Vous êtes sur la page 1sur 87

Appendix A.

October 2016 Request for


Proposal
Request for Proposal for Selection of
Concessionaire for Design,
Development, Implementation,
Operation and Maintenance of Smart
Parking Solution for on street, off
street and multi-level parking in
Bhopal area on PPP model
DRAFT

Bhopal Municipal Corporation 1|Page


BHOPAL MUNICIPAL CORPORATION, MATA MANDIR,
HARSHWARDHAN COMPLEX,
BHOPAL- 462003. MADHYA PRADESH
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Table of Contents
DISCLAIMER .................................................................................................................................................................... 4
ABBREVIATIONS/ ACRONYMS ........................................................................................................................................ 5
1. KEY INFORMATION ............................................................................................................................................... 7
2. BACKGROUND ........................................................................................................................................................ 8
2.1 OVERVIEW OF BHOPAL CITY ........................................................................................................................................ 8
2.2 OVERVIEW OF PROJECT .............................................................................................................................................. 9
2.3OVERVIEW OF THE SMART PARKING............................................................................................................................... 9
2.4CHALLENGES WITH CONVENTIONAL PARKING................................................................................................................. 10
2.5SMART PARKING VALUE PREPOSITIONS TO KEY STAKE HOLDERS .......................................................................................... 10
3. PROJECT OBJECTIVE ............................................................................................................................................. 11
4. SCOPE OF WORK .................................................................................................................................................. 11
4.1 KEY COMPONENTS OF A SMART PARKING SHOULD BE INCLUSIVE OF THE FOLLOWING, ........................................................... 13
4.2 SMART PARKING ARCHITECTURE ................................................................................................................................. 14
4.3 PROJECT ENGAGEMENT MODEL ................................................................................................................................. 15
4.4OPERATION AND MAINTENANCE (O&M) GUIDELINES .................................................................................................... 15
5. TEAM COMPOSITION & QUALIFICATION REQUIREMENTS FOR THE KEY PERSONNEL ........................................ 17
6. DELIVERABLES, AND TIME DURATION ................................................................................................................. 17
7. PAYMENT TERMS ................................................................................................................................................. 18
8. REPORTING STRUCTURE ...................................................................................................................................... 20
9. RESPONSIBILITIES OF BMC AND CONCESSIONAIRE ............................................................................................. 21
10. ELIGIBILITY CRITERIA........................................................................................................................................ 24
11. TECHNICAL EVALUATION CRITERION .............................................................................................................. 27
12. EVALUATION OF COMMERCIAL BID ................................................................................................................ 29
13. COMBINED AND FINAL EVALUATION ..................................................................................................................... 29
14. INSTRUCTION TO BIDDER ....................................................................................................................................... 29
14.1 GENERAL ............................................................................................................................................................. 29
14.2 COMPLIANT TENDERS / COMPLETENESS OF RESPONSE .................................................................................................. 31
14.3 RIGHT TO TERMINATE THE PROCESS .......................................................................................................................... 31
14.4 TENDER FEES ........................................................................................................................................................ 32
14.5 EARNEST MONEY DEPOSIT (EMD) ........................................................................................................................... 32
14. 6 PREPARATION AND SUBMISSION OF PROPOSAL ........................................................................................................... 32
14.6.1 Submission of Responses........................................................................................................................... 32
14.6.2 Proposal Preparation Costs ....................................................................................................................... 33
14.6.3 Language .................................................................................................................................................. 33
14.6.4 Evaluation Process .................................................................................................................................... 33
14.7 BID VALIDITY ........................................................................................................................................................ 33
14.8 NON RESPONSIVE PROPOSAL ................................................................................................................................... 33
14.9 MODIFICATION AND WITHDRAWAL OF BIDS ................................................................................................................ 34
14.10 PROPOSAL FORMS ............................................................................................................................................... 34
14.11 CONTACTING THE BMC ........................................................................................................................................ 34
14.12 OPENING OF PROPOSAL ........................................................................................................................................ 34
14.13 EXECUTION OF AGREEMENT .................................................................................................................................. 35
14.13.1 Term of the Concession Agreement ........................................................................................................ 35
14.13.2 Performance Bank Guarantee ................................................................................................................. 35
14.13.3 Release of Performance Bank Guarantee ............................................................................................... 36
14.13.4 Signing of Concession Agreement ........................................................................................................... 36

2|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.13.5 Tax liability .............................................................................................................................................. 36


14.13.6 Failure to Agree with the Terms and Conditions of the RFP document................................................... 37
14.14 DURATION OF CONTRACT ...................................................................................................................................... 37
14.15LOCAL CONDITIONS .............................................................................................................................................. 37
14.16PROPRIETARY DATA .............................................................................................................................................. 37
14.17REPORTING AND MONITORING ............................................................................................................................... 38
14.17.1 Reporting ................................................................................................................................................ 38
14.17.2 Monitoring .............................................................................................................................................. 38
14. 18 SERVICE LEVEL AGREEMENT .................................................................................................................................. 38
14.19 OTHER PENALTIES ............................................................................................................................................... 40
14.20 REVIEW OF SLA PARAMETERS .............................................................................................................................. 41
14.21 COMMENCEMENT COMPLETIONANDTERMINATION OF AGREEMENT ...................................................................... 42
14.22 CONFIDENTIALITY ............................................................................................................................................... 46
14.23 LIABILITY OF THE BIDDER ............................................................................................................................... 47
14.24LIQUIDATED DAMAGES AND PENALTIES .................................................................................................................... 47
14.24.1 Performance Security .............................................................................................................................. 47
14.24.2 Liquidated Damages ............................................................................................................................... 47
14.24.3 Penalty for deficiency in Services ............................................................................................................ 48
14.24.4 Indemnity ................................................................................................................................................ 48
14.25FAIRNESSAND GOOD FAITH .................................................................................................................................... 48
14.26SETTLEMENT OF DISPUTES ..................................................................................................................................... 49
14.27 EXIT MANAGEMENT............................................................................................................................................. 50
14.28CHANGE IN COMPOSITION OF THE CONSORTIUM ........................................................................................................ 51
14.29 CHANGE IN OWNERSHIP ................................................................................................................................ 52
APPENDIX 1: PROPOSED PARKING LOTS....................................................................................................................... 53
APPENDIX 2: SMART PARKING - TECHNICAL SPECIFICATIONS ..................................................................................... 56
APPENDIX 3: BILL OF MATERIALS FOR SMART PARKING MANAGEMENT AND GUIDANCE SYSTEM ............................ 68
ANNEXURE 1: FINANCIAL BID FORMAT ........................................................................................................................ 71
ANNEXURE 2: TECHNICAL BID FORMAT ....................................................................................................................... 73
ANNEXURE 3: CV OF THE KEY PERSONNEL ................................................................................................................... 74
ANNEXURE 4: NO BLACKLISTING DECLARATION......................................................................................................... 76
ANNEXURE 5: JOINT BIDDING AGREEMENT ................................................................................................................. 77
ANNEXURE 6: FORMAT OF BANK GUARANTEE ............................................................................................................ 83
ANNEXURE 7: POWER OF ATTORNEY ........................................................................................................................... 85
ANNEXURE 8: STATEMENT OF LEGAL CAPACITY .......................................................................................................... 87

3|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Disclaimer

The information contained in this Request for Proposals document (RFP) or subsequently provided to
Applicants, whether verbally or in documentary or any other form by or on behalf of the BMC or any of its
employees or advisers, is provided to Applicants on the terms and conditions set out in this RFP and such
other terms and conditions subject to which such information is provided.

This RFP is not an agreement and is neither an offer nor invitation by the BMC to the prospective
Applicants or any other person. The purpose of this RFP is to provide interested parties with information
that may be useful to them in the formulation of their Proposals pursuant to this RFP. This RFP includes
statements, which reflect various assumptions and assessments arrived at by the BMC in relation to the
Consultancy. Such assumptions, assessments and statements do not purport to contain all the information
that each Applicant may require. This RFP may not be appropriate for all persons, and it is not possible for
the BMC, its employees or advisers to consider the objectives, technical expertise and particular needs of
each party who reads or uses this RFP. The assumptions, assessments, statements and information
contained in this RFP, 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 and information contained in
this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Applicants is on a wide range of matters, some of which depends
upon interpretation of law. The information given is not an exhaustive account of statutory requirements
and should not be regarded as a complete or authoritative statement of law. The BMC accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

The BMC, its employees and advisers 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 RFP or otherwise, including the
accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising in any way in this
Selection Process.

The BMC 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 RFP.

The BMC may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumption contained in this RFP.

The issue of this RFP does not imply that the BMC is bound to select an Applicant or to appoint the
Selected Applicant, as the case may be, for the Consultancy and the BMC reserves the right to reject all or
any of the Proposals without assigning any reasons whatsoever.

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

4|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

ABBREVIATIONS/ ACRONYMS
ABBREVIATION/ ACRONYM DESCRIPTION

BMC Bhopal Municipal Corporation

BoM Bill of Material

BSCDCL Bhopal Smart City Development Corporation Limited

C&C Command and Control

COTS Commercial Off-The-Shelf

CAPEX Capital Expenditure

CCTV Closed Circuit Television

DBMS Database Management System

DeitY Department of Electronics & Information Technology

DoT Department Of Telecommunication

EMD Earnest Money Deposit

GoMP Government of Madhya Pradesh

GPRS General packet radio service

GPS Global Positioning System

GRE Generic Routing Encapsulation

GSM Global System for Mobile

GUI Graphical User Interface

HTML Hyper Text Markup Language

HTTP Hyper Text Transfer Protocol

HTTPS Hypertext Transfer Protocol Secure

IA Implementing Agency

ICT Information Communication and Technology

INR Indian Rupees

IoT Internet of Things

ISI Indian Standards Institute

ISO International Organization for Standardization

International Organization for Standardization/International Electro technical


ISO/IEC
Commission

ITB Instruction To Bidders

5|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

KPI Key Performance Indicator

LAN Local Area Network

LCD Liquid Crystal Display

MIS Management Information System

NFC Near Field Communication

NOC Network Operating Center

O&M Operation and Maintenance

OTP One Time Password

PDF Portable Document Format

PMGS Parking Management and Guidance System

RFP Request For Proposal

RFP Request for Proposal

SI System Integrator

TRAI Telecom Regulatory BMC of India

UAT User Acceptance Testing

VLANs Virtual Local Area Network _

VMS Video Monitoring Management System

VPN Virtual Private Network

W3C World Wide Web Consortium

WAN Wide Area Network

Wi-Fi Wireless Fidelity

WLAN Wireless Local Area Network

XHTML Extensible Hyper Text Markup Language

XML Extensible Markup Language

6|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

1. Key Information

Tender Number

Request for Proposal for Selection of Concessionaire for Design,


Development, Implementation, Operation and Maintenance of Smart
Name of Work
Parking Solution for on street, off street Parking and multilevel
parking in Bhopal area on PPP Model.

The Commissioner, Bhopal Municipal Corporation


Name of Issuer of Tender

Date of Issue of tender Document 16-11-2016

Last date of sending queries 30-11-2016 5:00 pm

Date of Pre-Bid Meeting 05-12-2016

Date of Issue of Clarification 08-12-2016

Last Date for Purchase of Bid 16-12-2016, 05:00 PM

Last Date for Submission of Bid 19-12-2016, 05:30 PM


(online)

Last Date for Submission of Bid 22-12-2016, 05:30 PM


(hardcopy)

Date of Bid Opening 26-12-2016, 03:00 PM

Date of Technical presentations 30-12-2016 11:00 am onwards

Date of Commercial Bid opening


will be informed later to successful bidders

Place of Bid Opening Bhopal Municipal Corporation

Bhopal Municipal Corporation, Mata Mandir, Harshwardhan Complex,


Address of communication
Bhopal- 462003. Madhya Pradesh

7|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

EMD amount INR Ten lakh only (INR 10,00,000/-)

Availability of Tender https://www.mpeproc.gov.in

Validity of Proposal Proposals must remain valid 180 days after the Submission date.

Note: Bhopal Municipal Corporation reserves the right to change any schedule of bidding process.

Bidder are also required to conduct a survey of Bhopal City to understand the
business potential and scope of work (along with approach of implementation) for
them in terms of identified BMC parking lots (off street, on street and multi-level),
which they will provide as part of their technical proposal and technical presentation.
2. Background

Bhopal is among the first 20 cities selected in first round of smart cities challenge under Government of
Indias (GoI) smart cities mission (SCM) to implement the smart city proposal (SCP).

BMC has taken up various measures towards effective service delivery for its citizens and envisages
engaging with them to get feedback and suggestion to continuously improve overall performance and
make Bhopal as a city of choice for people to live in. BMC has also been continuously working towards
making the lives of citizens simpler by employing ICT to deliver various Citizen Services in a transparent
and efficient manner.

2.1 Overview of Bhopal City


Population 2371061 (Census, 2011)

Municipal Area 450 sq. km

Literacy 85% +

Bhopals economy is driven primarily by cotton, electrical goods, Jewellery and chemical industry. Over
1200 MSMEs are currently existent in Bhopal. Tourism is also a thriving industry with several tourist spots
such as UNESCO heritage site, lakes etc. open for tourists. Bhopal is strategically placed at the centre of
India with good rail, road and air connectivity. This is a basic criteria required to attract investment and
business. City has more than 1200 MSMEs. High investments exist in electrical machinery and transport
equipment business. Being the state capital, the city attracts high investments and special attention from
the government as it drives regional economy. Its proximity to Mumbai also improves access to the
financial capital of India. Bhopal is home to some of the most renowned institutions of national repute.
Bhopal is popularly known as the city of lakes with fourteen lakes making it a tourist attraction. The plenty
of heritage buildings and centres for art and culture such as Bharat Bhavan or National Museum of Man,
tourism is a major attraction in Bhopal.

Bhopal is spreading fast beyond its planning area. Currently, the total population of the Bhopal is around 2
million and is spread across of 450 sqkms of municipal area and planning area of 800 sq. km. Travel
demands are rising rapidly. Very high growth rate of vehicular population and fewer modes of local
transport with lesser coverage area are leading to congestion. Lesser employment opportunities for
graduating students are forcing them to seek employment outside the city. So while the city supports
education, it does not derive complete benefits of talent development. This initiative will help in solving the
problem of employment of such talent up to some level.

8|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

2.2 Overview of Project

BMC hereby invites bids for Selection of a Concessionaire for Design, Development, Implementation,
Operation and Maintenance of Smart Parking Solution for on street, off street, multi-level and indoor BMC
designated parking spaces ( four wheelers and two wheelers) in Bhopal area on PPP model for the
concession period of Ten (10) years (excluding six month implementation period). Broadly the project
includes following works:

To provide and install magnetic cum optical/ magnetic cum IR sensors at each of the parking slots
for Cars for every on street and off street parking, base station/ gateway, network routers/switches,
smart parking equipment with entry and exit station with RFID readers, , automatic pay stations
and boom barriers for off street and underground parking.
To provide and install necessary hardware and software for parking management and guidance
system for on street, off street and multi-level (outdoor & indoor).
To provide and install necessary LED signage (Small and large size - variable messaging sign
board)). Large size LED signage shall be confirming to IP 55 standard. LED signage will be for
guidance to public regarding availability of parking spaces and other necessary information, at
locations adjacent to each parking lot.
Setup and maintenance of Central Control Centre including Data Centre with appropriate
hardware and software for viewing, analyzing, storing and retrieval of the CCTV feed and
monitoring and managing of Smart Parking;
Citizen App for parking services
Comprehensive operation and maintenance of all hardware and software installed for this project
throughout Concessionaire period.
To manage and collect revenue as per tariff fixed by Bhopal Smart City for all the parking lots (on
street, off street and multi level parking) defined in this RFP.
To pay BMC a monthly concession fee based on the revenue sharing model as percentage of
revenue collected by the Concessionaire till the expiry of the concession period with minimum
guaranteed revenue.
Provide intelligent tow truck to handle parking enforcement and to support BMC / Traffic Police in
collecting penalties as per Government policy.
To provide single space identification with LED indicators for indoor parking displaying the
availability of parking slots.
Premium and valet parking facilities to be provided where ever required with mutual agreement
with BMC
Mobile app & online portal for citizens to view parking and doing the required reservation

2.3Overview of the Smart Parking


To develop a user friendly and adaptable system that can be implemented in a parking lots (on street, off
street and multi level parking) to ease the parking hassles.

To create an impact and experience with integrated smart parking solutions this enables quick, faster
accessibility with single space detection, parking guidance on real-time and allow guests to reserve the
parking slot.

Provide smart solution which reduces the travel time, carbon emission, search time, traffic congestions in
the city. In addition, it improves traffic flow within the parking lot with efficient design and creating a safer
ecosystem for the guests.

9|Page
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

2.4 Challenges with Conventional Parking


High Parking Search Time
Traffic Congestion on Road
Poor Occupancy in Parking Lot
Revenue leakage
Less effective parking operations
High Parking violations
Accidental Hazards
Stress to user & dissatisfaction
Pollution High Carbon Emission
No proper tariff systems
Suspicious parking / Lack of security arrangements in Parking
No real time tracking, data/report for analysis for future need/expansion

2.5 Smart parking value prepositions to key stake holders

To City municipal corporation/Managements Team/ Clients:

Enhanced quality of life for the citizen.


Improvement in their parking experience & satisfaction
More efficient use of parking and increased revenue
Reduces illegal parking
Reduces revenue leakages
Reduces Man power cost in operation.

Citizens:

Reduces travel time and traffic congestion


Easy & Faster to locate a slot, park and exit
Multiple modes of payments with simple process
Assured parking with pre booking facility
Enhanced experience

Smart parking solutions and its benefits:

Locating a parking space with clear and simple direction and variable message reducing traffic
congestion.
Quick entry and exit to the parking lots (on street, off street and multi level parking) with lesser
transactional time
Availability of parking slot on real-time with the help of web portal / parking App
Parking violation detection on real time basis
Guide citizens in directing to the available parking slot and making optimal usage of parking space
Real time update of entry & exit of vehicle which improves occupancy levels
Increases revenue by efficient systems and reduces pilferage
Real time info, Smart meters, ease of payment improve parking operations

10 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Clear, simple directions & ease in parking reduces road accidents (effective design and signage
for ease of parking, reducing chances of accidents)
Delights users by saving time, effort & cost
Less parking search time reduces carbon emission and controls pollution
Flexibility of tariff fixation based on the demand (Peak, non-peak, special events etc.)
Identification of parking violations, over stayed events and suspicious parking
Availability of real time data for analysis and Business Intelligence which help in understanding
consumer behavior, parking demand and supply etc.

Smart Parking guidelines:

Smart parking solutions required are detailed in this document for the various types of parking lots
(on street, off street and multi level parking).
The bidder is required to conduct an onsite survey, validate the proposed solution and submit the
bid as required.
The bidder can propose any alternative for the smart parking solutions which enables and
increases the overall efficiency in parking management and take prior approval from the
authorities.
The bidder has to ensure that they have complied with all technical requirements proposed by the
authorities.
The bidder should ensure that all the parking lots are used for bikes, cars and buses as mentioned
in the document; no heavy or medium vehicles are allowed in off street parking/basements.
The bidder should ensure they provide an hassle free parking services for priority parking like
physically challenged, Pregnant women, Women with childrens and Senior citizens.
The bidder should provide a 24/ 7 helpline service for parking operations.
The bidder should ensure the revenues generated from parking are accounted and tracked. All
these information should be available in the command center on real time basis. No leakages shall
be acceptable.
The bidder should accommodate an alternate system for fall back mechanism to ensure smooth
parking operation like hand held etc.

