCJ and the new entries has to be<br />
- 23 -
econciled and validated against the old entries (which “new” record belongs to which “old” record),<br />
so that present system of billing of house tax, water tax etc. does not get disturbed and a smooth<br />
transition could take place.<br />
• Database Design<br />
The GIS database design involves identification of database content and description of data objects<br />
at abstract level, specifications for structuring files, for organising directories and for naming files.<br />
The design of database includes design for both spatial and non-spatial data. While designing the<br />
database, the survey of properties and water supply and sewerage utilities shall be kept into<br />
account and this has to be done in close liaison with the MCJ Officials. It is to be clearly specified<br />
what are the gaps in the existing database and which will be filled by the under this consultancy<br />
assignment.<br />
• Application Development<br />
The task includes more of adaptation of GIS software for query and viewing of database of above<br />
specified divisions of MCJ. The database application relating to water/sewerage connections and<br />
properties shall be linked and integrated to the detailed survey proposed under this proposal. In<br />
application development the required software and hardware shall also be suggested keeping in<br />
view of the proposed applications. MCJ has some hardware available, however, as per needs, it<br />
shall procure additional hardware. Considering the time requirements in procurement, the same<br />
shall have to be suggested during the Inception report.<br />
The Consultant should maintain the system and hand hold the MCJ staff, till one successful<br />
cycle of billing is complete (for water/sewerage bills it is three months cycle, whereas for<br />
house tax, it is generally raised once during March-Sept of each year).<br />
• Training<br />
Consultants have to formulate a strategy for training in GIS for MCJ officials (about 4-6) so as to<br />
improve the skills of the staff and for sustainability of the development. The training will be both<br />
general training for all relevant officials and specialized training for full-time users. A training plan will<br />
be required to specify who is trained, for how long and on what topics. The training will cover, in<br />
addition to the general training in GIS, the following:<br />
♦ Attribute data entry<br />
♦ Database integration( linking graphic and non graphic data),<br />
♦ Updating of data<br />
The consultants shall also provide assistance for usage of GIS applications and for maintenance of<br />
hardware and software.<br />
- 24 -
. Ongoing mapping and record keeping<br />
While preparing or updating the property maps and records consideration must also be given to the<br />
use and upkeep of the records, general awareness raising about the importance of records and<br />
training to support the system in the long term. Consultants may consider the following issues in<br />
relation to this sub-task:<br />
. Storage, use and upkeep of records<br />
In the storage use and upkeep of records the following issues may be considered:<br />
♦ Safe retention of master records<br />
♦ Index and retrieval system<br />
♦ Reproduction facilities and provision of ready copies for day to day use<br />
♦ Responsibility for upkeep/updating of records<br />
Staff and employee training will also be required in the mechanics of record keeping over the full<br />
range of activities from data collection to use of the resulting information. Training needs<br />
assessment will be required to identify the skills training required. The consultants should then<br />
recommend on the most appropriate vehicle for training delivery.<br />
5.2.4 Deliverables<br />
• System of Unique Identification Number (UID) of properties<br />
• Updated ward maps with details of major and minor streets<br />
• Date query and viewing on GIS plat from<br />
• Updated property based records with defined attributes in SQL Compatible mode<br />
• Reconciliation and Validation of existing records (for water and sewerage bills and house tax)<br />
with New UID to improve existing water/sewerage/property tax billing i.e linking of database to<br />
existing computerized bill generation of water and sewerage utilities. This in turn would ensure<br />
water and sewerage billing as well as billing of house tax, with new records. Bidders<br />
should understand the existing system of database management and billing systems<br />
before submitting their bids.<br />
• Data query and viewing system<br />
• Trained MCJ staff to undertake management of property based database systems<br />
- 25 -
5.5 Assistance to be provided by MCJ<br />