3. Project Objective

The key objectives of smart parking are as below:

Develop a user friendly system that can be implemented in parking lots to ease parking hassles;
Parking guidance for users assisted by clear and simple directions;
Availability of parking slot on real-time through web portal / parking App and optimization of
parking lot occupancy;
Real-time update of entry & exit of vehicle, parking violations;
Improved revenues through enhanced efficiency and transparency;
Improved user satisfaction by saving time, effort & cost;
Flexibility of tariff fixation based on the demand (Peak, non-peak, special events etc.);
Availability of real-time data for analysis and business Intelligence for understanding consumer
behavior, parking demand and supply.

4. Scope of Works

11 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The envisaged solution should be automated, cost effective, scalable, secure, environment friendly, energy
efficient and must entail minimum human intervention for day-to-day parking management as indicated
through Diagram given at clause 4.2. The following scope of work has been envisaged for this project:

Post takeover of each parking space from BMC civil work, maintenance of the parking slots,
cleanliness of parking lots, coordination with Traffic police for no parking area Challans and
towing, Advertisements and their management is the responsibility of the concessionaire.
Provision and management of trained manpower for operating parking slots is the responsibility of
the concessionaire.
Concessionaire will be responsible for complete operations and maintenance of all the parking
spaces post takeover from BMC.
To provide and install thermal cum optical/IR sensors at each of the parking slot for cars for all
surface parking lots. All parking slots should be individually and clearly marked, mapped with
parking sensors, and appropriate camera coverage. All sensors, devices and equipment should
have the capability to communicate back and forth with the central control centre for information
and feedback through a RF/ Wi-Fi/ GPS/ any combination of them enabled system;
To provide and install necessary complete hardware and software solutions, such as but not
limited to boom barriers, auto pay station, handheld devices, porta-cabins, switches, gateway, and
guidance system, for on street, off street parking system.
Provide Parking Management and Parking Guidance System to direct drivers to available parking
slots through LED signage and also through mobile app. Provide and install necessary LED
signage which also includes variable massages sign board for guidance to public regarding
availability of parking spaces and other necessary information.
Setup and maintenance of Central Control Centre including Data Centre with appropriate
hardware and software for viewing, analyzing, storing and retrieval of the CCTV feed and
monitoring and managing of Smart Parking;
Citizen App for parking services: App shall show the available slot on real time basis, booking of
parking space, payment mechanism through various modes of payment, reservation for specially-
abled citizens, facility for extension of pre-booked parking space.
Comprehensive operation and maintenance of all hardware and software installed for this project
throughout Concessionaire period.
To manage and collect revenue as per tariff fixed by BMC for all the parking lots defined in this
RFP.
Parking facilities through mobile app & online portal to reduced circling, leading to savings of time
and fuel.
Inclusive access and reserved vehicle slots for disabled
Unique identification of each vehicle entering any of the parking lots through barcoded
tickets,RFID, Smart Cards, QR Coded entry and NFC enabled etc. as applicable.
Provide intelligent tow trucks of adequate capacity to handle parking enforcement and to help
BMC/ Traffic Police in collecting the penalties as per Government policy, applicable from time to
time.
To provide single space identification with LED indicators for Indoor parking showing availability of
parking slot.
To pay BMC a monthly concession fee based on the revenue sharing model as percentage of
revenue collected by the Concessionaire till the expiry of the concession period with a minimum
guaranteed revenue to BMC.
Using the data generated through the parking solution software for analytics purposes, such as
time based (hourly/ daily/ weekly/ monthly/ annually) trends, area specific trends, vehicle (car

12 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

suv/sedan/hatchback, scooter, etc.) specific trends, usage and vacancy periods, premium parking
demand etc. for the purpose of better management of parking.

NOTE: List of Proposed Parking Lots is provided in Appendix 1 if this RFP.

4.1 Key Components of a Smart Parking should be inclusive of the following,


Parking Managements System
o On street Parking:
Single space detection system
Parking Meters
Parking enforcement system
o Off Street Parking ( Open & Covered parking lots)
Entry Stations - Automated ticketing system
Exit parking systems
Auto pay stations/ Central Pay stations
Parking Guidance System
o On street Parking- Variable messenger signs
o Off Street Parking ( Open & Covered parking lots) -Facility guidance systems
Web Portal and Mobile app for consumers
o Parking Identification, Pre booking, payment and navigation
Enforcement application
o Parking enforcement and notifications
Control and command center
o Data management, analytics and Business Intelligence on real time basis
o Monitoring of real time transactions, parking availability, pre booking, season parking and
parking enforcement
o Management of Equipment status and alarms on real time basis
o Dash boards and reports

13 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

4.2 Smart parking Architecture

Smart Parking Scope and functionalities:


The concessionaire should be well versed to design, optimize and implement smart parking
technology detailed engineering plans and approvals.
The concessionaire should implement single space detection on marked slots with appropriate
placements.
Implement parking meter for every 30 parking slots for on street parking
Include intelligent tow truck and enforcement app for control and monitoring of parking violations
Parking management system with auto pay station / central pay station for off-street parking for
quicker transactions
Variable messages at desired locations for guidance
Parking guidance for facility, floor and bay level depending on the type of parking lot
Parking system should have unique identification system for motorist which allows space detection
and parking access
Smart parking components includes hardware units like entry& exit devices, boom barriers,
autopsy station/ central pay station, express exits, handheld units, dynamic displays
Should provide software applications to perform parking related functions like ticketing, payment,
reporting, tracking and guidance etc.

14 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

All the hardware and software units and functionalities shall be monitored from control and
command centre
Developing citizen app and portal for identification, navigation, pre booking and payment
Developing parking enforcement app including identification of parking violations, over stays and
payment of fines with appropriate notifications
Capturing equipment status on real time basis on command center
Effective management of parking lots by well-trained teams (statutory compliance, quality audits)
Regular maintenance of equipment, stocking of required spares ensuring minimum downtown (24
hrs. or less)
Providing Dedicated helpline for parking operations

NOTE: Detailed Technical Specifications are provided in Appendix 2 of this RFP.

4.3 Project Engagement Model


The Engagement model is bifurcated into following two stages-

Implementation Stage
Operation and Maintenance Stage

Implementation Stage:

Implementation of smart parking solution in Phases.


o Within 30 days from the date of handing over of parking lots, the Concessionaire shall
implement and operationalize centralized online payment system at all parking lots for all
parking slots.
o Within six months from the date of handing over of all parking lots, complete smart parking
solution is to be implemented and operationalize as per scope defined in this RFP
document.
Operation and Maintenance Stage:

Total Concession period is ten (10) years from the date of handing over of all parking lots as per
the signed concessionaire agreement. This doesnt six months implementation period also.
The Concessionaire will start operation and maintenance of all parking lots from the date of
handing over of parking lots by BMC to the concessionaire.
The Concessionaire shall operate, maintain and manage the complete parking solution as
designed and built under this RFP document, throughout the concession period in accordance with
this RFP document.

The Business model as follows:

Parking charges are to be collected by the concessionaire by using any mechanism from the date
of handing over of the parking lots by BMC to the concessionaire on as and where basis.
The concessionaire shall quote a revenue share percentage of the revenue generated payable to
BMC subject to a minimum concession fee of Rs 45 lakhs per month, whichever is higher.

4.4Operation and Maintenance (O&M) Guidelines


The concessionaire shall follow the following Operation and Maintenance guidelines:

15 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The concessionaire has to adhere to the operation and maintenance policies and procedures, as
defined in the SOPs defined during first stage of the project and approved by BMC, for managing
and operating the Project. This includes (but not limited to) approach related to manpower,
resources, vendor management, security, customer service, repair and maintenance and other
primary functions, user manuals, technical manuals, financial management, risk management,
life/safety management, employee management and administrative policies and procedures. It
also includes the key elements of a management plan for this project to include considerations for
customer service improvement, enhanced economic impact generation which is the key to this
project operation.
Concessionaire will be responsible to deploy on-field resources for appropriate up-keeping,
maintenance, and operation of all equipment, hardware, and software components, and ensure
smooth functioning of the project throughout the entire concession period of Ten years. The Bidder
has to manage all on street and off street parking and collect revenue.
The comprehensive Operations and Maintenance (O&M) period for all sensors, devices,
equipment and its related hardware, software, electrical and network infrastructure components
supplied and installed for this project including configuration of servers, desktops, routers,
switches, firewall, LED signage, parking sensors and various other active and passive components
along with repair, replacement of parts, sensors, providing spare parts, updating, security alerts
and patch updating, regular backup of the data etc. shall be upto a period of ten years from the
date of handing over of all agreed Parking lots to the concessionaire. The concessionaire shall
provide comprehensive on-site warranty for all the hardware items and peripherals throughout the
concession period.
The concessionaire shall depute adequate manpower as full time dedicated onsite team. The team
shall be deputed to identify, acknowledge, troubleshoot, manage, replace and repair the
hardware/ system software. The team shall undertake day-to-day troubleshooting and
maintenance requirements for this project.
The team shall be also be responsible for regular monitoring of all the equipment, proactively
perform warranty checks, and generate Service Level Agreement reports from the SLA monitoring
tool.
The team shall be required to take regular backup of the application data as per the frequency
defined by BMC. Security and safety arrangements for safe custody of the backup data shall also
be the responsibility of concessionaire.
The concessionaire shall ensure that the team has appropriate skill-sets for managing networking,
hardware and application software tools.
All patches and updates to any software and hardware devices shall be provided by the Bidder
without any additional costs throughout the tenure of the Concession Agreement.
Periodic Revenue audit by site in charge should be conducted monthly and third party audit by
Regional team appointed by the concessionaire& Quality Audits to be performed half yearly by the
concessionaire and relevant report to be submitted to the authorities of BMC.
There has to be Functional and Behavioral Training to be provided to the staff once a year by the
concessionaire and relevant report to be submitted to the authorities of BMC. These reports will be
part of the quality audit reports.
Insurance coverage for the Parking lots upto 1cr covering the damage or theft of the vehicle and
injury to a personnel in the parking lot. Any claim related to damage or theft of the vehicle and
injury to a personnel in the parking lot are responsibility of the concessionaire.
All statutory compliances like Labor License, Professional Tax registration, Coverage of all
applicable employees under ESI and PF act to be taken care by the concessionaire.
General maintenance, upkeep and cleanliness of the parking lots is the responsibility of
Concessionaire.

16 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

5. Team Composition & Qualification Requirements for the Key Personnel

The Bidder shall deploy a multi-disciplinary Project Team for this assignment, consisting of the following
key personnel:

Minimum Basic Qualification Min. Experience Required


S.No Profile Number of Criteria
deployment

1 Parking 20 SSC/10th Pass Overall industry experience 0f


Attendants 6months to 1 Year

2 Security Guards 30 7th Standard Pass Overall industry experience of


1-2 Years

3 Drivers for tow 07 10th Pass with Badge Experience of 2+ Years


trucks and appropriate
driving License

4 Helpers for Tow- 07 7th Standard Pass Experience of 1+ Year


Truck

5 Operations 04 Any Degree Experience of 5-6 Years.


Manager

6 Sr.Manager 02 Any Degree Experience of 7-8 Years.


Operations

7 Enforcement 20 SSC/10th Pass Experience of 1+ Year


Attendants

8 Tech. Support 05 Diploma Experience of 1+ Year


Engineers

9 Manager- 01 B.E / B.Tech Engineering with 5-6years


Technical - experience or Engineer with 2-
3years experience.

NOTE: Bidder is required to submit profiles of key resources as defined in technical evaluation criteria of
this RFP clause 11 in the format as provided in Annexure 3 of this RFP as part of the technical bid.

6. Deliverables, and Time Duration

During project the bidder shall submit the deliverables as mentioned below as per the timelines mentioned
below.

Indicative list of deliverables and timelines for Bidder

17 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

S.No. Milestone / Deliverable Timelines

1 Engineering & Design Report of each parking lot for approval T+ 1 weeks

Project Implementation Plan& SOPs for Operations &


2 Maintenance of parking lots keeping the requirements defined in To+ 8 weeks
this RFP as priority.

SOPs for Control and Command Center and its integration with
3 To+ 10 weeks
other systems.

SOPs for various Parking services (regular, overnight, weekly,


4 To+ 14 weeks
monthly, valet, premium, online, and mobile application)

Establishment of the System as per RFP and agreement with


5 To+ 24 weeks
BMC

1st Monthly Progress Report

(Then next Monthly Progress Report will be published 1 month or 4


weeks later than 1st report; i.e. 2nd on T1+ 08 weeks, 3rd on T1+ 12
weeks and so on)

7 These reports will continue for complete 10 years of O&M period. T1+ 4 weeks
These reports will have details of the parking venues covered, overall
number of parking executed, parking executed by category, revenue
collected, etc. Format of the report is to be discussed and prepared
by the Concessionaire in consultation with BMC and approved by
BMC.

Note:

T is the date of handing over one parking lot.


To is the date of start of first stage of the project that is implementation stage.
To is the date of handing over all the defined and agreed parking lots to concessionaire from
BMC for implementation of the project.
T1 is the date of start of operations after Go Live based on the agreed and approved
Implementation Plan with BMC.
T1 will be decided based on the mutual agreement of BMC and the bidder. It will be after the
required approval of the Implementation plan, SOPs by BMC, and after the establishing of
minimum required systems is complete as per satisfaction of BMC.

7. Payment Terms
The applicant shall quote the Concession Fee as percentage of revenue earned (= Gross
Revenue minus service taxes as applicable) which will be provided to BMC and in the prescribed
format given at Annexure 1. The Concessionaire would pay to BMC every month the Concession
Fee (inclusive of all taxes) as quoted above throughout the concession period, subject to minimum
concession fee as INR 74,89,245/- (Rupees Seventy Four Lack Eighty Nine Thousand Two
Hundred Forty Five only) per month. Or 70% of the Revenue earned whichever is higher.

18 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The minimum concession fee will be changed (increased or decreased), in proportion to the
change (increase / decrease) in number of ECS in parking lots given to the Concessionaire.
In case of increase in parking fees notified by BMC from the existing parking fees as provided in
Annexure 1, the minimum concession fee will be increased proportionately to such increase in
parking fees. In case, the increase in revenue earned due to such hike in parking fees is less than
the increase in minimum concession fee, then such increase in minimum concession fee shall be
limited to the maximum of increase in revenue earned.
The Concession Fee will be increased as provided below in the event of increase in parking fees
notified by BMC from the existing parking fees as provided in Annexure 1. In such case, the
Concessionaire shall pay to BMC per month forty percent of the increase in revenue earned due to
increase in parking fees, irrespective of the percentage quoted in above clause.
In case of decrease in parking fees by BMC, the Concessionaire may request BMC to rework the
minimum concession fee and quoted percentage of revenue earned to be shared with BMC as
concession fee through BMC. The BMC may reduce the minimum concession fee and quoted
percentage of revenue earned to be shared with BMC in such cases.
Forty percent of the revenue accrued from premium parking charges (i.e. over and above normal
parking charges) shall be shared with BMC. The parking software shall have provision to calculate
the collection from premium parking charges separately, and these report should be available to
BMC on real time basis.
Entire revenue accrued from valet parking charges shall be retained by the Concessionaire. The
maximum valet parking charges will be Rs.100/- plus parking charges as applicable. These valet
parking charges will be increased or decreased annually, based on existing policy of BMC that
year.
Entire revenue accrued from value added services like air/nitrogen filling, workshop, tea stall, etc.
as may be permitted by BMC and the Concessionaire may introduce post approval to promote
parking area utilization shall be retained by the Concessionaire
Entire revenue accrued from advertising shall be retained by the Concessionaire, and advertising
will be non-obstructive for the operation of parking lots.
Vehicle towing charges (4-Wheeler & 2-Wheeler separately) shall be Rs. 200/- for each four
wheeler and Rs. 100/- for each two wheeler shall be paid to the Concessionaire, these towing
charges will be increased annually @5% compounded. Areas for Vehicle towing will be defined by
BMC in agreement with traffic police department.
No parking charges payable to the Bhopal traffic police department shall be extra as per applicable
rates and shall be collected by any of the parties as per agreement between Concessionaire and
BMC and based on agreement between BMC and Traffic Police and will be deposited with the
traffic police department.
Revenue received from parking will be kept within a bi-party Escrow account in any scheduled
bank. BMC shall have the liberty to independently audit the revenue collection any time during the
concession period. If any irregularity is found, the same shall be treated as breach of this
agreement and BMC shall have all rights to take necessary action against the Concessionaire.
The Concessionaire shall pay all duties and taxes in consequence of its obligations under this
Concession Agreement, and the Concession Fee shall not be adjusted for such costs. Any
changes in service tax /other taxes as applicable after the implementation of the GST bill shall be
added on prorate basis on the applicable tariff for all categories rounded off to the nearest rupee.
The Concession Fee shall be paid on monthly basis throughout the concession period by auto
payment through escrow account. The Concession Fee is calculated @ percentage quoted of

19 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

gross revenue earned minus service tax/ GST applicable from time to time in the manner
prescribed. The Concession Fee of the current month shall be paid by the 7 thday of the
subsequent month, along with necessary detailed reports related to the concession fee. If BMC
dont release concessionaire share from escrow account than bank have to release after 72 hours
from 7thday of each month.
Failure to pay the Concession Fee in time by BMC will attract an interest of 18% per annum
compounded quarterly on the entire amount of unpaid Concession Fee payable during the month.
Parking Rates: Parking rates for parking lots in BMC area have been defined by BMC. The
concessionaire shall charge rates for parking only as approved by BMC from time to time. These
rates are inclusive of any and all taxes/duties etc. as applicable.
In the event of implementation of Goods and Services Tax (GST), the service taxes as mentioned
in above mentioned clause will be calculated based on the provisions of GST as applicable in
Madhya Pradesh.

S no Description 2 wheeler 4 wheeler LCV/ Mini 3 Wheelers


buses
1 Visitor Parking Rs 05 for first Rs 10 for first Rs 30 for 2 Rs 10 for 2
2 hours and 2 hours every first hours first hours
every hour Rs hour Rs 10 every hour Rs every hour Rs
5 upto 12 upto 12 hours 20 upto 12 5 upto 12
hours hours hours

2 Overnight parking Rs 10 Rs 30 Rs 40 Rs 30
(10:00 pm 8:00 a.m.)
3 Loss of Ticket Rs 80 Rs 120 Rs 250 Rs 80

Note :
1. The parking charges will be revised based existing policy of that year of BMC, for year on year
basis.
2. On any upward or downward revisions in statutory charges, fees, taxes and duties, etc. as
applicable after the implementation of the GST, the then existing tariff shall be modified
accordingly on prorate basis for all categories rounded off to the nearest rupee.
3. Day time parking timing is 8:00 am to 10:00 pm and Night parking time is 10:00 pm to 8:00 am
(next morning).

8. Reporting Structure

The Bidder shall report to Commissioner, BMC or a person authorized for this project by the
Commissioner, BMC.

20 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

9. Responsibilities of BMC and Concessionaire

BMC
BMC will provide permission in writing, for use of right of way (ROW), electric poles or any other
place/structure for installation of CCTVs, cables, signage (including non obstructive advertising),
civil works , flooring of the parking lots, lightings , paintings, any value added services for
automobiles like air/nitrogen filling, workshop, tea stall to promote parking area utilization, road
markings safety products and toilet facilities or any other equipment for exclusive usage for any
work covered under this RFP document. This would be provided free of cost in BMC area
throughout the Concessionaire period, subject to the conditions that the Concessionaire shall do
restoration simultaneously with materials of same specifications. In case, such restoration is not
possible simultaneously, then such restoration shall be done within 10 days.
Minimum space required for installation of Gateway, Switches, Routers, Cameras, LED/LCD
displays etc. for smart parking services will be provided free of cost by BMC.
BMC will provide built-up space for setting up of Central Control Centre with required power and
data points within BMC area, free of Cost.
At the end of the concession period, all rights given to the Concessionaire, shall be terminated
automatically.
BMC shall provide single window clearance, where BMC has full control and jurisdiction, to the
Concessionaire for the purpose of this RFP document.
BMC shall undertake civil repair works, cabling works, resurfacing and road marking works, if
required, in the parking lots as requested by the concessionaire and approved by BMC from time
to time.
Areas for no parking and towing are to be defined by BMC in consultation with Traffic Police
department.
Parking yard for towed vehicles shall be provided by BMC. However, the same shall be managed
by the Concessionaire.
CCTV data on demand basis, online to the Central Control Centre throughout the concession
period project, at the concessionaires cost.
Mark all the boundaries of each parking slot in all the parking lots under this RFP document with
thermoplastic paint of 2.5 mm thickness and 100mm width as per CPWD specifications and renew/
remark the same after every 2.5 years, or earlier as per site requirement.

Concessionaire
Design, develop, provide, install, manage, operate and maintain the smart parking system as
defined under clause 4, as per the Service Level Agreement (SLA) throughout the concession
period. Penalty will be imposed as per SLA in the Penalty Clause of this RFP document for non-
adherence of the terms and conditions of the RFP.
Operate, maintain and manage all hardware, software and services covered in this RFP document
throughout the concession period.
The Concessionaire shall provide connectivity (electrical, network, etc.) within the parking area to
all devices / equipment, such as LED signage including variable massages sign boards, sensors,
boom barriers, entry / exit systems, handheld device (fall back device), autopsy station, manual
pay station, Central Control Centre, built / installed under this RFP document, and running,
maintenance, operation & management cost of these devices/equipment throughout the

21 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

concession period. The Concessionaire will be responsible for all civil and installation work related
to network connectivity, power supply extensions to devices, installation of devices and equipment,
and any other networking, communication, and infrastructure requirements related to any work
under this RFP document.
Watch and ward of the assets/ services created in this project. The Concessionaire has to replace
the material(s) / equipment(s) /device(s) in case of any theft or loss due to any other reasons,
which affects the services/ assets under this project.
To provide FTTH / broadband connection at each of the parking lot to bring (i) parking related data
on real-time basis; and (ii)
Erect suitable steel structures at its own cost for installation of LED signage for parking guidance
and management system. These structures/ poles shall be of stainless steel, and aesthetically
designed and structurally stable and as per BMC specifications. The concessionaire shall also
indemnify BMC for any damage due to such structures.
May utilize street light poles, with prior permission from BMC, for installation of
repeaters/Gateways, switches/routers as necessary and used exclusively for the purpose of this
project, without compromising the aesthetic sense and strength of pole.
BMC will be the owner of all dismantled existing equipment from the parking lots and all such
equipment shall be handed over to BMC, not later than a fortnight from date of such dismantling.
Provide adequate battery bank to ensure uninterrupted power supply to all hardware (equipment,
devices, etc.) covered under this RFP document.
All physical assets created under this RFP as per Bill of Materials (BoM), will become the property
of BMC at the end of Concession period or at termination of the concession, whichever is earlier,
and the Concessionaire will not have any legal right on these assets.
At the end of the concession period of ten (10) years of O&M, the Concessionaire has to hand
over all physical assets belonging to BMC in proper working condition. In case of any deficiency
noticed at the time of such handing over, the Concessionaire has to get it rectified at his own cost
within 15 days of such handing-over, otherwise, BMC will get it rectified at the risk and cost of the
Concessionaire. Performance guarantee of Concessionaire will be released only after successful
handing over of the all physical assets in working condition to BMC.
Additional facilities like air/nitrogen filling, workshop, tea stall to promote parking area utilization
may be asked to be arranged by the Concessionaire in some specific parking lots by BMC. 100
percent of the revenue accrued from such services shall be retained by the Concessionaire.
Managing the continuity of such services with optimum quality hall also be the responsibility of
Concessionaire. In case, Concessionaire wishes to stop or finish such existing services in any of
the parking lot due to its non-performance then Concessionaire will be required to take necessary
approval from BMC for doing so.
Any damage to other services arising due to installation or execution or repair or maintenance
work by the Concessionaire, shall have to be made good by the Concessionaire within 72 hours of
such damage, failing which BMCwill issue a notice to concessionaire asking for justification.
Concessionaire will be required to respond to such notice within 3 working days. In case it is found
out that the current issue at hand is out if control of Concessionaire then problem will be solved
jointly by BMC and Concessionaire based on their agreement. Else, Concessionaire will be
required to do the needful within 72 hours of the decision made by BMC.
The location of Parking lots and area given under this RFP document is based on preliminary
survey. Area and location may change while preparing detailed design and execution of this
project. During the Concession period, new parking lot(s) may be added by BMC and the

22 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Concessionaire has to cover such lot(s) under the scope of this project with the agreed Parking
Tariff.
The concessionaire shall pay Concession Fee or revenue share whichever is higher to BMC as
mentioned in Clause 7.
Concessionaire to deposit BG/FDR/DD as a refundable security deposit with the BMC as per
clause 14.24, which will be released within nine months from the date of end of concession period,
only upon successful completion of the work and settlement of all dues (unless the said amount is
forfeited for any breach of contract) and that the said Security Deposit shall not carry any interest.
For any complaint registration by users, provisions shall be made by the concessionaire in Citizen
App and web portal. Dedicated WhatsApp number/ Help line number shall be provided to citizens
for any complaints/suggestions/feedback with regards to parking. The same shall be monitored by
the concessionaire and adequate responses shall be deliver to citizens within 48 hours. The
concessionaire shall provide a weekly report to the Secretary, BMC every Monday on the number
of complaints received during the previous week (Monday to Sunday) and the number of replies
furnished by it to the complainants along with number of complaints on which no response has
been made by the concessionaire.
The concessionaire shall honor the Parking Passes/Stickers issued by BMC and will not charge
any parking fees from the user of such vehicles having Parking Passes/Stickers issued by BMC.
Such non-charging of parking fees by the concessionaire shall have no interference on concession
fees to be paid by the concessionaire to the BMC, and the concessionaire cannot make any claim
on the account of non-charging of parking fees from such vehicles. Such Parking Passes/Stickers
shall be valid on calendar year basis, and maximum number of such passes/stickers issued by
BMC should not exceed 50numbers every year. BMC shall provide the database of
passes/stickers (Vehicle Number, pass/sticker No., Type of Vehicle Car, Scooter, Motorcycle
etc.) issued by it to the concessionaire in the software provided by the concessionaire for this
purpose on real-time basis.
Apply for road cutting permission to BMC, in one-month advance, showing its requirements, layout
plan for services to be laid, plan for restoration with timelines. BMC will get it approved as per
feasibility at site. The final route will be decided/ approved by BMC keeping in view the
requirements of the Concessionaire and the site conditions. As such, any instructions/policy of
BMC, Government of MP and Government of India issued from time to time will be applicable on
the Concessionaire.
Restoration of roads, footpath, green portion etc. will be done by the Concessionaire at its own
cost as per plan approved by BMC or within 15 days (whichever is earlier ) from the date of any
road cutting done by the concessionaire of by BMC in relation to the work for parking solution
under this project. Restoration has to be done with equivalent specifications provided by BMC so
that after restoration the aesthetics and purpose of use will not compromise. Restoration work
shall be carried out as per CPWD specifications.
The Concessionaire shall take metered electricity for parking sensors, gateway, router/switches,
LED signage / displays, Parking guidance system and all systems for on-street, off-street &
underground parking equipment etc. and for all equipment installed in Central Control Centre. The
BMC shall provide electricity consumed for all such devices as per tariff applicable from time to
time for 2 years of the concession period (6 months of implementation phase and 18 months of
operations & maintenance).

23 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The Concessionaire shall integrate the parking mobile app and the web portal with the BMC App,
and with the BMC Command & Control Center, as and when such Command and Control Centre
will be set-up by the BMC by itself or through any other concessionaire.
At the time of completion of implementation period (i.e. six months from the date of handover of
the parking lots to the concessionaire by BMC), the Concessionaire shall inform the BMC in writing
for the same along with a list of all the assets (details of equipment, software, services etc.)
deployed during the implementation period under this RFP document, including their costs. The
Concessionaire shall update such assets list on yearly basis throughout the concession period.
Ensure that all the vehicles will be parked in the space defined for each vehicle in the parking lot.
The parking attendant will ensure proper parking of vehicles in each slot.
The concessionaire shall be responsible for any theft/ damage/ loss of vehicles parked in parking
lots and shall be responsible for settlement of the dispute, if any, including under the Court of Law,
and also follow all instructions and guidelines issued by Bhopal Police / statutory rules &
regulations / BMC for prevention of misuse of parking lots, including usage by anti-social elements,
terrorist(s) etc.
For installation of and /or LED signage(s), if there is any requirement of additional poles, the same
will be provided and installed by the BMC with prior approval of design
Responsible for the enforcement of parking, removal of unauthorized parked vehicle from area,
which is provided as Appendix 1, other than specified parking lots. The Concessionaire shall
deploy Intelligent Tow-Truck for towing of illegally parked vehicles in the area defined in this RFP
document. Specifications/ requirements of Intelligent Tow-truck are defined in Appendix 2.
Undertake all measures for Cyber security, protection of information and communication
technology systems of this project from cyber-attacks that are purposeful attempts by unauthorized
persons to access ICT systems in order to achieve the target of theft, disturbance, damage, or
other illegal actions. The Concessionaire will detect, analysis and do mitigation of vulnerabilities
and protect Central Control Centre including Data Centre from cyber-attacks throughout the
concession period.
Propose additional measures to increase occupancy of parking lots. However, the Concessionaire
will be required to take approval from BMC before implementation of any measures to improve the
parking efficiency.
Ensure at all times that the parking lots are utilized by cars, cabs, two- wheelers, and other small
vehicles, but no heavy or medium commercial vehicles are parked in specified parking lots unless
the parking slot / lot is dedicated to buses.
The Concessionaire will provide necessary support, data and other required information for
integration of smart parking solution with Central Command and Control Centre of BMC, as and
when such Command and Control Centre will be set-up by BMC by itself or through any other
concessionaire in future.
Responsible for and provide security at the parking lots, and shall report crimes in parking lots to
Bhopal Police and BMC without fail.

10. Eligibility Criteria

The bidder must possess the requisite experience, strength and capability in providing the services
necessary to meet the requirements as described in the tender documents. The bidder must also possess
the technical know-how and the financial wherewithal that would be required for successfully providing
services sought by the BMC, for the entire period of the contract. The bids must be complete in all respect

24 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

and should cover the entire scope of work as stipulated in the Tender document. Bidders may bid either as
a lone bidder or in a consortium (with maximum of 3 partners 1 lead bidder and 2 consortium members).

Bidder are also required to conduct a survey of Bhopal City to understand the business potential
and scope of work (along with approach of implementation) for them in terms of identified BMC
parking lots (off street, on street and multi-level), which they will provide as part of their technical
proposal and technical presentation.

The invitation to proposal is open to all bidders who qualify the eligibility criteria as given below:

S.N Basic SpecificRequirements DocumentsRequired


o. Requirement

1 Bidder Entity The Sole Bidder a)


or,incaseofaConsortium,
theLeadBidderand each Certificatesofincorporation/Registration
ofthemembersoftheconsortium Certificates;
(maximum upto 2
members)dulyregisteredundertheCo b) PAN Card
mpaniesAct 1956/2013areallowed.
c) VAT Registration

d) Copyoftheconsortium

agreement (in case of consortium as


per Annexure 5 of this RFP)

2 General Sole Bidder/lead member in-case of Self-certified copy of Documents to


consortium should be in operation for establish the General requirements.
Requirement a period of at least 5 years in India as
on 31st March 2016.
(International firms can operate as a
consortium in collaboration with Lead
Indian partnership)

3 Tender The lead bidder should have Receipt of Tender Document Fee
Document Fee: submitted the Tender document fee payment and EMD
Demand draft or (non-refundable) and the EMD
Proof of (Refundable / adjusted with the SD of
payment. the successful concessionaire) as
mentioned in the RFP.
EMD: Bank
Guarantee /
Demand Draft /
Bankers
Cheque /Fixed
deposit.

4 Turnover Sole Bidder/ lead member in case of a) Auditedfinancial


consortium should have statementsforthe
averageannualturnoverof INR 30 lastthreefinancialyears(FY2013-

25 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

crores from parking management 43,2014-15and 2015-16)


business over the
last3FinancialYears b) Certificatefrom theChartered
Accountant for turnover
detailsoverthe
lastthree(3)financialyears(FY201
3-14,2014-15and2015-16)

5 Net worth Sole a) Certificatefrom theChartered


Bidder/leadmemberincaseofconsortiu Accountant for net-
mshall have positive net-worth as per worthdetailsoverthe
the audited financial statements in lastthree(3)financialyears
each of the last three (3)financial
years

6 No - TheSolebidderor the Lead a) No - Blacklisting certificate


Bidderand each members of the
Blacklisting consortiummember, duly signed by authorized
certificate incaseofaConsortium,shouldnothave signatory.
beenblack-listedbyanyState/Central
GovernmentDepartmentor As per the Form provided in
Central/State PSUs ason Annexure 4.
bidsubmission date.

7 Registrationund The Applicant/Lead a) Copies of relevant registration


erTax Applicantshouldhavearegistered certificates
LabourLaws number
Electrical
Laws,etc. of:

(a)VAT/SalesTaxwherehisbusine
ssislocated;

(b) ServiceTax;

(c)IncomeTaxPAN;

(d)The ESI &EPFregistrationas per


labour laws

Note: - Only those bidders who meet the pre-qualification criteria specified above will be eligible to
respond to this TENDER. The bidders pre-qualification proposal shall contain the relevant information &
supporting documents to substantiate the eligibility of the bidder vis--vis the pre-qualification criteria.

Apart from these documents statement of legal capacity (as per Annexure 8 of this RFP) is required by the
sole bidder or all members of the consortium.

26 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Bidder will also be required to submit Joint Bidding Agreement (as per Annexure 5 of this RFP) and Power
of Attorney (as per Annexure 7 of this RFP) in case of Consortium(with maximum of 3 partners 1 lead
bidder and 2 consortium members).

11. Technical Evaluation Criterion

Bidders who meet the pre-qualifications/eligibility requirements would be considered as qualified to move
to the next stage of Technical and Proof of concept (POC) and financial evaluations.Project Evaluation
Committee (PEC) will evaluate the Technical Proposals of the Pre-Qualified bidders as per the following
criteria. Bidders who score 50 or above shall only be considered for financial bid opening and evaluation.

Max Required eligible


SNO Criteria Marks break-up
marks document
1 Company Profile 10
A Average annual turnover of the More than Rs. 40 Cr 10 Extracts from the audited
company in last 1 years (Turnover : 10marks Balance sheet and Profit &
in Rs. Crores) More than Rs. 35 Cr Loss; OR Certificate from
less than Rs 40 Cr the statutory auditor OR
crore : 07 marks certificate from its
Less thanRs. 35 Cr chartered accountant that
or equal to Rs. 30 Cr ordinarily audits the annual
: 05 marks accounts of the Bidder

(in case of Consortium


turnover certificate of any
of the partners is allowed)
2 RELEVANT PAST EXPERIENCE 40 Work Order or Agreement
or Completion certificates
(in case project is
complete) of the cited
project.
A Sole Bidder/ lead member in case 3 Project = 10 marks 10
of consortium shall have 2 Projects = 5 Marks
experience in implementing Less than 2 Projects
automated parking solutions and = 0 Marks
managing parking lots for minimum
of 3 years having minimum of
Three project with parking capacity
of 1500 car parks and above.
B Sole Bidder/ lead member in case 3 Projects = 10 10
of consortium shall have minimum Marks
of (2) two projects with parking 2 Projects = 5 Marks
capacity not less than 700 car Less than 2 Projects
parks. = 0 Marks
C The Sole Bidder or its consortium 3 Projects = 05 05
members (if any) should have Marks
following past experience during 2 Projects = 03
the last 3 years - Experience in Marks
Implementation of automated car
parking solution
D The Sole Bidder or its consortium 3 Projects = 05 05
members (if any) should have Marks
following past experience during 2Projects = 03

27 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

the last 3 years - Experience of Marks


Managing/Operating Parking slots
E Implementation and execution of 1 Project 10marks 10
Parking Central command centre Less than 1 0
with full functionalities in one marks
location
3 CVs of the Key Personal 15 (in case of Consortium Key
Note: Personal CVs of either of
- CV to be submitted in the format provided in the partners is allowed)
Annexure 3 of this RFP
- Educational Qualification (15% Marks)
- Number of years of experience (15% Marks)
- Experience relevant to requirements under
terms of reference (70% Marks)
A Project Manager 5
B Operations Expert/ Sr Manger 5
Operations

C Technical Manager 2.5

D / Functional Manager 2.5

4 Solution Presentation 35

A Approach and Methodology 20 A comprehensive note to


Some of the parameters to be be provided in the proposal
evaluated shall include:
Bidder to conduct Survey for
existing BMC notified parking
areas within Bhopal and present
the rationalization of its business
model.
Bidder must state in details the
components / services (with
functionality) in its scope that are
required for delivery of domestic
services across the city.
Bidder must submit, an approach
and methodology.
Technical and Quality aspects
Compliance
Make and Model
Functional & technical
Requirements
Company profile and proposed
team members
Project schedule & Interface
B Technical Presentation 15 It will be conducted based
Bidder to make a presentation on on the schedule mentioned
highlighting their understanding on the
in this RFP
project based on the
requirements / scope of work,
staff deployment plans,
draft project plan,
The presentation should provide a
representative solution to
integrate various aspects of the
project as per the scope
Bidder to conduct Survey for
existing BMC notified parking
areas within Bhopal and present
the rationalization of its business

28 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

model.
Technical proposal submitted
Total 100

12. Evaluation of Commercial Bid

In the second stage, the financial evaluation will be carried out as per the eligible bid which have qualified
technically. Each Financial Proposal will be assigned a financial score (SF) as specified in below.

For financial evaluation, the total cost indicated in the Financial Proposal as specified in Annexure - I, will
be considered.

The BMC will determine whether the Financial Proposals are complete, unqualified and unconditional. The
cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services.
Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its
obligations as per the TOR within the total quoted price shall be that of the Bidder. The highest Financial
Proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of other Proposals
will be computed as follows:

SF = 100 x F/FM

(F = amount of Financial Proposal; in this case the monthly concession fees)

13. Combined and Final Evaluation

Proposals will finally be ranked according to their combined technical (ST) and financial (SF) scores as
follows:

S = ST x Tw + SF x Fw

Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal and Financial
Proposal, which shall be 0.80 and 0.20 respectively.

The Selected Bidder shall be the first ranked Bidder (having the highest combined score). The second
ranked Bidder shall be kept in reserve and may be invited for negotiations in case the first ranked Bidder
withdraws, or fails to comply with the requirements specified in the RFP as the case may be.

14. Instruction to Bidder

14.1 General
BMC invites bids to this Request for Proposals (RFP document) from eligible Applicants as per
the scope of work defined in this RFP document. RFP document means this RFP document,
Concessionaire Agreement, supporting annexure / appendices / formats etc., any addenda to this
RFP document and all other such documents.

Any contract that may result from this bidding process will be effective from the date of Signing of
the Concession Agreement and shall, unless terminated earlier in accordance with its terms,
continue for a period of ten years from the date of handing over of the parking lots. The ten years
concession period consists of Implementation Period of six months and Operation &
Maintenance Period of ten years (10) years of existing and proposed solution under this RFP.

29 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The assumptions, assessments, statements and information provided in this RFP document is for
the assistance to the Applicants who are expected to carry out their own surveys, investigations
and other detailed examination of the Project before submitting their Bids. The Applicant shall visit
the site and examine the project in detail for execution of the work and deployment of equipment.
Nothing contained in this RFP document shall be binding on the BMC nor confer any right on the
Applicants, and the BMC shall have no liability whatsoever in relation to or arising out of any or all
contents of the RFP document.