The MCJ will endeavor to:<br />
1 Provide a liaison officer (designated staff) to liaise with the Consultant and MCJ Officers to<br />
assist with the design of the field.<br />
2 Nominate officers to participate to supervise a) survey work, and b) database Development<br />
and (iii) for monitoring –data verification and (iv) staff for training<br />
3 Provide the Consultant with satellite image (procured from IRSA), physical maps of survey<br />
areas, if available<br />
4 Provide the Consultant with necessary authorization to undertake the surveys.<br />
5 Provide access to database system of water and sewerage billing and house tax records, as<br />
available.<br />
5.6 Other Terms and Conditions<br />
• Quantity of work could be different than specified.<br />
• The bidder should quote their prices, duties and taxes (as on the date of submission) and any<br />
other charges exclusively.<br />
• The Commissioner, MCJ reserves the right to reject any or all tenders without assigning any<br />
reason.<br />
• MCJ will not provide any arrangement/facilities to carryout the work by way of labor, transport or<br />
residential accommodation etc.<br />
• The TDS as applicable under GOI Act/rules shall be deducted from due payments of the<br />
contractors.<br />
• The service tax if any (should be intimated by the agency) shall be paid. It has to be separately<br />
shown and included in total cost.<br />
• All the data has to be supplied in digital form on CD on MS Word/Excel/MS Access/SQL<br />
compatible format, as specified by MCJ.<br />
• The ward specific work program shall have to be intimated to MCJ at least four working days in<br />
advance of commencement of survey.<br />
• Bidding firms are advised to visit, check, assess and make them fully aware of the<br />
situation as well as operational feasibility before tendering.<br />
• Necessary permission required from statutory bodies, if any shall be obtained by agency and<br />
MCJ shall provide all necessary help.<br />
• All arrangements for accommodation, travel, computers, office space etc. shall be made by the<br />
bidder/contractor at its own cost. MCJ shall provide one small room within MCJ office, with some<br />
basic facilities (electricity, water etc.), two tables and 3-4 chairs, one almirah etc. for use by the<br />
consultants. No charges shall be levied from the Consultants for the facility.<br />
• The reports shall be generated in the form of hard copy (5 Nos.) & Soft copy. The responsibility<br />
of transportation, insurances maintenance, power supply etc. shall be of the bidder.<br />
• If the agency fails to execute the work within the stipulated time period, the order (contract) shall<br />
be cancelled and the earnest money will be forfeited without issuing any notice.<br />
- 26 -
• In extreme circumstances, if the tendering agency requires an extension of the time limit for<br />
completion of the work due to unavoidable circumstances, it shall apply in writing to the<br />
Superintending Engineer, well before the expiry of the time limits. Decision of Commissioner,<br />
MCJ shall be final and binding.<br />
5.7 Schedule of Payment**<br />
After initial payments of 5% against mobilization and first report, payments shall be<br />
released only after field verification of property attributes by MCJ using a Monitoring<br />
Mechanism. Under this, MCJ shall devise a system of random verification of attributes of<br />
properties before payment. If during verification, 2% of total attributes of properties (if MCJ<br />
rechecks 50 properties with 30 attributes, it shall be considered as 1500 attributes. i.e. an<br />
error in only 30 attributes) are not correct, the bidder shall not be paid, shall have to carry<br />
out the survey once again and the charges of verification shall have to be borne by the<br />
bidder/contractor (deducted from their bills). During attribute verification of plot/covered area<br />
dimensions i.e length, width etc. an error of ± 5% shall be considered satisfactory. However,<br />
the monitoring criteria could be relaxed by MCJ, if in the views of MCJ, the field feedback is<br />
different than MCJ’s expectations and there are enough justifications to relax it. Decision of<br />
Commissioner MCJ shall be final.<br />
Payments shall be effected as follows:<br />
1. 5% payment on finalization of detailed survey formats, development of Unique property<br />
ID system, database formats and on mobilization of key personnel and required<br />
equipment and initiation of field survey<br />
2. 25% payment on submission of database of about 40% of estimated properties and<br />
validation of 20% of estimated properties<br />
3. 25% payment on submission of database of a total of 75% of estimated properties and<br />
validation of 50% properties.<br />