List of 30 places is enclosed with RFP document, out of 30 places 13 places tendered, Once their
tenure finished they will be automatically merged in the list of parking places.

Applicants may carry out Project Site visits/ inspections/ testing at their own cost.

Applicant / Concessionaire has to ensure that the general public/ tourist/ visitors are not hindered
in any manner while survey, execution, operations and maintenance of the project.

All information supplied by Applicants may be treated as contractually binding on the Applicants on
successful award of the assignment by BMC on the basis of this RFP document.

This RFP document supersedes and replaces any previous public documentation and
communication. Applicants should place no reliance on such communications.

The Bid should be furnished clearly indicating the bid amount in both figures and words, in Indian
Rupees, and signed by the Applicants authorized signatory. In the event of any difference
between figures and words, the amount indicated in words shall be taken into account.

The Applicant shall deposit an Earnest Money Deposit (EMD) of Rs.10,00,000/- (Rupees Ten
lakhs only) in accordance with the provisions of this RFP document. The Applicant has the option
to provide the EMD either as an Online payment / Demand Draft/ Pay order/ Bankers Cheque/
FDR/ TDR/ Bank Guarantee from a scheduled bank (as per format at Annexure 6) in favor of
Commissioner, BMC payable at Bhopal.

The validity period of the Bank Guarantee shall not be less than 90 (Ninety) days from the Bid Due
Date, inclusive of a claim period of 30 (thirty) days, and may be extended as may be mutually
agreed between the BMC and the Applicant. Where a demand draft is provided, its validity shall
not be less than 90 (Ninety) days from the Bid Due Date, for the purposes of encashment by the
BMC. The Bid shall be summarily rejected if it is not accompanied by the Earnest Money Deposit
(EMD). The EMD shall be refundable no later than 30 (thirty) days from the date of issuance of
Letter of Acceptance to the Preferred Applicant except in the case of the Preferred Applicant
whose Bid Security shall be retained till it has provided a Performance Security under the
Concession Agreement.

No Applicant shall submit more than one Application for the Project. An Applicant applying
individually or as a member of Consortium shall not be entitled to submit another Application either
individually or as a member of any Consortium, as the case may be.

The Applicant shall acquaint himself with the proposed site of work, its approach roads, working
space available before submitting the bid.

The Applicant should submit a Power of Attorney authorizing the signatory of the Application to
commit the Applicant.

30 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

In the case of a Consortium, the Members should submit a Power of Attorney in favor of the Lead
Member.

If for any reason, any area in whole or part is not available for work, the agreed execution
schedule shall be suitably modified. However, under no circumstances the Concessionaire shall
be entitled to any relaxation, whatsoever, on this ground and he shall re-organize his resources to
suit the modified schedule.

The Concessionaire shall abide by and comply with all the Applicable Laws and statutory
requirements, including Minimum Wages Act 1948, Payment of Wages Act 1936, Contract Labour
(Regulation & Abolition) Act 1970, Employees Provident Funds and Miscellaneous Provisions Act
1952 etc.

The project cost on the part of the Applicant would include the cost of hardware, software, civil,
electrical works, manpower and other costs. There will be recurring annual cost associated with
operation and maintenance of these facilities as per the scope of the work defined in the RFP
document.

Organizational Structure during Implementation and Operation: The Applicant shall submit its
proposed organizational structure during implementation, operation and maintenance stages
commensurate with targeted Project Completion Schedule, which will form the basis of
Employment Schedule. The Applicant shall also enclose CVs of the key persons including tasks
assigned to them.

The Concessionaire shall be responsible for the operations and maintenance as per the terms set
out in the RFP document.

If during the course of execution of the project any minor revisions to the work requirements like
technical specifications, equipment sizing, etc. are to be made to meet the goals of the project,
such changes shall be carried out without any cost. The quantities of hardware and software items
as mentioned in this RFP document are indicative.

14.2 Compliant Tenders / Completeness of Response


Bidders are advised to study all instructions, forms, terms, requirements and other bidders are advised to
study all instructions, forms, requirements, appendices and other information in the TENDER documents
carefully. Online submission of the bid / proposal shall be deemed to have been done after careful study
and examination of the TENDER document with full understanding of its implications

Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the
Proposal may be rejected. Bidder must:

Comply with all requirements as set out within this TENDER.


Include all supporting documentations specified in this TENDER
Key Requirement of the Bid

14.3 Right to Terminate the Process


Bhopal Municipal Corporation (BMC), may terminate the TENDER process at any time and without
assigning any reason. BMC make no commitments, express or implied, that this process will result in a
business transaction with anyone.

This TENDER does not constitute an offer by (BMC), The bidders participation in this process may result
(BMC), selecting the bidder to engage towards execution of the contract.

31 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.4 Tender Fees

Tender documents can be downloaded from website www.mpeproc.gov.in . However, the tender
document of those bidder shall be acceptable who have made online payment for the tender documents
fee of Rs. 50,000/- (Rupees Fifty Thousand only) + processing fee as applicable (non-refundable) to be
paid online through the e Procurement portal (website www.mpeproc.gov.in), without which bids will not be
accepted.

Service and gateway charges shall be borne by the bidders.

14.5 Earnest Money Deposit (EMD)

EMD of Rs. 10,00,000 (Rupees Ten lakh only) needs to be submitted by the Bidderin the form of online
payment using credit/debit cards, NeFT/RTGS / Demand Draft / Bankers Cheque /Fixed deposit/ Bank
Guarantee of any nationalized /Scheduled bank in the name of Commissioner, Bhopal Municipal
Corporation

EMD of all unsuccessful Bidder would be refunded by BMC within 60 Days of the bidder being notified as
being unsuccessful.

EMD amount is interest free and will be refunded to the unsuccessful bidders without any accrued interest
on it.

The EMD may be forfeited:

If a Bidder withdraws its bid during the period of bid validity.

In case of a successful Bidder, if the bidder fails to sign the contract in accordance with this
TENDER.

Online EMD Payment to be done in the name of xxxxxxxxx, with account number xxxxxxxxxxxx and
IFSCI Code as yyyyyyyyyy.

14. 6 Preparation and Submission of Proposal

14.6.1 Submission of Responses


The Bidder shall submit their Proposals electronically on the portal: www.mpeproc.gov.in. For participation
in e-tendering, it is mandatory for prospective bidders to get registered on website
www.mpeproc.gov.in.Therefore, it is advised to all prospective bidders to get registration by making on line
registration fees payment at the earliest.

Hardcopy of the Technical proposal must be submitted to BMC along with documents required for
Eligibility criteria and Technical Evaluation along with EMD (or its receipt) and tender fee receipt should be
submitted to BMC at the address and timeline provided in clause 1 of this RFP.

32 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.6.2 Proposal Preparation Costs


The Bidder shall be responsible for all costs incurred in connection with participation in the TENDER
process, including, but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings/discussions/presentations, preparation of proposal, in providing any additional
information required by BMC to facilitate the evaluation process, and in negotiating a definitive contract or
all such activities related to the bid process. BMC will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.

14.6.3 Language
The Proposal should be filled by the Bidder in English language only. If any supporting documents
submitted are in any language other than English, translation of the same in English language is to be duly
attested by the Bidders. For purposes of interpretation of the documents, the English translation shall
govern.

14.6.4 Evaluation Process


BMC will constitute a Proposal Evaluation Committee to evaluate the responses of the bidders. The
Proposal Evaluation Committee constituted by the BMC shall evaluate the responses to the TENDER and
all supporting documents / documentary evidence. Inability to submit requisite supporting documents /
documentary evidence, may lead to rejection.

The decision of the Proposal Evaluation Committee in the evaluation of responses to the TENDER shall be
final. No correspondence will be entertained outside the process of evaluation with the Committee.

The Proposal Evaluation Committee may ask for meetings with the Bidders to seek clarifications on their
proposals.

The Proposal Evaluation Committee reserves the right to reject any or all proposals on the basis of any
deviations.

Each of the responses shall be evaluated as per the criterions and requirements specified in this TENDER.

14.7 Bid Validity


The offer submitted by the Bidders should be valid for minimum period of 180 days from the date of
opening of Tender.

14.8 Non Responsive Proposal


Initial Bid scrutiny will be held and incomplete details as given below will be treated as non-responsive, If
Proposals;

Are not submitted in as specified in the TENDER document.


Received without the Letter of Authorization (Power of Attorney).
Are found with suppression of details.
With incomplete information, subjective, conditional offers and partial offers submitted.
Submitted without the documents requested in the checklist.
Have non-compliance of any of the clauses stipulated in the TENDER.
With lesser validity period.

All responsive Bids will be considered for further processing as below-

33 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Proposal evaluation Committee will prepare a list of responsive bidders, who comply with all the
Terms and Conditions of the Tender. All eligible bids will be considered for further evaluation by a
Committee according to the Evaluation process define in this TENDER document. The decision of
the Committee will be final in this regard.

14.9 Modification and withdrawal of Bids


The Bidder is allowed to modify or withdraw its submitted proposal online any time prior to the last date
and time prescribed for receipt of bids, by giving a written notice to the BMC.

Subsequent to the last date for receipt of bids, no modification of bids shall be allowed online.

14.10 Proposal Forms


Wherever a specific form is prescribed in the Proposal document, the Bidder shall use the form to provide
relevant information. If the form does not provide space for any required information, space at the end of
the form or additional sheets shall be used to convey the required information.

For all other cases, the Bidder shall design a form to hold the required information.

BMC shall not be bound by any printed conditions or provisions in the Bidders Proposal.

14.11 Contacting the BMC


Any effort by a Bidder to influence the proposal evaluation, proposal comparison or contract award
decisions may result in the rejection of the proposal.

Bidder shall not approach BMC officers after office hours and/or outside BMC office premises, from the
time of the proposal opening till the time the Contract is awarded.

Contact Person Name: ABC ZXC

Contact Person Email ID: qwe@asd.zxc

Contact Person Mobile Number: +91 xxxx xxx

14.12 Opening of Proposal


An online opening of the Technical Proposals will be conducted as followed. The procedure for online
opening of Technical Proposals can be seen at www.mpeproc.gov.in

Sequence of online Bid is as follows:

EMD
Technical
Commercial
Deciding Award of Contract

The BMC reserves the right to ask for a technical elaboration/clarification in the form of a technical
presentation from the Bidder on the already submitted Technical Proposal at any point of time before
opening the Commercial Proposal. The Bidder shall furnish the required information to BMC and its
appointed representative on the date asked for, at no cost to the BMC. The BMC may at its discretion, visit
the office of the Bidder any-time before the signing of Agreement.

34 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

BMC shall inform those Bidder whose proposals did not meet the eligibility criteria or were considered non-
responsive, informing that their Commercial Proposals will be returned unopened after completing the
selection process. BMC shall simultaneously notify those Bidders who qualify for the Evaluation process as
described in this Tender Document, informing the date and time set for opening of Commercial Proposals.
The notification may be sent by mail or fax.

The Bidders name, the Proposal Price, the total amount of each proposal and other such details as the
Tendering BMC may consider appropriate, will be announced and recorded by the BMC at the opening of
bid.

BMC shall inform those Bidders whose proposals are accepted via issuance of Letter of Acceptance (LoA)
in duplicate copy. Bidder shall acknowledge the LoA and return the duplicate copy duly sealed and signed,
within seven days from the issue of LoA by BMC.

After acceptance of LoA, Performance Security shall be deposited as specified in this document for signing
an Agreement with BMC.

14.13 Execution of Agreement


After selection of Preferred Applicant in terms of this RFP, a Letter of Award (the LOA) shall be
issued, in duplicate, by the BMC to the Preferred Applicant and the Preferred Applicant shall,
within (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Preferred
Applicant is not received by the stipulated date, the BMC may, unless it consents to extension of
time for submission thereof, appropriate the Earnest Money Deposit of such Applicant as
Damages on account of failure of the Preferred Applicant to acknowledge the LOA.
Issue of Letter of Acceptance (LOA) shall not be construed as any right given in favor of the
Preferred Applicant, and BMC reserves the right to annul the process of award, including signing
of concession agreement, of this project without any liability or any obligation for such annulment,
and without assigning any reasons thereof.
Upon issue of LOA to the Preferred Applicant, BMC will release the EMD of all Applicants, except
the Preferred Applicant.
After acknowledgement of the LOA as aforesaid by the Preferred Applicant, it shall cause the
Preferred Applicant to execute the Concession Agreement within 15 working days. The Preferred
Applicant shall not be entitled to seek any deviation, modification or amendment in the Concession
Agreement.

14.13.1 Term of the Concession Agreement


The term of this Concession Agreement shall be a period of ten (10) years from the date of signing of this
Agreement or handing over of Parking lots whichever is later. The Concession Agreement period shall not
be extended beyond ten (10) years in any case.

14.13.2 Performance Bank Guarantee


The Preferred Applicant will be required to submit a Performance Bank Guarantee (PBG) of Rs.75,00,000
(Indian Rupees Seventy Five akhs Only) to the BMC within 15 (fifteen) days from the date of receipt of
Letter of Acceptance. (as per format provided in Annexure 6 of this RFP).

In case of a Consortium, the Lead Applicant of Consortium shall be liable to pay Performance Bank
Guarantee. Performance Bank Guarantee shall be valid for 9 months beyond the term of the Concession
Agreement. The Performance Guarantee shall contain a claim period of three months from the last date of
validity.

35 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

In case, the Preferred Applicant fails to submit performance bank guarantee within the time stipulated, the
BMC at its discretion may cancel the Letter of Acceptance issued to the Preferred Applicant without giving
any notice and may invoke the EMD of such Preferred Applicant.

BMC shall invoke the Performance Bank Guarantee in case the selected Concessionaire fails to discharge
their contractual obligations during the Concession Agreement period or BMC incurs any loss due to
Concessionaires negligence in carrying out the project implementation as per the agreed terms and
conditions.

14.13.3 Release of Performance Bank Guarantee


The Performance Bank Guarantee will be released only after meeting all of the following conditions:

After successful implementation of this project;


Successful managing, operation and maintenance of all the services under this agreement;
Payment of all the penalties throughout implementation, operation and maintenance period;
Payment of all concession fees as per agreement along with penalties, if any;
At the end of the concession period, Performance Bank Guarantee of Concessionaire will be
released after successful handing over all the parking lots, assets and services, including all
hardware, software, network and services in working conditions. If any deficiency noticed at the
time of handing over the Concessionaire has to get rectified/replaced the same at his own cost
within 15 days otherwise BMC will get it rectified at the risk and cost of the Concessionaire.
On production of clearance for all applicable dues, if any.

14.13.4 Signing of Concession Agreement


Subsequent to BMCs issuing Letter of Acceptance to the Preferred Applicant, the Preferred
Applicant shall execute the Concession Agreement with the BMC within a period of one month
from the date of issue of the Letter of Acceptance subject to the condition that the Performance
Bank Guarantee has been deposited by the Preferred Applicant within the prescribed period.
Failure of the Preferred Applicant to furnish the Performance Bank Guarantee or execute the
Agreement within the prescribed time shall cause the EMD of the Preferred Applicant to be
liquidated. The Preferred Applicant will be liable to indemnify BMC for any additional cost or
expense, incurred on account of failure of the Preferred Applicant to execute the Agreement.
Notwithstanding anything to the contrary mentioned above, BMC at its sole discretion shall have
the right to extend the time lines for execution of Agreement on the request of the Preferred
Applicant, provided the same is bona-fide.

14.13.5 Tax liability


The Concessionaire shall be responsible for all the income tax, statutory taxes, statutory dues,
local levies, Service tax, etc. to be paid to Government / Statutory bodies / Authorities etc. for the
services rendered by it. There will be no tax liability upon the BMC whatsoever on any account.
The Concessionaire indemnifies BMC from any claims that may arise from the statutory authorities
in connection with this License.
The Concessionaire should ensure enforcement of Applicable Laws including Labour Laws,
Minimum Wages Laws etc. and at no point of time should the BMC be drawn into litigation on
these counts.

36 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.13.6 Failure to Agree with the Terms and Conditions of the RFP document
The performance of Applicant will be continuously reviewed by BMC to maintain the terms &
conditions as specified in this RFP document. Based on the review, if the Concessionaire fails to
satisfy / maintain their commitment with respect to SLAs, Performance, Timely Implementation of
the Project etc. the Concession Agreement may be terminated by giving 30 days notice as cure
period and if it is not cured within 30 days then BMC will terminate the Concession Agreement by
giving further notice of 30 days for termination of Concession Agreement. BMCs decision in this
regard will be final. In case of termination of this Concession Agreement, BMC shall have the right
to avail services of any other Applicant / agency to continue the project without any let or
hindrance from Applicant and the Applicant has to provide all necessary assistance for smooth
switch over. BMC will not pay any charges to the Applicant. Failure of the Preferred Applicant/
Concessionaire to agree with the RFP document shall constitute sufficient grounds for the
annulment of the award, in which event BMC may take a decision to re-issue the RFP document.
In such a case, BMC shall invoke the PBG of the most responsive Applicant / Preferred Applicant.
In addition, BMC reserves the right to appropriate the EMD / Performance Bank Guarantee given
by the Applicant / Concessionaire and black-list the Applicant / Concessionaire.

14.14 Duration of Contract


The duration of the contract awarded through this tender document shall be 10.5 years (Teniers and Six
months) from data of signing of the agreement. 6 months for phase 1 of this project (i.e. implementation)
and 10 years for phase 2 (i.e. Operations and maintenance)

14.15 Local Conditions


Each Bidder is expected to become fully acquainted with the local conditions and factors, which may affect
the performance of the contract and /or the cost.

The Bidder is expected to know all conditions and factors, which may have any effect on the execution of
the contract after issue of letter of Award as described in the bidding document. The BMC shall not
entertain any request for clarification from the Bidder regarding such local conditions.

It is the Bidders responsibility that such factors have been properly investigated and considered before
submitting the proposal. No claim, what-so-ever, including that for financial adjustment to the contract
awarded under the bidding document will be entertained by the BMC. Neither any change in the time
schedule of the contract nor any financial adjustments arising there-of shall be permitted by the BMC on
account of failure of the Bidder to know the local laws / conditions.

14.16 Proprietary Data

All documents, reports and other information provided by BMC or submitted by the Bidder to BMC shall
remain or become the property of the BMC. The Bidder, as the case may be, are to treat all information as
strictly confidential. BMC will not return any Proposal or any information related thereto. All information
collected, analyzed, processed or in whatever manner provided by the Bidder to BMC in relation to the
project shall be the property of BMC.

However, the Bidder shall protect the intellectual property that they own or control (e.g., general
professional experience, tools or third-party software) and that is reflected in deliverables. The Bidder shall
specifically preserve the right to use the methodology or the material underlying it for other engagements,
as long as Bidder do not use or disclose BMC confidential or pre-existing proprietary information.

37 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.17Reporting and Monitoring

14.17.1 Reporting
Suitable reporting software should be available to generate standard report formats to measure/ verify
various SLAs, for monitoring the performance etc.

To suggest other report formats that could be useful for managing Control Room operations,
apart from the reports requested by BMC.

To provide for flexible report formats, in xls, txt or any other user-friendly structure including
graphics depending on the request of the BMC from time to time.

Reports should be available remotely also in BMC through electronic means like web based
access with password security and emails etc. The report should include latest data, if the
authorized report seeker does not specify period.

To develop and implement requisite application for hosting/ updating of other information (i.e.
information not available in BMCs backend systems, like FAQ, service details etc.) in its system
as well as on website notified by BMC.

14.17.2 Monitoring

A facility should be available for BMCs monitoring team, external & internal auditors to periodically
inspect the functioning of Call Center. The monitoring team should be able to access all sub-systems/
servers, records in respect of Information Technology, security measures including Data & Software
Back-ups, firewalls, anti-virus software updates etc. Additionally,

BMC may also deploy tools to monitor performance of various systems to rule out any possibility
of tampering the data, which may have an effect on billing of the Vendor.

It should be possible to remotely monitor performance on all SLAs/ KPIs and also of all the
applications provided by the system i.e. real-time ACD statistics, calls in queue, number of
agents logged in, number of agents abandoned answered calls, query of the call logs of a
particular customer etc. by designated Call Center Coordinator or Call Center in-charge.

14. 18 Service Level Agreement

The purpose of this Service Level Agreement (hereinafter called SLA) is to clearly define the
levels of service which shall be provided by the Bidder to End Customer and BMC for the
duration of the contract. The SLA is intended to establish a clear set of measurable
parameters against which the performance of the Bidder can be measured.

The Bidder and BMC shall maintain a monthly contact to monitor the performance of the
services being provided by the Bidder.

The Bidder agrees to the following SLA parameters while providing services to the
customers/ callers through the established BMC Call Center. The SLAs shall be monitored
periodically and non-adherence of these SLAs is bound to attract penalties as described in

38 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

the following Clauses. However, the penalties shall be applicable only after the 2 nd (Second)
month of the operation of Bidder Control Room.

SLAs during implementation: These SLAs shall be used to evaluate the timelines for completion
of deliverables that are listed in the deliverable. These SLAs will be applicable for
commissioning of the project (implementation of the complete project as per scope of the
work defined in this RFP document). For delay of every week in completion & submission of
the deliverable mentioned in the proposal, the Concessionaire would be charged with
penalty as follows:

In case, the Concessionaire reaches maximum of penalty at any point of time, BMC reserves the
right to invoke the termination clause.

Delay Penalty value Incentive for complete implementation of


(Weeks) the project as per scope of the work
defined in this RFP document before six
months from the date of the handing
over of the parking lots.
Per week Rs.5000 per week Rs.5000 per week
Maximum Rs.50,000 [@ Rs.5000 per Rs. 50,000 @ 5000 per week
(10 weeks) week]

Additional Penalties for non-completion of the monthly installation programme of individual Parking
lots of works like parking sensors, LED signages and other equipments etc. Rs. --- per
week.

Post-Implementation SLAs: These SLAs shall be used to evaluate the performance of the services
on weekly basis but penalties would be levied for cumulative performance for the quarter basis.

if any complaint of over-charging or collecting parking charges outside the parking area
defined in RFP document or subsequently allotted is received from the complainant or any
violation is noticed, the same shall be investigated by the BMC and if found true, then a
penalty of minimum amount of Rs.10000/-- for each such incident shall be imposed on the
Concessionaire and for repeated violation, action shall be taken against the Concessionaire
as per clause No. 11 to terminate the agreement.

39 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The Concessionaire has to ensure that all the vehicles will be parked in the space defined
for each vehicle in the parking lot. The parking attendant will ensure proper parking of
vehicles in each slot. For each such violation a penalty of Rupees two hundred per vehicle
per incident will be imposed.
The Concessionaire has to ensure that the number of vehicles parked shall not exceed the
designated capacity of each parking lot. For each such violation a penalty of Rupees Five
Thousand per vehicle per incident will be imposed.
For non-operation of database on any of the day BMC will charge the concession fee of that
day equal to the highest collection of parking charges for a day in year.
The uptime commitment of all the parking sensors, LED display, or any other
equipment/communication devices used for real-time availability of parking spaces and its
billing is 99%. The uptime commitment of all the CCTV and related equipment and its
communication devices is 98%.
If the online information of parked vehicles/availability of parking is not matching with the
actual position (99% accuracy) than a penalty of Rs.5000/- (Rupees Five Thousand) per
parking lot per day will be imposed.
Non offline billing of parking charges will be allowed. The Concessionaire has to take
standby arrangement of the internet/network connectivity so that in case the online system is
down at any time. The Concessionaire has to keep the spare hand held device, computers,
network equipment and other equipment so that the system will be operational all the time.

14.19 Other Penalties


Penalties for vehicle parked outside parking lot but not tow away/clamped by the
Concessionaire a penalty of Rs.200/- per vehicle per day will be levied.
Other Penalties

It is expected that the Concessionaire should comply with all the Policy / Procedural /
Regulatory Guidelines enforced by Government of India, Government of Madhya
Pradesh, and other statutory and related bodies, as amended from time to time. The
Concessionaire should also safeguard the Application Security and Application Integrity.
Penalty would be applicable for non-compliance of relevant security certifications. There
would be Zero Tolerance policy against such breaches. The penalties across various
breaches could be categorized as follows (this includes but not limited to the following):

Information Security Breach: Any data leakage, information sharing, reports sharing
without the consent of BMC.

Network & System Security Breach: Any instance of hacking, information / data
compromise, unauthorized access to public Wi-Fi.
40 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Guidelines Breach: Non-compliance to guidelines shared by various government


agencies such as complying with standards for website/mobile app development etc.
For any of the breach for above-mentioned category, a penalty would be levied on the
Concessionaire for every instance of occurrence if not responded as per the timelines mentioned
in the table below:
Type Measurement Response Penalty on response
(Unit) Time (in w.r.t. delay /Unit
unit)

Information Security Hours 1 Rs.100/-


Breach

Network & System Hours 1 Rs.100/-


Security Breach
Guidelines Breach Days 7 Rs.5000/-

The response time refers to immediate remedial action taken and preventive measures updated
by the Concessionaire on occurrence of the event. In case the breaches are not responded to in
the time frame as specified, penalties would be levied as per the table above and failing to
address the breach in desired timeline, recurring penalties would be levied w.r.t. to delay in units
as mentioned. For example, in case of an Information Security Breach, the Concessionaire has
to respond within one (1) hour of the event occurrence.
Guidelines Breach includes non-compliance to certain guidelines as set by various agencies like
Ministry of Communications and Information Technology, Department of Science and
Technology, or other statutory Authorities etc. In such cases, resolution of the issue is
mandatory. The Concessionaire would be required to respond with the action plan / change
request, as applicable, in order to resolve the guidelines breach within the specified response
time.
Penalties shall not be levied on the Concessionaire in the following cases

In case of a force majeure event effecting the SLA which is beyond the control of the
Concessionaire. Force Majeure events shall be considered in line with the Force Majeure
clause mentioned in this RFP document.
Theft cases by default/ vandalism would not be considered as beyond the control of
Concessionaire. Hence, the Concessionaire should be taking adequate anti-theft
measures, spares strategy, Insurance as required to maintain the desired required SLA.

14.20 Review of SLA Parameters

41 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The SLA design is based on the scope of services and operational aspects of Bidder. Due to
evolving nature of the proposed project, a review of SLAs will be conducted at the end of three
months from the date of go-live of the Bidder. The purpose of this review is to reassess the
SLAs based on the first three months call volumes. BMC, after thorough analysis of the
monthly statistics monitored as per the above mentioned SLA parameters, may consider
revision of the SLA parameters and update this agreement. And if the revision occurs, then the
revised SLAs would be final and binding for the rest of the term of the contract.

14.21 Commencement Completion and Termination of Agreement

14.21.1 Effectiveness of Agreement

This Agreement shall come into force and effect on the date of this Agreement (the Effective
Date).

14.21.2 Commencement of Services

The Bidder shall commence the work within a period of 21 (twenty one) days from the Effective
Date, unless otherwise agreed by the Parties.

14.21.3 Termination of Agreement for failure to commence Services

If the Bidder does not commence the Services within the period specified in Clause 14.21.2 above,
the BMC may, by not less than 3 months notice to the Bidder, declare this Agreement to be null
and void, and in the event of such a declaration, the Bid Security of the Bidder shall stand forfeited.

14.21.4 Expiry of Agreement

Unless terminated earlier pursuant to Clauses 14.21.3 or 14.21.9 hereof, this Agreement shall,
unless extended by the Parties by mutual consent, expire upon the earlier of (i) expiry of a period
of 90 (ninety) days after the delivery of the final deliverable to the BMC; and (ii) the expiry of [1
(one) year] from the Effective Date. Upon Termination, the BMC shall make payments of all
amounts due to the Bidder hereunder.

14.21.5 Entire Agreement

This Agreement and the Annexes together constitute a complete and exclusive statement of the
terms of the agreement between the Parties on the subject hereof, and no amendment or
modification hereto shall be valid and effective unless such modification or amendment is agreed
to in writing by the Parties and duly executed by persons especially empowered in this behalf by
the respective Parties. All prior written or oral understandings, offers or other communications of
every kind pertaining to this Agreement are abrogated and withdrawn; provided, however, that the
obligations of the Bidder arising out of the provisions of the RFP shall continue to subsist and shall
be deemed to form part of this Agreement.

Without prejudice to the generality of the provisions of above Clause, on matters not covered by
this Agreement, the provisions of RFP shall apply.

42 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.21.6 Modification of Agreement

Modification of the terms and conditions of this Agreement, including any modification of the scope
of the Services, may only be made by written agreement between the Parties.

14.21.7 Force Majeure

1 Definition

(a) For the purposes of this Agreement, Force Majeure means an event which is beyond the
reasonable control of a Party, and which makes a Partys performance of its obligations
hereunder impossible or so impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil disorder, earthquake, fire,
explosion, storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial action are within
the power of the Party invoking Force Majeure to prevent), confiscation or any other action
by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a Party or agents or employees, nor (ii) any event which a diligent
Party could reasonably have been expected to both (A) take into account at the time of the
conclusion of this Agreement, and (B) avoid or overcome in the carrying out of its
obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.

2 No breach of Agreement

The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a
breach of, or default under, this Agreement insofar as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event has taken all reasonable precautions,
due care and reasonable alternative measures, all with the objective of carrying out the terms and
conditions of this Agreement.

3 Measures to be taken

(a) A Party affected by an event of Force Majeure shall take all reasonable measures to
remove such Partys inability to fulfill its obligations hereunder with a minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the other Party of such event as
soon as possible, and in any event not later than 14 (fourteen) days following the
occurrence of such event, providing evidence of the nature and cause of such event, and
shall similarly give notice of the restoration of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences of any
event of Force Majeure.

4 Extension of time

Any period within which a Party shall, pursuant to this Agreement, complete any action or task,
shall be extended for a period equal to the time during which such Party was unable to perform
such action as a result of Force Majeure.
43 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

5 Payments

During the period of its inability to perform the Services as a result of an event of Force Majeure,
the Bidder shall be entitled to be reimbursed for Additional Costs reasonably and necessarily
incurred by it during such period for the purposes of the Services and in reactivating the Services
after the end of such period.

6 Consultation

Not later than 30 (thirty) days after the Bidder has, as the result of an event of Force Majeure,
become unable to perform a material portion of the Services, the Parties shall consult with each
other with a view to agreeing on appropriate measures to be taken in the circumstances.

14.21.8 Suspension of Agreement

The BMC may, by written notice of suspension to the Bidder, suspend all payments to the Bidder
hereunder if the Bidder shall be in breach of this Agreement or shall fail to perform any of its
obligations under this Agreement, including the carrying out of the Services; provided that such
notice of suspension (i) shall specify the nature of the breach or failure, and (ii) shall provide an
opportunity to the Bidder to remedy such breach or failure within a period not exceeding 30 (thirty)
days after receipt by the Bidder of such notice of suspension.

14.21.9 Termination of Agreement

1 By the BMC

The BMC may, by not less than 930 (ninety) days written notice of termination to the Bidder, such
notice to be given after the occurrence of any of the events specified in this Clause, terminate this
Agreement if:

(a) the Bidder fails to remedy any breach hereof or any failure in the performance of its
obligations hereunder, as specified in a notice of suspension pursuant to Clause 14.21.8
hereinabove, within 90 (ninety) days of receipt of such notice of suspension or within such
further period as the BMC may have subsequently granted in writing;

(b) the Bidder becomes insolvent or bankrupt or enters into any agreement with its creditors for
relief of debt or take advantage of any law for the benefit of debtors or goes into liquidation
or receivership whether compulsory or voluntary;

(c) the Bidder fails to comply with any final decision reached as a result of arbitration
proceedings pursuant to Clause 9 hereof;

(d) the Bidder submits to the BMC a statement which has a material effect on the rights,
obligations or interests of the BMC and which the Bidder knows to be false;

(e) any document, information, data or statement submitted by the Bidder in its Proposals,
based on which the Bidder was considered eligible or successful, is found to be false,
incorrect or misleading;

(f) as the result of Force Majeure, the Bidder is unable to perform a material portion of the
Services for a period of not less than 60 (sixty) days; or

44 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

(g) the BMC, in its sole discretion and for any reason whatsoever, decides to terminate this
Agreement.

2 By the Bidder

The Bidder may, by not less than 90 (ninety ) days written notice to the BMC, such notice to be
given after the occurrence of any of the events specified in this Clause, terminate this Agreement
if:

(a) the BMC fails to pay any money due to the Bidder pursuant to this Agreement and not
subject to dispute pursuant to Clause 9 hereof within 45 (forty five) days after receiving
written notice from the Bidder that such payment is overdue;

(b) the BMC is in material breach of its obligations pursuant to this Agreement and has not
remedied the same within 45 (forty five) days (or such longer period as the Bidder may
have subsequently granted in writing) following the receipt by the BMC of the Bidders
notice specifying such breach;

(c) as the result of Force Majeure, the Bidder is unable to perform a material portion of the
Services for a period of not less than 60 (sixty) days; or

(d) the BMC fails to comply with any final decision reached as a result of arbitration pursuant
to Clause 9 hereof.

3 Cessation of rights and obligations

Upon termination of this Agreement pursuant to Clauses 14.21.3 or 14.21.9 hereof, or upon
expiration of this Agreement pursuant to Clause 14.21.4 hereof, all rights and obligations of the
Parties hereunder shall cease, except (i) such rights and obligations as may have accrued on the
date of termination or expiration, or which expressly survive such Termination; (ii) the obligation of
confidentiality set forth in Clause 14.23 hereof; (iii) the Bidders obligation to permit inspection,
copying and auditing of such of its accounts and records set forth in Clause 14.17, as relate to the
Bidders Services provided under this Agreement; and (iv) any right or remedy which a Party may
have under this Agreement or the Applicable Law.

4 Cessation of Services

Upon termination of this Agreement by notice of either Party to the other pursuant to Clauses
14.21.9.1 or 14.21.9.2 hereof, the Bidder shall, immediately upon dispatch or receipt of such
notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner
and shall make every reasonable effort to keep expenditures for this purpose to a minimum. With
respect to documents prepared by the Bidder and equipment and materials furnished by the BMC,
the Bidder shall proceed as provided respectively by Clauses 14.24and 14.28 hereof.

5 Payment upon Termination

Upon termination of this Agreement pursuant to Clauses 14.21.9.1 or 14.21.9.2 hereof, the BMC
shall make the following payments to the Bidder (after offsetting against these payments any
amount that may be due from the Bidder to the BMC):

(i) remuneration pursuant to Clause 6 hereof for Services satisfactorily performed prior to the
date of termination;

45 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

(ii) reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually incurred
prior to the date of termination; and

(iii) except in the case of termination pursuant to sub-clauses (a) through (e) of Clause 2.9.1
hereof, reimbursement of any reasonable cost incidental to the prompt and orderly
termination of the Agreement including the cost of the return travel of the Bidders
personnel.

6Disputes about Events of Termination

If either Party disputes whether an event specified in Clause 14.21.9.1 or in Clause 14.21.9.2
hereof has occurred, such Party may, within 90 (ninety days after receipt of notice of termination
from the other Party, refer the matter to arbitration pursuant to Clause 9 hereof, and this
Agreement shall not be terminated on account of such event except in accordance with the terms
of any resulting arbitral award.

14.22 Confidentiality

The Bidder, and the Personnel of them shall not, either during the term or within two years after
the expiration or termination of this Agreement disclose any proprietary information, including
information relating to reports, data, drawings, design software or other material, whether written or
oral, in electronic or magnetic format, and the contents thereof; and any reports, digests or
summaries created or derived from any of the foregoing that is provided by the BMC to the Bidder,
and the Personnel; any information provided by or relating to the BMC, its technology, technical
processes, business affairs or finances or any information relating to the BMCs employees,
officers or other professionals or suppliers, customers, or contractors of the BMC; and any other
information which the Bidder is under an obligation to keep confidential in relation to the Project,
the Services or this Agreement ("Confidential Information"), without the prior written consent of
the BMC.

Notwithstanding the aforesaid, the Bidder, and the Personnel of them may disclose Confidential
Information to the extent that such Confidential Information:

(i) was in the public domain prior to its delivery to the Bidder, and the Personnel of them or
becomes a part of the public knowledge from a source other than the Bidder, and the
Personnel of them;

(ii) was obtained from a third party with no known duty to maintain its confidentiality;

(iii) is required to be disclosed by Applicable Laws or judicial or administrative or arbitral


process or by any governmental instrumentalities, provided that for any such disclosure,
the Bidder, and the Personnel of them shall give the BMC, prompt written notice, and
use reasonable efforts to ensure that such disclosure is accorded confidential
treatment; and

(iv) is provided to the professional advisers, agents, auditors or representatives of the Bidder
or Personnel of them, as is reasonable under the circumstances; provided, however, that
the Bidder or Personnel of them, as the case may be, shall require their professional
advisers, agents, auditors or its representatives, to undertake in writing to keep such
Confidential Information, confidential and shall use its best efforts to ensure compliance
with such undertaking.

46 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.23 Liability of the Bidder

1 The Bidders liability under this Agreement shall be determined by the Applicable Laws and the
provisions hereof.

2 The Bidder shall, subject to the limitation specified in Clause 14.24.3, be liable to the BMC for any
direct loss or damage accrued or likely to accrue due to deficiency in Services rendered by it.

3 The Parties hereto agree that the Bidder or any person or firm acting on behalf of the Bidder in
carrying out the Services, shall not be liable to the BMC:

(i) for any indirect or consequential loss or damage; and

(ii) for any direct loss or damage or claims connected with this Agreement (including negligence or
willful misconduct) that exceeds the Agreement Value set forth in Clause 6.1.2 of this Agreement

4 This limitation of liability specified in Clause 14.24.3 shall not affect the Bidders liability, if any, for
damage to Third Parties caused by the Bidder or any person or firm acting on behalf of the Bidder in
carrying out the Services subject, however, to a limit equal to 3 (three) times the Agreement Value.

14.24Liquidated Damages and Penalties

14.24.1 Performance Security

1 The BMC shall retain by way of performance security (the Performance Security), 10% (Ten
per cent) of all the minimum concession fees, to be appropriated against breach of this Agreement
or for recovery of liquidated damages as specified in Clause 14.24.1.2 The balance remaining out
of the Performance Security shall be returned to the Bidder at the end of 3 (three) months after the
expiry of this Agreement pursuant to Clause 14.21.4 hereof. For the avoidance of doubt, the
parties hereto expressly agree that in addition to appropriation of the amounts withheld hereunder,
in the event of any default requiring the appropriation of further amounts comprising the
Performance Security, the BMC may make deductions from any subsequent payments due and
payable to the Bidder hereunder, as if it is appropriating the Performance Security in accordance
with the provisions of this Agreement.

2 The Bidder may, in lieu of retention of the amounts as referred to in Clause 14.24.1.1 above,
furnish a Bank Guarantee substantially.

14.24.2 Liquidated Damages

1 Liquidated Damages for error/variation

In case any error or variation is detected in the reports submitted by the Bidder and such error or
variation is the result of negligence or lack of due diligence on the part of the Bidder, BMC will
issue a notice to which response will be required to be submitted within 3 working days. Based on
the response BMC may decide to give 15 days to bidder to correct the error/ variation or the
consequential damages thereof shall be quantified by the BMC in a reasonable manner and
recovered from the Bidder by way of deemed liquidated damages, subject to a maximum of 05%
(five per cent) of the minimum monthly concession fees.