4. 30% on submission of database preparation of about 100% of estimated properties<br />
including its meeting monitoring requirements (not more than 2% property attribute<br />
should be incorrect) including preparation of maps & validation of 100% properties.<br />
5. 10% on successful demonstration of GIS enabled database system and its handing over<br />
to MCJ (compete in all respects)<br />
6. 5% payment on final acceptance of deliverables - completion of all survey and database<br />
works and their submission in required formats along with training of MCJ staff and<br />
successful operation by MCJ staff. After completion of one successful cycle of billings as<br />
per new database.<br />
7. Release of EMD within 45 days of final payment and on rectification of any observed<br />
faults by MCJ during its operation by them.<br />
- 27 -
5.8 Law and Jurisdiction<br />
The consultancy services and agreement made with successful bidder shall be governed<br />
by the laws of Republic of India and first court of jurisdiction shall be <strong>Jalandhar</strong>.<br />
5.9 Amicable Settlement<br />
This Contract shall constitute the entire Agreement between the Parties, and may not be<br />
altered or amended except by the written agreement of the Parties. No duties,<br />
obligations, liabilities or warranties other than those expressly provided in this Contract<br />
and its attachments shall be applied. Both Parties to this Agreement will make every<br />
attempt to resolve in an amicable way all differences concerning the interpretation of this<br />
Contract and the execution of the work. Any dispute or disagreement which cannot be<br />
resolved by both Parties and any controversy claim or dispute otherwise arising in<br />
connection with this Contract or breach thereof shall be referred to an arbitrator to be<br />
agreed between the Parties or, failing such agreement, will be referred to the Courts of<br />
<strong>Jalandhar</strong>. The decision of the arbitrator shall be final and binding on both Parties.<br />
The place of arbitration shall be <strong>Jalandhar</strong>.<br />
- 28 -
ANNEXURE I<br />
KEY AREA OF APPLICATION AND INDICATIVE IN<strong>FOR</strong>MATION REQUIREMENT<br />
Utility/<br />
Service<br />
Property<br />
Attributes<br />
Development<br />
Objective<br />
Plot wise and<br />
building wise<br />
information for<br />
Planning and<br />
Managing water<br />
supply and<br />
Sewerage<br />
Services- Plot<br />
area , Water and<br />
Sewerage<br />
Connections<br />
Illustrative Information base<br />
A contiguous property, registered in one name shall be<br />
considered as one property. If there are more than one<br />
registered property like flats or different owners on<br />
same plot (each floor or portion owned separately),<br />
they shall be considered as different properties.<br />
1. Details of each property<br />
a) Property Occupied by<br />
Name………….<br />
b) Owner’s name……Address:……..<br />
c) Current Property/House No --------<br />
i) No Available Plate/house no.:…………. .<br />
d) Name of Building, if any<br />
e) Location/address (street, locality):……<br />
f) Front * Depth (Area) of plot<br />
g) Number of floors<br />
Separate information of each floor/shop wise shall be<br />
required if their “use” is different<br />
2. If building (refers to floor/subfloor having a different<br />
use) is residential-<br />
Total carpet Area:<br />
Year of Construction/Approximate age of building.<br />
Width of road on which building/property is situated (in<br />
metres).<br />
Quality of Construction: Excellent/Good/Average/Poor<br />
3. If Non Residential use –<br />
• Type of Activity (please specify) :<br />
a. Commercial (Specify)……………<br />
b. Institutional (specify)…………….<br />
c. Industrial (specify)………………..<br />
• Setbacks in plot or built-up areas,<br />
• Building type (Single/Multiple) (Number of units)<br />
• Owner/Occupier Details<br />
4. Details of past property tax bills, if any (Refer TS-1)<br />
- 29 -
5. Changes, if any from past assessment<br />
6. Remarks, if any<br />
7. Water connection Yes/No<br />
If yes<br />
a. If the consumer received the bill during last<br />
one year<br />
----Yes/NO<br />
b. If yes, ID no. of the bill--------<br />
c. Consumer Number (from last bill if any)<br />
d. In whose name the connection/water bills<br />
is:<br />
e. Relationship of connection holder with this<br />
property<br />
Owner………, Occupant…………,<br />
Any other (specify)…..…………….<br />
f. Year of connection<br />
g. Type of existing connection -<br />
residential/commercial/ industrial<br />
h. Size of connection:<br />
If there is no municipal water connection,<br />
Source of water supply for your needs<br />
• Neighbor at …….m<br />
• Own Tube well: mention size……..hp<br />