2 Liquidated Damages for delay

47 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

In case of delay in submission of deliverables beyond two weeks from due date of submission of
deliverable, liquidated damages not exceeding an amount equal to 0.5% of agreement value,
subject to a maximum of 5% (five percent) payment will be imposed and shall be recovered by
appropriation from the Performance Security or otherwise. However, in case of delay due to
reasons beyond the control of the Bidder, suitable extension of time shall be granted.

3 Encashment and appropriation of Performance Security

The BMC shall have the right to invoke and appropriate the proceeds of the Performance Security,
in whole or in part, without notice to the Bidder in the event of breach of this Agreement or for
recovery of liquidated damages specified in this Clause.

14.24.3 Penalty for deficiency in Services

In addition to the liquidated damages not amounting to penalty, as specified in Clause 14.24.2,
warning may be issued to the Bidder for minor deficiencies on its part. In the case of significant
deficiencies due an act of fraudulent and corrupt behavior on the part of the Bidder causing
adverse effect on the Project or on the reputation of the BMC, other penal action including
debarring for a specified period may also be initiated as per policy of the BMC.

14.24.4 Indemnity
The Bidder shall, subject to the provisions of the Agreement, indemnify the BMC, for an amount
not exceeding the value of the Agreement, for any direct loss or damage that is caused due to any
deficiency in Services.

The Bidder will be held responsible for managing all the issues related or raised by Skilled Force
on the field or its Staff. BMC shall not be held accountable for any action of the permanent or
contractual staff of the Bidder.

The Bidder will be held accountable for any reputational loss to BMC.

14.25Fairnessand Good Faith

14.25.1Good Faith

The Parties undertake to act in good faith with respect to each others rights under this Agreement
and to adopt all reasonable measures to ensure the realization of the objectives of this Agreement.

14.25.2Operation of the Agreement

The Parties recognise that it is impractical in this Agreement to provide for every contingency
which may arise during the life of the Agreement, and the Parties hereby agree that it is their
intention that this Agreement shall operate fairly as between them, and without detriment to the
interest of either of them, and that, if during the term of this Agreement either Party believes that
this Agreement is operating unfairly, the Parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of such unfairness, but failure to agree on
any action pursuant to this Clause shall not give rise to a dispute subject to arbitration in
accordance with Clause 14.27 hereof.

48 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

14.26Settlement of Disputes

14.26.1Amicable settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection
with this Agreement or the interpretation thereof.

14.26.2Dispute resolution

1 Any dispute, difference or controversy of whatever nature howsoever arising under or out of or in
relation to this Agreement (including its interpretation) between the Parties, and so notified in
writing by either Party to the other Party (the Dispute) shall, in the first instance, be attempted to
be resolved amicably in accordance with the conciliation procedure set forth in Clause 14.26.3.

2 The Parties agree to use their best efforts for resolving all Disputes arising under or in respect of
this Agreement promptly, equitably and in good faith, and further agree to provide each other with
reasonable access during normal business hours to all non-privileged records, information and
data pertaining to any Dispute.

14.26.3Conciliation

In the event of any Dispute between the Parties, either Party may call upon Commissioner,
UrbanDirectorate of Urban Administration & Development, Madhya Pradesh and the Chairman of
the Board of Directors of the Bidder or a substitute thereof for amicable settlement, and upon such
reference, the said persons shall meet no later than 10 (ten) days from the date of reference to
discuss and attempt to amicably resolve the Dispute. If such meeting does not take place within
the 10 (ten) day period or the Dispute is not amicably settled within 15 (fifteen) days of the meeting
or the Dispute is not resolved as evidenced by the signing of written terms of settlement within 30
(thirty) days of the notice in writing referred to in Clause 14.27.1 or such longer period as may be
mutually agreed by the Parties, either Party may refer the Dispute to arbitration in accordance with
the provisions of Clause 14.27.4.

14.26.4 Arbitration

1 Any Dispute which is not resolved amicably by conciliation, as provided in Clause 14.26.3, shall be
finally decided by reference to arbitration by an Arbitral Tribunal appointed in accordance with
Clause 14.26.4.2. Such arbitration shall be held in accordance with the Rules of Arbitration of the
International Centre for Alternative Dispute Resolution, New Delhi (the Rules), or such other
rules as may be mutually agreed by the Parties, and shall be subject to the provisions of the
Arbitration and Conciliation Act,1996. The place of such arbitration shall be Bhopal, Madhya
Pradesh where the BMC has its headquarters and the language of arbitration proceedings shall be
English.

2 There shall be [a sole arbitrator whose appointment] / [an Arbitral Tribunal of three arbitrators, of
whom each Party shall select one, and the third arbitrator shall be appointed by the two arbitrators
so selected, and in the event of disagreement between the two arbitrators, the appointment shall
be made in accordance with the Rules.

49 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

3 The arbitrators shall make a reasoned award (the Award). Any Award made in any arbitration
held pursuant to this Clause 14.26 shall be final and binding on the Parties as from the date it is
made, and the Bidder and the BMC agree and undertake to carry out such Award without delay.

4 The Bidder and the BMCagree that an Award may be enforced against the Bidder and/or the BMC,
as the case may be, and their respective assets wherever situated.

5 This Agreement and the rights and obligations of the Parties shall remain in full force and effect,
pending the Award in any arbitration proceedings hereunder.

14.27 Exit Management

1 Upon completion of contract period or upon termination of the agreement for any reasons, the
Bidder shall comply with the following:

Notify to the Commissioner, BMC forthwith the particulars of all Project Assets

Deliver forthwith actual or constructive possession of the BMC project fee and clear of all
Encumbrances and execute such deeds, writings and documents as may be required by the BMC
fully and effectively divesting the Bidder of all the rights, title and interest of the Bidder of all the
rights, title and interest of the Bidder in the BMC project

Comply with the Divestment requirements set out except in case if Termination of this Agreement
is due to BMC event of default, in case of Termination due toBMC event of default, the Bidder shall
have implemented the maintenanceschedule as well as any repairs pointed out by BMC in its
Operations &Maintenance Inspection Report prior to date Termination Notice. In case
ofTermination due to Force Majeure Event, the Divestment requirements shall beagreed between
BMC and the Bidder.

Pay all transfer costs and stamp duty applicable on hand back of project assets except in case the
project is being transferred due to BMC of default or expiry of Contract period where as BMC shall
be responsible for transfer costs and stamp duty, if any. For clarification of doubt, transfer costs in
this clause relate to taxes and duties applicable at transfer of BMC project, if any.

All assets related the BMC project have to be returned in good working condition; except for those
assets which are property of the Bidder.

Shall provide handholding support for a period of 30 days to the new identified Bidder

2. Subject to clause 1 of exit management, upon completion of the contract period or upon
termination of the agreement, the Bidder shall comply and conform to the following Divestment
requirements in respect of BMC project.

All the project Assets including the hardware, software, documentation and any other infrastructure
shall have been renewed and curved out of all defects and deficiencies as necessary so that the
BMC project is compliant with Specifications and Standards set forth in the RFP, Agreement and
any other amendments made during the contract period

The Bidder delivers relevant records and reports pertaining to the BMC project and its design,
engineering, operation and maintenance including all operation and maintenance records including
training material and manuals pertaining theretoand complete as on the Divestment Date

50 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The Bidder executes such deeds of conveyance, documents and other writings as the BMC
reasonably require to convey, divest and assign all the rights, title and interest of the Bidder in the
BMC project free from all Encumbrances absolutely and free of any charge or tax to the BMC or its
nominee

The Bidder complies with all other requirements as may be prescribed under applicable laws to
complete the divestment and assignment of all the right, title and interest of the Bidder in the BMC
project free from all Encumbrances absolutely and free of any charge or tax to BMC or its nominee

3. Not earlier than 3 (Three) months before the expiry of the contract period but not later than 30 (Thirty)
days before such expiry, or in the event of earlier termination of the contract, immediately upon but not
later than 15 (Fifteen) days from the date of issue of termination notice, BMC shall verify, in the presence
of arepresentative of the Bidder, compliance by the Bidder with the divestmentrequirements set forth in
relation to the BMC project and , if required, cause appropriate tests to be carried out at Bidders cost for
determining the compliance therewith. If either party finds any shortcomings in divestment requirements,
its hall notify the other of the same and the Bidder shall rectify the same at its cost.

4. Upon the Bidder conforming to all divestment requirements and handing over actual or constructive
possession of the BMC project to BMC or a person nominated by BMC in this regard, BMC shall issue a
certificate substantially, which will have the effectof constituting evidence of divestment of all rights, title
and lien in the BMC projectby the Bidder and their vesting in BMC project pursuant hereto. Issue of such
Certificate shall not be unreasonably withheld by BMC. The divestment of all rights,title and lien in the
BMC project shall be deemed to be complete on the date whenall the divestment requirements have been
fulfilled or the Certificate has beenissued, whichever is earlier, it being expressly agreed that any defect or
deficiency in any divestment requirement shall not in any manner be construed or interpretedas restricting
the exercise of any rights by BMC or its nominee on or in respect ofthe BMC project on the footing as if all
divestment requirements have been complied with by the Bidder.

All other terms and conditions are unaltered

14.28Change in composition of the Consortium

1 Where the Bidder is a Consortium, change in composition of the Consortium may be permitted by
the BMC during the Bid Stage, only where:

(a) the Lead Member continues to be the Lead Member of the Consortium;

(b) the substitute is at least equal, in terms of Technical Capacity or Financial Capacity, to the
Consortium Member who is sought to be substituted and the modified Consortium shall
continue to meet the pre-qualification and short-listing criteria for Applicants; and

(c) The new Member(s) expressly adopt(s) the Application already made on behalf of
the Consortium as if it were a party to it originally, and is not an Applicant/Member/
Associate of any other Consortium bidding for this Project.

2 Approval for change in the composition of a Consortium shall be at the sole discretion of the BMC
and must be approved by the BMC in writing. The Bidder must submit its application for change in
composition of the Consortium no later than 15 (fifteen) days prior to the Bid Due Date.

3 The modified/ reconstituted Consortium shall submit a revised Consortium Agreement and a
Power of Attorney, prior to the Bid Due Date.

51 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

4 The option of change in composition of the Consortium which is available under Clause 1 may be
exercised by any Bidder who is either a Consortium or a single entity. In the case of a single entity
Bidder adding a Consortium Member at the Bid Stage, the single entity Bidder shall be the Lead
Member of the Consortium. Provided, however, that no member of such Consortium shall be a
Bidder or the member of a Consortium which has been pre-qualified.

14.29 Change in Ownership

1 By submitting the Bid, the Bidder acknowledges that it was pre-qualified and short-listed on the
basis of Technical Capacity and Financial Capacity of those of its Consortium Members who
shall, until the 2nd (second) anniversary of the date of commercial operation of the Project, hold
equity share capital representing not less than: (I) 26% (twenty six per cent) of the scribed and
paid-up equity of the Agreement; and (ii) 5% (five per cent) of the Total Project Cost specified in
the Agreement. The Bidder further acknowledges and agrees that the aforesaid obligation shall
be the minimum, and shall be in addition to such other obligations as may be contained in the
Agreement, and a breach hereof shall, notwithstanding anything to the contrary contained in the
Agreement, be deemed to be a breach of the Agreement and dealt with as such thereunder. For
the avoidance of doubt, the provisions of this Clause 14.30.1 shall apply only when the Bidder is
a Consortium.

2.3.2 By submitting the Bid, the Bidder shall also be deemed to have acknowledged and agreed that in
the event of a change in control of a Consortium Member or an Associate whose Technical
Capacity and/ or Financial Capacity was taken into consideration for the purposes of short-listing
and pre-qualification under and in accordance with the RFP, the Bidder shall be deemed to have
knowledge of the same and shall be required to inform the BMC forthwith along with all relevant
particulars about the same and the BMC may, in its sole discretion, disqualify the Bidder or
withdraw the LOA from the Selected Bidder, as the case may be. In the event such change in
control occurs after signing of the Agreement but prior to Financial Close of the Project, it would,
notwithstanding anything to the contrary contained in the Agreement, be deemed to be a breach of
the Agreement, and the same shall be liable to be terminated without the BMC being liable in any
manner whatsoever to the Bidder. In such an event, notwithstanding anything to the contrary
contained in the Agreement, the BMC shall be entitled to forfeit and appropriate the Bid Security or
Performance Security, as the case may be, as Damages, without prejudice to any other right or
remedy that may be available to the BMC under the Bidding Documents and/ or the Agreement or
otherwise.

52 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Appendix 1: Proposed Parking Lots

Sl Name of the location Type Capacity 2 Capacity 4


No. Wheeler Wheeler

1 Bank of India to Back side of Hotel ON Street 135 43


Nisarga

2 Shiv mandir to Axis bank in front of jyothi ON Street - 91


talkies

3 Axis Bank to ICICI Bank ON Street - 29

4 In front of Manohar Sweet, Shivmandir. Off street - 50

5 407,Truck Parking , pragati petrol pump Off Street 100 80

6 In front of Sargam talkies, Zone 2 MP Off street 50 50


nagar

7 Surendra Vilas Hotel to Honda Showroom ON Street - 20

8 In front of DB Mall, Zone 1 Off Street 150 70

9 Top N Town to Yes Bank near jyoti ON Street 48


talkies/cinema

53 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

10 Top N Town to Yes Bank near jyoti Off street 404


talkies/cinema

11 In front of Sanghibajaj ON Street - 97

12 Back Site of Jyoti talkies ON Street 35

13 Off street 41

14 Oriental bank to milan restaurant ON Street 231 110

15 I.S.B.T Site (Bus Station ) ON Street 100 300


16 Bittan Market Sabji Mandi (Market) ON Street 140 170

17 Surlabh complex to Railways line. Zone 1 ON Street 210 188


& Zone 2 .SIDE

18 Gurudev Gupta Choraha to Vidhyabharti ON Street - 102


Bhavan to Auto Stand MP Nagar Zone 1

19 In front of T T Nagar to Prasad clinic ON Street 290 -

20 Bhopal Corporation Bank to Titan ON Street 900 -


Showroom

21 Chhapanbhog Malviya Nagar ON Street - 80

22 In front of GTB Complex Near New ON Street - 52


Market boundary Wall

23 Rangmahal Titan showroom to PNB ON Street 480 -

24 Fish Market ON Street 52 -


25 Hotel Hilton ON Street - 27

26 Boat Club ON Street 320 95

27 Old Bijalighar ON Street 130 70

28 Multi Level Parking Chatorigali ON Street 28 98

29 Payga Court Cash ON Street - 55

30 Multi level parking in front of Moti Masjid ON Street 332 42

31 Old Kabadkhana ON Street 70 -

32 Purani Tahsil ON Street 160 45

54 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

33 In front of L.B.S ON Street 180 24

34 Shiv Bar- in front of Vikram Aditya Off Street 100 45


College, zone 2 M P Nagar

35 Both side of road Arya Bhavan to Asian Off Street 90 40


Paints
36 Near Hokar's corner open car parking - Off Street - 50
MP Nagar Zone -2

37 Radthanbhor to Meeraa complex ON Street - 42

38 Sulabh complex to railway Line -MP ON Street - -


Nagar Zone 1

39 MP Zone -2 City Hospital to ETV ON Street - 100

40 Amer complex block no 10 to plot no 26 ON Street 200 -

41 Plot no 25 to aadisheet shop ON Street - 90

42 Both side roads sargam talkies ON Street - 26

43 KK Plaza to ICICI bank ON Street 100 30


44 Sargam Talkies to Plot No 131/5 ON Street 246 -

45 Plot NO 131 to 172 ON Street 67 20

46 Surbhi to Main Road ON Street 100 -

47 MP Zone 1 Vishal Megamart Off street 144 -


48 Fortune builders zone 1 in front of saigirls ON Street - 38
hostel

49 Fortune builders zone 1 in front of Sai Off Street - 36


girls hostel

50 Suggested opp to Fortune builders zone 1 off street 250


in front of Sai girls hostel

51 MP Zone 1 near City Bank ON Street - 24

52 Both sides of Choudhry classes ON Street - 26


53 In front of Choudhry classes ON Street - 20

54 Sair Sapata Off Street 100 200

55 Vittan Market Sabji Mandi (Market) ON Street 100 55

55 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

56 Vittan Market Sabji Mandi (Market) Off Street - 55

57 In front of Monsa over complex ON Street 90 50

58 Taprawala zone 2 ON Street - 50

59 Taprawala zone 2 Off Street 400 40

60 Jhoomwala in front of times coaching ON Street 50 30


zone 2 MP nagar
Operation and Maintenance:

Total contract term is ten and half years from the date of handing over and will start operation and
maintenance of all parking lots.
The Bidder shall operate, maintain and manage the complete parking solution, throughout the
concession period in accordance with this RFP document.
The manpower shall be quoted as per the number given in the RFP.
Appendix 2: Smart Parking - Technical Specifications
BROAD SYSTEM DESCRIPTION

System design shall be modular and of proven reliability.


All software and/or firmware interface equipment for connection to remote monitoring station from
field hardware or the operators terminal shall be provided.

QUALITYASSURANCE

Responsibility: The bidder of the smart parking system shall be responsible for inspection and
Quality Assurance (QA) for all materials and workmanship furnished by them.
Component Testing: Maximum reliability shall be achieved through extensive use of high-quality,
pre-tested components. Each and every controller, sensor and all other parking systems,
guidance systems shall be individually tested by the manufacturer prior to shipment.
Tools, and Testing: The control system supplier shall provide all tools necessary.
Calibration: Necessary to ensure reliability and equipment accuracy of the control system.

REFERENCE STANDARDS

Generally the latest IS Codes shall be followed. In the event there are no IS Codes on the subject then the
latest edition of the following standards and codes in effect and amended as of supplier's proposal date
and any applicable subsections thereof, shall govern design and selection of equipment and material
supplied:

National Electrical Code (NEC).


FCC Part 15, Subpart J, Class A
EMC Directive 89/336/EEC (European CE Mark)
City, country, state, and federal regulations and codes in effect as of contract date.
Except as otherwise indicated the system supplier shall secure and pay for all permits,
inspections, and certifications required for his work and arrange for necessary approvals by the
Project Manager of Reliance Industries Limited.

56 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Smart Parking - Technical Specifications

On street Parking:

Functional:

The system should be able to detect within two seconds whether a car is parked at a specific
location that is equipped with a wireless sensor and wireless peripherals
95% of parking bay status change (free or occupied) should be made available at the central
server within one minute after the status was changed
The duration of the status occupied should be available within the system
Parking bay status information must easily be available in third party systems for parking
guidance, enforcement or other systems
Besides detection of vehicle, the system must also allow for the identification of vehicles by using
a wireless device that is put inside the car. This onboard device should be registered within the
system and should be linked to parking bays that require specific authorization

Architecture:

The system uses wireless networking communication using a full mesh network topology
At ground level the system should consist of wireless sensors that should be available in different
models:
For situations where drilling into the floor is unwanted, surface mount sensors should be available
that can be glued to the surface.
For situations where bulldozers are used to clean the surface of the street from dirt, flush mount
sensors should be available that can be mounted fully into the floor and remain below the street
surface.
For situation that allow it, sensors should be available that offer improved accuracy in detection by
utilizing a combination of more than one sensor technology. Sensor technology should contain
magnetic sensors and infrared sensors.
To improve robustness and speed of the wireless network, the system architecture should consist
of an overlay layer in the wireless network consisting of repeaters (relay nodes). These relay
nodes should have wireless network range of at least 50 meters radius. These repeaters are
battery operated and wireless.
At one or multiple locations in the network, devices should be available that act as a gateways
between the wireless and the IP network. These devices should optionally support powering using
solar power and GPRS communication to enable a fully wireless architecture.
The gateways should forward the individual parking bay status information to a central server. This
central server should enable basic configuration and administration tasks using a web browser.
The server system should use a SQL Server as a database and should enable connectivity to 3 rd
party systems using REST/SOAP/Web services or a stream of events over a configurable TCP
port.
The system should enable connectivity to APPs on Apple devices and Android devices.
Displays can be connected over IP with the central server, but the system should also facilitate
deployment of displays that connect to the wireless mesh network. Content of displays can be
configured using the central server application.

Single space detection Sensors:

57 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The sensor should combine infrared sensor technology and magnetic sensor technology.
The polling interval for vehicle detection should be every second.
The sensor should have at least a 5 year battery life.
The battery lifetime should be extendable to 7 years by reconfiguring network settings and allow
more latency.
The sensors should support wireless communication in the 800/900 MHz frequency spectrum.
The firmware of the sensor should be upgradable over the wireless network.
The sensor setting should allow setting of an overdrive filter.
The sensors should be able to locally queue events when the wireless connection is lost.
The wireless network protocol used should not be based on a dump protocol, but should be based
on time division and should include measures to prevent packet loss.

Gateway:

The Gateway must be available in two versions:

A small version that easily can be built into a third party housing.
A pole mounted version in IP65 housing.
o With GPRS
o Without GPRS (cabled)
The Gateway should have the option to be solar powered.

Server:

All information must be collected at a central server.


Supplier should be able to provide the software as a hosted service.
The server system can be accessed with any modern web browser that supports Java.
The server should support the following parking facility levels:
o Parking site
o Parking zone
o Parking bay
The server system should have an import tool to setup a new installation with new sensors.
The system should have an option to create a vector based graph that is a visual presentation of
the parking facility and that will show the actual status of each individual parking bay using color
coding.
The system should have the option to show a list of all parking bays with their actual status.
The system should support configurable overstay detection and should have the option to show all
overstay violations.
The system should have advanced tools available for analysis of network and sensor node
performance:
o Node analysis tool, node cross check tool.
o Network latency analysis tool.
o Compare tool to check accuracy of system.

Vehicle identification

The system should support the option to identify vehicles using a wireless, battery operated device
that is situated inside the car.

58 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

The wireless device will register with the wireless network once the car is parked at a parking bay
that is equipped with a wireless parking sensor.
The system should allow for the possibility to apply a special authorization requirement for parking
bays that are intended for a specific audience (handicapped, VIPs, permit holders, pregnant
women, etc.)
These groups and the special parking bays can be administered through the server system.
If a car is parked at one of these special parking bays, the system will use a formula to calculate
the likelihood of a parking violation.
Parking bays with potential parking violations will be listed in the server system.

Parking meters:

Pay-Your-way terminals accepts coins, bills, cards, NFC and pay-by-phone integration
Real time information on desk top / tablet or smartphone to the parking operator / enforcement
team
Can configure SMS and / or email alerts to field staff
Easy to integrate with space sensors or any third party device
Stainless steel and aluminum construction
Integrated solar panel for long life battery power
Protected by accelerometers, shock, tilt sensors and tamper switches
Electronic locks with full access control and auditability of access
Manual backup lock and recue system
Separate vault with self-locking cash tin

Parking Enforcement:

Intelligent Tow truck:

The Bidder shall use brand new truck chassis with power steering. The truck must meet emission
control norms as specified by RTO. The chassis shall be built with 12mm checkered plate and
finished with 25 mm thick rubber sheet.
The truck shall have following facilities in addition to the towing assembly
Manual lifting system with chain pulley mounted on a MS framework for lifting 2 wheelers
CCTV system with 1 no camera near the towing point and 1 No camera at the top of the driver cabin
connected to DVR and color monitor mounted in the drivers cabin with 30 days storage
PA system with a microphone and amplifier and horn speaker mounted externally
Tow truck should be GPS enabled and can be monitored live from central and command centre.
Seating for helpers with storage for tools and tackles
Truck shall be mounted with beacon and multi-toned siren.
Power system with battery backup to meet the power requirement of all the devices and equipment as
per specifications.
Truck shall be aesthetically designed and must incorporate appropriate branding with approvals
Tow assembly specifications:-

59 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

o A slide in fitted to tow truck must be adequately mounted and the load applied to the slider
must not be more than the safe working load specified for the slide in unit by its
manufacturer or, if no safe working load for the unit has been specified by its
manufacturer, the safe working load for the certified by an engineer.
o A tow truck must be maintained as required under the Transport Regulation.
o A tow truck must be equipped with sufficient means for supporting a load in its raised
position while under tow and be fitted with dual wheels on the rear axle
o To ensure some of the mass of a towed motor will be taken on at least 2 safety cones on a
single axle of the towed motor vehicle before the tow truck is put in motion, be fitted with
o Space bars designed to minimize any damage that may be caused to the towed motor
vehicle.

A Tow assembly must have the following features:-


o 2300 Kgs. SELF LOADING WHEELIFT ASSEMBLY
o EXTENDED WHEELIFT REACH OF 74
o 10 TON HYDRAULIC RECOVERY BOOM
o 8,000 LB PLANETARY WINCH
o 100 FT 3/8 WIRE ROPE WITH EYE HOOK
o CABLE TENSIONER
o SHEAVE HEAD
o ALL STEEL CLASSIC BODY CONSTRUCTION
o TWO (2) TOP LOADING OVERSIZE TOOL COMPARTMENTS
o ALUMINUM ROCK GUARDS
o LIGHT PYLON
o IN CAB WHEELIFT REMOTE CONTROL CORD
o OUT OF CAB RECOVERY BOOM & WINCH REMOTE CONTROL CORD
o TWO (2) WHEELIFT STRAPS & RATCHETS
o TRAILER HITCH RECIEVER
o WHEEL GRID TIRE SPACER BLOCKS
o GRAB HOOKS WELDED TO DRAWBAR
o GRADE 70 SECONDARY ATTACHMENT CHAINS
o PLUG FOR TOW LIGHTS
o FMVSS 108 LAMP GROUP

Off street parking (Open and Covered parking):

Entry Device:

The entry device is designed for the automatic issue of Short-Term Parker (Visitors, VIP, and Hourly
Parker) media and the processing Long-Term Parker (Seasonal Parker) media at the entrance lane of a
car park.

Real time operating system (reduced risk of virus infection)


Usage of robust flash cards as memory for operating system
International standard and proven network technology (Ethernet)
Industrial embedded PC for the self-sufficient control of the device
Stainless steel construction with structure effect painting and IP 65

60 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Temperature Range -20C to +50C


Air Humidity 0% to 95%
Terminal is designed for indoor and outdoor use
Tropicalized PCBs (PCBs are protected against humidity)
Free choice of housing color (RAL)
LED full graphic color display
Back-out ticket recognition
Anti-pass recognition
Low ticket recognition
Entry device abnormal events recognition
Dynamic ticket dispensing lock if parking is full
NFC/RFID compatible
Presence check for Short-Term Parker media and Long-Term Parker (Seasonal Parker) media
Vehicle access control integrated by auto gate for legitimate user.
Fully configurable text display and advertising
Half-Duplex Intercom sub-station
Interface to Integrate CCTV Camera
10,000 stored transactions offline redundancy
Inter-exchangeability of spares between units
LED display can be switched off in idle mode = no present vehicle
Based on week profile, device can be set into standby mode with reduced energy consumption
(automatic wake-up if car is present on loop)
Barcode/QR-Code Scanner for processing of pre-booking users

Exit Device: (Express lane)

The exit device is designed for the automatic exit validation of Short-Term Parker (Hourly Parker) and
Long-Term Parker (Seasonal Parker) media at the exit lane of a car park.

Real time operating system (reduced risk of virus infection)


Usage of robust flash cards as memory for operating system
International standard and proven network technology (Ethernet)
LED full graphic color display
Stainless steel construction with structure effect painting and IP 65
Temperature Range -20C to +50C
Air Humidity 0% to 95%
Terminal is designed for indoor and outdoor use
Tropicalized PCBs (PCBs are protected against humidity)
Free choice of housing color (RAL)
RFID (Contactless) Long-Term Parker (Seasonal Parker) media, fully integrated into Car Park
Management System
Presence check for Short-Term Parker media and Long-Term Parker (Seasonal Parker) media
Industrial embedded PC for the self-sufficient control of the device
Half-Duplex Intercom sub-station
Interface to Integrate CCTV Camera
10,000 stored transactions offline redundancy
Handling of substitute parking media for processing of lost Short-Term Parker media
LED display can be switched off in idle mode = no present vehicle
61 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Based on weekly profile, device can be set into standby mode with reduced energy consumption
(automatic wake-up if car is present on loop)

RFID Entry/Exit Device :( Long-Term Parker /Seasonal Parker)

The Long-Term Parker entry/exit device is designed for the automatic processing of Long-Term Parker
media like Staffs, Residents, employee etc. at the entry or exit lane of a car park.

Real time operating system (reduced risk of virus infection)


Usage of robust flash cards as memory for operating system
Stainless steel housing and pillar with IP 65
Temperature Range -20C to +50C
Air Humidity 0% to 95%
Terminal is designed for indoor and outdoor use
Tropicalized PCBs (PCBs are protected against humidity)
Free choice of housing color (RAL)
RFID (Contactless) Long-Term Parker (Seasonal Parker) media, fully integrated into Car Park
Management System
Presence check for Long-Term Parker (Seasonal Parker) media
Half-Duplex Intercom sub-station
Industrial embedded PC for the self-sufficient control of the device
10,000 stored transactions offline redundancy

Auto Gate/ Barrier:

The barrier is designed for the automatic access control of vehicles, triggered by a control terminal (e.g.
entry device, exit device, or Express exit).

Temperature Range -20C to +50C


Air Humidity 0% to 95%
Terminal is designed for indoor and outdoor use
Tropicalized PCBs (PCBs is protected against humidity)
Free choice of housing color (RAL)
Maintenance-free barrier drive
Useable as right-hand and left-hand drive, easily changeable on-site
Fast opening and closing times within 1.5 sec
Barrier arm is equipped with a rubber edge on the bottom to prevent damage
No parts needed (screw etc.) for replacement of run-off barrier arm

Automatic Pay Station (Cash/Credit card/Debit Card/Mobile wallet)

The automatic pay station should be designed for the automatic processing of all payment transactions of
Short-Term Parker media and Long-Term Parker (Seasonal Parker) media.

Real time operating system (reduced risk of virus infection)


Usage of robust flash cards as memory for operating system
International standard and proven network technology (Ethernet)
LED full graphic color touch screen display

62 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Stainless steel construction with structure effect painting


Temperature Range -20C to +50C
Air Humidity 0% to 95%
Terminal is designed for outdoor use
Tropicalized PCBs
Free choice of housing color (RAL)
Customized inscription on front plate (e.g. PAY PARKING HERE)
Illuminated Top
Illuminated Top with customized inscription (e.g. PAY PARKING HERE)
Illuminated user guidance of all entry slots and dispensing slots
Escrow function
Multi-rod security cabinet locking facilities with nine (9) locking points at the door
Protective 4-Lock-System with high level security and quality, high level key copy protection,
highest level of drilling & core pulling protection and highest manipulation protection
Processing of local banknotes
Dispensing of local banknotes (up to three (3) types)
Receipt printer
Deactivation of the customer display after a pre-set switch-off time following last payment
Unit can be set into standby mode with reduced energy consumption, based on a freely definable
time profile
Remote or manual wake-up command (wake-up by motion detection via radar )
Payment of Short-Term Parker (Hourly Parker) media
RFID (Contactless) Short-Term Parker (Hourly Parker) media processing and calculation of tariff in
< 1.9 sec.
Payment of overstay fees for Long-Term Parker (Seasonal Parker) media
Extension of validity of Long-Term Parker (Seasonal Parker) media with pre-payment contract
RFID (Contactless) Long-Term Parker (Seasonal Parker) media, fully integrated into Car Park
Management System
Automatic production of parking media as substitute for a lost Short-Term Parker media at a fixed
rate by pressing a button
Remote handling of substitute parking media for processing of lost Short-Term Parker media
Half-Duplex Intercom sub-station
Interface to Integrate CCTV Camera
Industrial embedded PC for the self-sufficient control of the device
10,000 stored transactions offline redundancy
Barcode/QR-Code Scanner for processing of third party barcodes as means of payment or
discount.
Software evaluation of third party Barcodes/QR-Codes as vouchers

SOFTWARE

Car Park Management System

State of the art database technology, internationally proven for the integrated management of all
parking transactions
Supporting 64-bit Microsoft Windows Operating Systems
Open software architecture (API / Universal Interfaces)
Management of authorization levels and internal user groups (e.g. admin or service personnel)

63 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Usage of modern software technology for all GUI applications (operation modules) on the car park
management server
Multi-tasking/multi-application capability allowing to open several operation modules at the same
time
Workstations allowing multiple users managing the car park simultaneously

Business Intelligence

Ad-hoc reporting with drill down capability


Modern multi-dimensional data platform
Separate reporting data base for high-performance data analysis (data warehouse)
Interactive user interface and flexible formatting capabilities
Data analysis in integrated browser based client
Storage of user specific reports
Import and export existing reports
Supporting report analysis via Microsoft Excel (*.xls file)
Export in *.xls, *.csv, *.pdf and *.png files
Flexible Top 10 filter criteria

User Logging Audit

Continuously logging user and application activity


Information on who has signed on and what occurred during the session (i.e. used which
application / performed which function) and the associated timestamps to be provided

Difference Counting Module

Integrated software module for the management of the occupancy counters in the car park
Detecting the occupancy of each level and the complete car park, categorized by reserved Spaces
(Long-Term Parkers / Seasonal Parkers), non-reserved spaces (Short-Term Parkers / Hourly
Parkers), booked spaces (Short-Term Parkers / Hourly Parkers who pre-booked via internet) and
total spaces
Use of threshold values to control signs, car park levels (optionally tariffs)
Automatic sign control (free/full) depending on the number of cars in the car park
Automatic sign control, depending on weekday and time

Alarm Management Module

Integrated software module for the management of alarms or events generated by the field
devices or the users of the car park management system
Alarm prioritization for efficient action and clear instructions to staff
Configuration of costumer specific alarm messages
Configuration of alarm messages that require a comment by the operator (e.g. manual barrier
opening requires a reason to be typed in)
Alarm logbook (history function)
Alarm counter for displaying alarms with multiple occurrences
Alarm forwarding via email

64 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Customer Administration Module

Integrated software module for the management of Long-Term Parker (Seasonal Parker) data
(e.g. address, invoice details, card numbers).
Extended Long-Term Parker (Seasonal Parker) access profiles (depending on Day/Time and
parking area or integrated parking area)
Flexible list generator allowing for definition of views and queries/reports on Seasonal Parker data
details
Automated invoicing
Invoicing dates and cycles definable

Tariff Module

Software module for the management of parking fees allowing to modify or create a customized
tariff structure
Lost ticket at exit feature (fixed or variable tariff)
Separate accounting on validation schemes
Define complex and highly differentiated tariffs (e.g. special tariffs for determined use-cases or
user patterns, Daily, hourly on events )
Tariff tester for tariff verification prior to tariff activation

Power Management Module

Software module for the configuration of device profiles defining stand by periods per unit or
group of units for scheduled shutdown of the devices
Control option for "temporary wake-up" of devices out of "stand by" mode

Server Specification

Form factor Tower or Rack

Processors Intel Xeon processor E3-1200 v3 product family and Intel Pentium
processors

Processor sockets 1

Cache 2.5MB per core; core options: 4, 6, 8, 10

Chipset Intel C602/ Intel C226

Memory1 4 UDIMM slots, support up to 32GB 1600MT/s DDR3

RAID controller Intel Rapid Storage Controller 12.0 supporting SATA 6Gb/s (2 ports-SATA0,
SATA1) SATA 3Gb/s (2 ports+ SATA2, SATA3) 4 SATA connectors (for
hard drives and optical)

Drive bays Up to six 3.5 hard drives

Maximum internal Up to 16 TB

65 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

storage

Embedded NIC Intel Ethernet Connection I217 10/100/1000

Power supply 290W power supply

Availability Optional high-efficiency, hot-plug, redundant power supplies; hot-plug drive


bays; redundant fans; ECC memory; ENERGY STAR compliant

Operating systems Microsoft Windows Server 2012 R2

Microsoft Windows Server 2012

Red Hat Enterprise Linux 6.5 and above

Central Command and Control Centre including Data Centre:

Server Specification for Data server

Form factor Rack

Processors Up to two Intel Xeon processors E5-2600 v3 series with up to 18 cores


each

Cache Up to 45 MB per processor

Memory Up to 1.5 TB with SK Hynix 64 GB TruDDR4 Memory LRDIMMs; System


supports RDIMM/LRDIMM

RAID controller 12 Gbps dedicated slot for the first RAID; support for up to four RAID
adapters

Maximum internal Up to 100 TB


storage

HOT-SWAP Power supplies, fan modules and HDDs/SSDs


COMPONENTS

Power supply 1/2 redundant 550 W AC, 750 W AC, 900 W AC, 1500 W AC, 900 W DC 80
PLUS Platinum, or 750 W AC 80 PLUS Titanium

NETWORK INTERFACE 4 1 GbE (std.) and 1 x IMM; optional 10/40 GbE ML2 or PCIe adapter;
Trusted Platform Module built-in

ENERGY-EFFICIENCY 80 PLUS Platinum, 80 PLUS Titanium; ENERGY STAR compliance


(model dependent)

Operating systems Microsoft Windows Server, Red Hat Enterprise Linux, SUSE Linux
Enterprise Server

66 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Server Specification for Application server

Form factor Rack

Processors Up to two Intel Xeon processors E5-2600 v3 series with up to 18 cores


each

Cache Up to 45 MB per processor

Memory Up to 1.5 TB with SK Hynix 64 GB TruDDR4 Memory LRDIMMs; System


supports RDIMM/LRDIMM

RAID controller 12 Gbps dedicated slot for the first RAID; support for up to four RAID
adapters

Maximum internal Up to 100 TB


storage

HOT-SWAP Power supplies, fan modules and HDDs/SSDs


COMPONENTS

Power supply 1/2 redundant 550 W AC, 750 W AC, 900 W AC, 1500 W AC, 900 W DC 80
PLUS Platinum, or 750 W AC 80 PLUS Titanium

NETWORK INTERFACE 4 1 GbE (std.) and 1 x IMM; optional 10/40 GbE ML2 or PCIe adapter;
Trusted Platform Module built-in

ENERGY-EFFICIENCY 80 PLUS Platinum, 80 PLUS Titanium; ENERGY STAR compliance


(model dependent)

Operating systems Microsoft Windows Server, Red Hat Enterprise Linux, SUSE Linux
Enterprise Server

Server Specification for Web Portal/Mobile App

Form factor Rack

Processors Up to two Intel Xeon processors E5-2600 v3 series with up to 18 cores


each

Cache Up to 45 MB per processor

Memory Up to 1.5 TB with SK Hynix 64 GB TruDDR4 Memory LRDIMMs; System


supports RDIMM/LRDIMM

RAID controller 12 Gbps dedicated slot for the first RAID; support for up to four RAID
adapters

Maximum internal Up to 100 TB


storage

HOT-SWAP Power supplies, fan modules and HDDs/SSDs


COMPONENTS

67 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Power supply 1/2 redundant 550 W AC, 750 W AC, 900 W AC, 1500 W AC, 900 W DC 80
PLUS Platinum, or 750 W AC 80 PLUS Titanium