• Hand pump at …….m Distance<br />
• Public stand post at …….m<br />
8. Sewerage Connection:<br />
9. Electricity<br />
• <strong>Municipal</strong> Covered<br />
• Open Drain<br />
• Septic tank<br />
a. Consumer Number (from last bill if any)<br />
b. Is the connection in the name of owner<br />
yes/no<br />
c. If no, in whose name is the electricity<br />
bill and connectivity with this property<br />
d. Years of connection<br />
Overall Remarks, if any<br />
- 30 -
<strong>FOR</strong>M-1: Formats for Proposal<br />
TO<br />
The Commissioner<br />
<strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong><br />
<strong>Jalandhar</strong>.<br />
Sir,<br />
Sub: - “Consultancy Services for Implementation of Property Based Database System<br />
using Geographical Information System Technology for <strong>Municipal</strong> <strong>Corporation</strong> of<br />
<strong>Jalandhar</strong>”<br />
Regarding Proposal<br />
We __________________, a Consultancy firm (Consultant) herewith enclose our detailed<br />
Proposal for selection of our firm/Organization as agency for the subject mentioned project.<br />
Yours faithfully,<br />
Signature of Authorized Representative1______________________<br />
Date………….<br />
Full Name _____________________<br />
Designation_____________________<br />
Address________________________<br />
- 31 -
<strong>FOR</strong>M-2:<br />
DETAILS OF THE CONSULTANT<br />
The following details should be provided as part of the Technical Proposal:<br />
1. Name of organization<br />
2. Address of the organization<br />
3. Year of formation of the Firm<br />
4. Name of state in which the firm was registered under the ‘Companies Act, 1956’,<br />
Registration number and date of registration if any.<br />
5. Number of planners, engineers etc. working for the organization.<br />
6. Details of all survey in urban development related tasks undertaken by the<br />
organization relevant to the project to be attached (as per attached <strong>FOR</strong>M-3:<br />
Project Description Sheet). Please highlight property survey works and GIS<br />
works.<br />
7. Balance sheets of last three financial years.<br />
8. Other details, which may be applicable, may be attached.<br />
- 32 -
<strong>FOR</strong>M-3: Project Description Sheet<br />
Assignment name:<br />
Approx. value of the contract (in current Rs):<br />
Country:<br />
Name of Client:<br />
Location within Country:<br />
Total No. of person-months of the assignment:<br />
Approx. value of the services provided by<br />
your firm under the contract (in current Rs.):<br />
No. of person-months provided by your firm:<br />
Start date (month/year):<br />
No. of professional person-months provided<br />
by the JV partners or the sub-consultants:<br />
Completion date (month/year):<br />
Name of Joint Venture partner or sub-Consultants, if any:<br />
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved from your<br />
firm and functions performed indicated whether regular full-time employees of your firm<br />
or part-time/independent consultants<br />
Narrative description of Project in brief:<br />
Description of actual services provided by your firm in the assignment:<br />
Name of Firm:<br />
Note. Attach Performance Certificate from the client<br />
- 33 -
<strong>FOR</strong>M-4: <strong>FOR</strong>MAT OF CURRICULUM VITAE (CV) <strong>FOR</strong> PROPOSED KEY PROFESSIONALS<br />
(Urban Asset survey Expert and GIS Expert)<br />
The Complete CV should not exceed 3 Letter/A4 size pages with 1”margin on all sides, written in<br />
legible fonts (Arial 10, Times New Roman 11), not less than single spacing.<br />
Proposed Position: _____________________________________<br />
Name of Firm: ________________________________________<br />
Name of Staff: ________________________________________<br />
Profession: ________________________Date of Birth: ______________________<br />
Years with Firm: ___________________ Nationality: ____________<br />
Membership of Professional Societies: __________________________<br />
__________________________________________________________<br />
Detailed Tasks Assigned: _____________________________________<br />
Key Qualifications:<br />
(Give an outline of Staff Member’s experience and training most pertinent to tasks on Assignment.<br />
Describe degree of responsibility held by staff member on relevant previous assignments, and give<br />
dates and locations. Use up to half a page).<br />
___________________________________________________________<br />
Education:<br />
(Summarise college/university and other specialized education, giving names of schools, colleges/<br />
universities, dates attended and degrees/diplomas etc. obtained. Use up to half a page).<br />
____________________________________________________________<br />
Employment Record:<br />
(Starting with present position, list in reversed order, every employment held. List all positions held<br />
by staff member since graduation, giving dates, names of employing organizations, title of positions<br />
held and location of assignments. For experience in last year’s also give types of activities<br />
performed and client references, where appropriate. Use up to Two pages).<br />
Languages:<br />
Indicate proficiency in speaking, reading and writing of each language by “excellent”, “good”,<br />
fair” or “poor”).<br />
___________________________________________<br />
Certification:<br />
I, the undersigned, certify that to the best of my knowledge and belief, this bio-data correctly<br />
describes the qualification, experience.<br />
___________________________<br />
Signature of staff member or<br />
Authorized official from the organization<br />
Date: ______________________<br />
Day/Month/Year<br />
- 34 -
<strong>FOR</strong>MAT <strong>FOR</strong> SUBMISSION OF FINANCIAL OFFER<br />
(To be typed on the letter head of the Agency)<br />
Annexure II<br />
Name of Work: Consultancy Services for Development of Property Based Database<br />
System for <strong>Municipal</strong> <strong>Corporation</strong> of <strong>Jalandhar</strong><br />
I/We state that –<br />
1. The financial offer is unconditional<br />
2. Rates quoted are valid for 120 days from last date of submission of<br />
tenders (_______________) and hold good for work under all<br />
conditions, site, moisture, all weather etc.<br />
3. The total quoted is inclusive of all duties, applicable taxes etc. on<br />
current rates. The Details of professional fees, travel cost, cost of<br />
formats, computerization etc. besides taxes and duties has been<br />
provided separately. .<br />
4. The firm has not been blacklisting/debarred by any central/state/multilateral<br />
funding agency in India<br />
5. The firm does not have any pending litigation in court of law with any<br />
state/central/multi lateral funding agency.<br />
6. The details of all on-going litigations with such agencies are enclosed.<br />
7. The cost quoted is based on number of estimated properties (200,000).<br />
I / We have carefully studied the various components herein above with the scope of work and<br />
detailed activities and all other terms and conditions of this Terms of Reference (TOR). On the<br />
basis of that I/We hereby undertake to execute the said works. It is further certified that we have<br />
gone through your Terms of Reference (TOR) for the above said works and I/We have<br />
understood all the terms and conditions pertaining to the work.<br />
My/Our Total Financial Offer for executing the said work* is Rs. _________________ (In<br />
words Rs. ____________________________________) (Details of offer indicating<br />
management fees (cost of key professionals), survey fees, data entry fees, validation of<br />
data, software development/management fees, training etc. cost of reimbursable,<br />
applicable duties and taxes etc. are enclosed)<br />
* The cost quoted above is based on 200,000 properties.<br />
(b). However, for each additional property above the specified properties, we shall charge (all<br />
inclusive – no separate taxes, duties etc.) an additional Rs…………per property.<br />
‘(c) Similarly, if the total numbers of properties are below than the specified number, we shall<br />
raise the final invoice after providing an all inclusive deduction of Rs...……….per property.<br />
- 35 -
(d) The bidders should quote separately for under construction properties, wherein only part<br />
attributes shall be recorded and entered into database. They also need to be provided a unique<br />
ID. The cost of these should not be considered as a part of above offer. Bidders are requested<br />
to quote separately for such data collection and database preparation.<br />
Our rate for above work (building under construction) shall be Rs…….per property (all<br />
inclusive).<br />
(e) The bidders should quote separately for vacant plots, wherein only part attributes shall be<br />
collected and entered into database. They also need to be provided an unique ID. The cost of<br />
these should not be considered as a part of above offer. Bidders are requested to quote<br />
separately for such data collection and database preparation.<br />
Our rate for above work (vacant plots) shall be Rs…….per property (all inclusive).<br />
It is to be indicated that while raising final invoice, a bill indicating constructed properties,<br />
properties under construction and for properties as vacant plots shall be raised separately.<br />
Place:<br />
Date:<br />
Address:<br />
Tel/Fax:<br />
e-mail:<br />
Signature of Authorized Signatory<br />
- 36 -