NETWORK INTERFACE 4 1 GbE (std.) and 1 x IMM; optional 10/40 GbE ML2 or PCIe adapter;
Trusted Platform Module built-in

ENERGY-EFFICIENCY 80 PLUS Platinum, 80 PLUS Titanium; ENERGY STAR compliance


(model dependent)

Operating systems Microsoft Windows Server, Red Hat Enterprise Linux, SUSE Linux
Enterprise Server

Appendix 3: Bill of Materials for smart parking management and guidance system

Sr. Unit of
No Item description Measurement QTY
Parking Management System - On street
Surface mount sensors for identification of vehicle presence for on
1 street parking for Cars. Nos 1877
2 Data communicator - Relay nodes Nos 179
3 Wireless GPRS Gateway for surface mount sensors - data collector Nos 84
4 Payments terminal with credit/debit card payment for on street Nos 80
5 KIOSK for parking meters Nos 80
Android Tablet - fall back system, handhelds for monitoring the online
6 prebooked transactions nos 20
IR based sensors with MS powder coated frames for wheel
7 engagement system for bikes Nos 3079
Parking Management System off street parking lots - Outdoor &
Indoor
Heavy duty auto gate with microprocessor based Controller and
9 detectors for four wheeler and two wheeler Nos 98
Entry Station with automatic ticket dispenser with networking
10 capability to command centre - cars Nos 23
Entry Station with automatic ticket dispenser with networking
11 capability to command centre - Bikes Nos 26
Express exit with ticket validating unit with networking capability to
12 command centre-Cars Nos 23

68 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Express exit with ticket validating unit with networking capability to


13 command centre - Bikes Nos 26

Auto pay station with hardware unit for bank note acceptor and
dispenser, ticket validator/w from smart card, receipt printer and
14 Customer Display unit Nos 26
15 Gateway for off-street parking (Outdoor and Indoor) for field devices Nos 26
Handheld device with scanner and printer with 8 hrs. battery backup
16 with networking capability to command centre Nos 0

18 1 KVA Online UPS with in build batters with 2hrs back-up Nos 141
19 2 KVA Online UPS with Inbuilt battery with enclosure Nos 0
20 5 KVA online UPS with external batter at central command centre Nos 1
31 Cashier kiosk for Auto pay& Server Nos 26
Parking Guidance System

Variable message Sign :RGB LED Matrix panel of minimum size 4'
X 3' with all necessary accessories - to display the parking availability
21 on the interconnecting road and to display emergency informations Nos 94
Parking Enforcement
28 Intelligent Tow Truck for traffic enforcement Nos 5
29 Wheel clamps with yellow and red paint finish, with lock and key. Nos 300
Handheld device with scanner and printer with 8 hrs. battery backup
30 with networking capability to command centre Nos 11
Other Infrastructure
32 20' x 10'porta cabin with insulation and wooden flooring Nos 3
CABLING & CONDUITS
35 Cat 6 Patch cable of 3 meters with RJ45 jack. RMTS 2000
36 3c x 2.5sqmm copper multi strand cable for powers apply to IPMGS RMTS 3000
37 Single core 1sqmm copper mulita strand cable for IPMGS RMTS 2500
38 25mm GI pipe, B Class with necessary fittings RMTS 1000
25mm PVC conduit of ISI make with 2mm thick. With necessary
39 fittings, RMTS 3000

Command and control centre systems Lot 1


Database SERVER for Central command centre (RACK) (Intel
Xeon processor ,Processor sockets: 2,Memory Upto : 164
GB,Storage Utp : 32TB
40 No 1
Application SERVER for Central command centre (RACK)
(Intel Xeon processor ,Processor Sockets: 2, Memory Upto : 164
GB ,Storage Utp : 32TB)
41 No 1

69 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Video data storage SERVER (RACK) (Two 2.5GHz 6-core Intel


processors per controller, Storage capacity: Up to 960 drives (3PB
raw capacity),Memory: Up to 128GB total available cache per dual-
controller system)
42 No 1
Core Network Switch and Router Solution for Central Command
43 Centre Control Room No 1
Server Aggregation Network Switch for Data Center -
(Throughput in Mpbs : Up to 30 Mpbs (per system), Bandwidth in
Gbps : 1x 8 Gbps (dedicated per slot))
44 No 1
45 Internet Router for Data Center No 1
46 Internet Router Switch for Data Center No 1
47 Enterprise firewall with IPS Solution for Data Center No 1
48 Access Network Switch for Control Room ( Min 24 Port) No 1
Video Operation, Control, Management, Recording, application and
49 Processing Software No 1
50 Support Desktop - PC/Monitor/Keyboard/Mouse No 5

Software applications
51 Parking management software for Off street parking No 1
52 Parking entry station software No 1
53 Parking exit station software No 1
54 Parking management software for 2W On street parking No 1
55 Parking management software for 4W On street parking No 1
56 PGS Software for bay monitoring No 1
57 PGS Software for facility guidance for outdoor parking/ VMS No 3
58 Enforcement software No 1
59 Software for Business Intelligent reports No 1
60 Parking App Software No 1
61 Parking portal software No 1

Note:

This is minimum technical specification with quantities for successful completion of this project
required for implementing project in proposed parking lots mentioned in Appendix 1. The
concessionaires are free to increase the quantity if their technical solution warrants.

70 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 1: Financial Bid Format


(On the letterhead of the Bidder)
Date:
To,

The Commissioner,

Bhopal Municipal Corporation (BMC),

Mata Mandir, Harshwardhan Complex,

Bhopal- 462003. Madhya Pradesh

Dear Sir/Madam,

I/We<name of the bidder> hereby submit our financial bid for the Request for Proposal for Selection of
Concessionaire for Design, Development, Implementation, Operation and Maintenance of Smart
Parking Solution for on street and off street in Bhopal area on PPP modelas mentioned in the
Tender document within the time specified and in accordance with Terms and Conditions as well as Scope
of work.

Having gone through this RFP document and having fully understood the scope of work for the Project as
set out in this RFP document, we are pleased to submit our quote in the form of the monthly concession
fee to be payable by us to the BMC as contained in the duly signed and sealed Annexure- 1 enclosed
herewith. We have reviewed all the terms and conditions of the RFP document and undertake to abide by
all the terms and conditions contained therein. We have agreed to pay BMC a monthly Concession Fee
as ________percentage of revenue earned (= Gross Revenue minus service taxes as applicable) which
will be provided to BMC. We will pay to BMC every month the Concession Fee as quoted above
throughout the concession period from the date of go live of the project which is 6 months after handing
over of the agreed parking sites, subject to minimum concession fee as INR 75,00,000/- (Rupees seventy
five lakhs only) per month(inclusive of all taxes). We hereby declare that there are, and shall be, no
deviations from the stated terms in the RFP Document.

71 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Yours faithfully,
For and on behalf of
..
(Name of the Bidder)

_________________________
(Signature of Authorized Signatory)

(On the letterhead of the Bidder)

CONCESSION FEE

Sub: - Request for Proposal for Selection of Concessionaire for Design, Development,
Implementation, Operation and Maintenance of Smart Parking Solution for on street, off street
and multi-level parking in Bhopal area on PPP model.
We have reviewed all the terms and conditions of the RFP document and undertake to abide by
all the terms and conditions contained therein. We have agreed to pay BMC a monthly
Concession Fee as ________percentage of revenue earned (= Gross Revenue minus service
taxes as applicable) which will be provided to BMC. We will pay to BMC every month the
Concession Fee as quoted above throughout the concession period from the date of go live of
the project which is 6 months after handing over of the agreed parking sites, subject to minimum
concession fee as INR 75,00,000/- (Rupees seventy five lakhs only) per month(inclusive of all
taxes).

.
Authorized Signatory (With Stamp of

the concessionaire)

Note: Percentage of revenue earned (= Gross Revenue minus service taxes as applicable)
provided for Concession fees will be treated as the value for Financial Bid Evaluation. That is
equal to F as per Clause 12 of the RFP.

72 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 2: Technical Bid Format


(On the letterhead of the Bidder)
Date:

To,

The Commissioner,

Bhopal Municipal Corporation (BMC),

Mata Mandir, Harshwardhan Complex,

Bhopal- 462003. Madhya Pradesh

Dear Sir/Madam,

I/We<name of the bidder> hereby submit our financial bid for the Request for Proposal for Selection of
Concessionaire for Design, Development, Implementation, Operation and Maintenance of Smart
Parking Solution for on street and off street in Bhopal area on PPP model as mentioned in the
Tender document dated <insert date> within the time specified and in accordance with Terms and
Conditions as well as Scope of work. We are hereby submitting our Technical Proposal along with the
following details

A. Proof for Eligibility Criteria

b. Statement of Legal Capacity (as per the format provided in RFP)

c. Power of Attorney (of lead bidder in case of consortium - as per the format provided in RFP)

d. Joint Bidding Agreement (in case of Consortium)

e. Project Approach and Methodology Paper

f. CV of Key Personnel (as per the format provided in RFP)

G. Relevant past Experience as requested in the RFP Technical Evaluation Criteria

h. Bill of Material (as per Appendix 3 of the RFP)

73 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

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.

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Annexure 3: CV of the Key Personnel

Curriculum Vitae (CV) of Key Personnel

1. Proposed Position:[For each position of key Photo


professional separate form will be prepared]:

2. Name of Firm:[Insert name of firm proposing the


staff]:

3. Name of Staff:[Insert full name]:

4. Brief Profile of Proposed Staff: [Provide


summary of proposed staff experience,
qualifications and achievements in no more than
250 words]

5. Date of Birth:

6. Nationality:

7. Education: [Indicate college/university and other specialized education of staff member, giving names of
institutions, degrees obtained, and dates of obtainment]:

8. Membership of Professional Associations:

9. Other Training:

10. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

11. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

74 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

12. Employment Record:[Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of employment, name
of employing organization, positions held.]:

From [Year]: To [Year]:

Employer:

Positions held:

13. Detailed Tasks Assigned: [List all tasks to be performed under this Assignment]

14. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the
Assignment/jobs in which the staff has been involved, indicate the following information for those
Assignment/jobs that best illustrate staff capability to handle the tasks listed under point 12.]

Name of Assignment or project: Employer:

Year: Location:

Main project features:

Positions held:

Activities performed:

(Signature and name of the authorized signatory of the Bidder)

Note:

1. Use separate form for each Key Personnel.

2. Each page of the CV to have scanned or original signature of the Key Personal but it is required
countersigned by Authorized Signatory in original.

3. Each Key Expert CV shall not exceed 5 pages.

75 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 4: No Blacklisting Declaration

As on date of submission of the proposal, the bidder should not have been blacklisted by any Government
entity (Central or State Government or PSU) in India or is under a declaration of ineligibility for fraudulent
or corrupt practices by any Government entity (Central or State Government or PSU) in India.

[On the letterhead of the organization]

No Blacklisting Declaration

This is to certify that ---------------------- (Name of the organization), having registered office at -----------------
----- (Address of the registered office), as on date of submission of the proposal, have not been
blacklisted by any Government entity (Central or State Government or PSU) in India or is under a
declaration of ineligibility for fraudulent or corrupt practices by any Government entity (Central or State
Government or PSU) in India.

Signature:

Name of the Authorized Signatory:

Designation:

** No conviction certificate should be duly signed by Authorized Signatory

Note: In case, information required by BMC is not provided by the bidder in the forms/formats provided above,
BMC shall proceed with the evaluation based on information provided and may not request the bidder for
further information. Hence, responsibility for providing information as required in the above forms lies solely
with the bidders.

76 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 5: Joint Bidding Agreement

(To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the day of , 2016.

AMONGST
1. { Limited, a company incorporated under the Companies Act, 1956} and having its
registered office at (Hereinafter referred to as the First Part which expression shall,
unless repugnant to the context include its successors and permitted assigns)

AND

2. { Limited, a company incorporated under the Companies Act, 1956} and having its
registered office at (Hereinafter referred to as the Second Part which expression shall,
unless repugnant to the context include its successors and permitted assigns)

AND

3. { Limited, a company incorporated under the Companies Act, 1956 and having its
registered office at (hereinafter referred to as the Third Part which expression shall,
unless repugnant to the context include its successors and permitted assigns)}

The number of Parties will be shown here, as applicable, subject however to a maximum of 3 (Three).
WHEREAS
(A) Bhopal Municipal Corporation (BMC), represented by its Commissioner and having its principal
offices at Mata Mandir, Harshwardhan Complex, Bhopal- 462003. Madhya Pradesh (hereinafter referred to
as the BMC which expression shall, unless repugnant to the context or meaning thereof, include its
administrators, successors and assigns) has invited applications (the Applications) by its Request for
Proposal No. dated (the RFP) Request for Proposal for Selection of Concessionaire
for Design, Development, Implementation, Operation and Maintenance of Parking Guidance and
Management Solution for on street, off street and indoor Parking Spaces in BMC area on PPP model
(B) The Parties are interested in jointly bidding for the Project as members of a Consortium and in
accordance with the terms and conditions of the RFP document and other bid documents in
respect of the Project, and

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

77 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations

In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the
meaning ascribed thereto under the RFP.

2. Consortium

2.1 The Parties do hereby irrevocably constitute a consortium (the Consortium) for the purposes of
jointly participating in the Bidding Process for the Project.

2.2 The Parties hereby undertake to participate in the Bidding Process only through this Consortium
and not individually and/ or through any other consortium constituted for this Project, either directly
or indirectly or through any of their Associates.

4. Role of the Parties

The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) Party of the First Part shall be the Lead member of the Consortium and shall have the
power of attorney from all Parties for conducting all business for and on behalf of the
Consortium during the Bidding Process and until the Appointed Date under the
Concession Agreement when all the obligations of the Consortium shall become effective;

(b) Party of the Second Part shall be -------------------------------------------------------

{(c) Party of the Third Part shall be -----------------------------------------------------------

5. Joint and Several Liability

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

6. Shareholding in the Consortium

6.1 The Parties agree that the proportion of shareholding among the Parties in the Consortium shall
be as follows:

First Party:

Second Party:

{Third Party :}

6.2 The Parties undertake that they shall comply with all equity lock-in requirements set forth in the
Concession Agreement.

78 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Lead member, at any point of time throughout the concession period, cannot assign or delegate its
rights, duties or obligations under the Agreement. Other member of the consortium, at any given
point of time, may assign or delegate its rights, duties or obligations under the Agreement except
with prior written consent of the BMC. In such case, substitute member shall be of at least equal,
in terms of Technical Capacity and/or Financial Capacity, as the case may be, to the Consortium
Member who is sought to be substituted and the modified Consortium member shall continue to
meet the pre-qualification and short-listing criteria for Applicants.

The lead member will remain responsible for successful delivery of the project at all times
throughout the concession period. All the members shall comply with the following additional
requirements:

(i) number of members in a consortium shall not exceed 3 (three);


(ii) the Application should contain the information required for each member of the Consortium;
(iii) Members of the Consortium shall nominate one member as the lead member (the Lead
Member), who shall have highest equity shareholding in consortium and shall have an equity
share holding of at least 34% (thirty four percent) of the paid up equity of the Consortium. The
nomination(s) shall be supported by a Power of Attorney, as per the format at Annexure-9,
signed by all the other members of the Consortium;
(iv) the Application should include a brief description of the roles and responsibilities of individual
consortium members, particularly with reference to financial, technical and O&M obligations;
(v) An individual Applicant cannot at the same time be member of a Consortium applying for this
project. Further, a member of a particular Applicant Consortium cannot be member of any
other Applicant Consortium applying for this project;
(vi) undertake that each of the members of the Consortium shall have an independent, definite
and separate scope of work which was allocated as per each members field of expertise;
(vii) commit to the profit and loss sharing ratio of each member; commit that scope of work, rights,
obligations and liabilities to be held by each member; specifically commit that the Lead
Member shall be answerable on behalf of other members for the performance of obligations
under this Agreement,
(viii) include a statement to the effect that all members of the Consortium shall be severally liable
for all obligations in relation to the Assignment until the completion of the Assignment in
accordance with the Agreement
(ix) Members of the Consortium shall enter into a binding Joint Bidding Agreement, substantially in
the form specified at Annexure-10 (the Joint Bidding Agreement), for the purpose of making
the Application and submitting a Bid in the event of being short-listed. The Joint Bidding
Agreement, to be submitted along with the Application, shall, inter alia, state:

79 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

(a) that notwithstanding anything contrary contained in this RFP or the Agreement, the
Lead Member shall always be liable for obligations of all the Consortium Members i.e.
for both its own liability as well as the liability of other Members;
(b) that the Lead Member shall be liable for the entire scope of work and risks involved
and further shall be liable and responsible for ensuring the individual and collective
commitment of each of the Members of the Consortium in discharging all of their
respective general obligations under this Agreement;
(c) that each Member further undertakes to be individually liable for the performance of its
part of the obligations without in any way limiting the scope of collective liability
envisaged in the Agreement
(d) that the Members of the Consortium shall alone be liable for all obligations of the
identified sub-contractor and clearly indemnify the BMCagainst any losses or third
party claims arising due to the sub-contractor/consortiums default
(e) that the proposed roles and responsibilities, if any, of each member;
(f) the minimum equity stake commitment, to be held by each member;
(g) That each of the members, whose experience will be evaluated for the purposes of
this RFP document, shall subscribe to 26% (twenty six per cent) or more of the paid
up equity of the Consortium.
(h) That members of the Consortium shall not dilute their equity stack in the Consortium
throughout the concession period.
(i) Include a statement to the effect that all members of the Consortium shall be liable
jointly and severally for all obligations of the Concessionaire in relation to the Project
until the Financial Close of the Project is achieved in accordance with the Concession
Agreement;

7. Representation of the Parties

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

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

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

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

(ii) Violate any Applicable Law presently in effect and having applicability to it;

80 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

(iii) Violate the memorandum and articles of association, by-laws or other applicable
organizational documents thereof;

(iv) violate any clearance, permit, concession, grant, license or other governmental
authorization, approval, judgment, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable to
such Party; or
(v) create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge, security
interest, encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party so
as to prevent such Party from fulfilling its obligations under this Agreement;

(c) This Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and

(d) there is no litigation pending or, to the best of such Partys knowledge, threatened to which
it or any of its Affiliates is a party that presently affects or which would have a material
adverse effect on the financial condition or prospects or business of such Party in the
fulfillment of its obligations under this Agreement.

8. Termination

This Agreement shall be effective from the date thereof and shall continue in full force and effect
until the Financial Close of the Project is achieved under and in accordance with the Concession
Agreement, in case the Project is awarded to the Consortium. However, in case the Consortium is
either not qualified for the Project or does not get selected for award of the Project, the Agreement
will stand terminated in case the Applicant is not qualified or upon return of the EMD/Bid Security
by the BMC to the Bidder, as the case may be.

9. Miscellaneous

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

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

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED


For and on behalf of for and on behalf of
LEAD MEMBER by: SECOND PART by:

(Signature)

81 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

(Name)

(Designation)

(Address)

SIGNED, SEALED AND DELIVERED

For and on behalf of


THIRD PART by:

(Signature)

(Name)

(Designation)

(Address)

In the presence of:

1. 2.

Notes:

1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure,
if any, laid down by the Applicable Law and the charter documents of the executant(s) and when it is
so required, the same should be under common seal affixed in accordance with the required
procedure.

2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favor of the person executing this Agreement for
the delegation of power and authority to execute this Agreement on behalf of the Consortium
Member.

3. For a Joint Bidding Agreement executed and issued overseas, the document shall be legalized by the
Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been executed.

82 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 6: Format of Bank Guarantee

(To be executed on requisite Stamp Paper)

WHEREAS, (Name of the Bidder) wishes to submit his Bid for the selection of Concessionaire for,
Request for Proposal for Selection of Concessionaire for Design, Development, Implementation, Operation
and Maintenance of Parking Guidance and Management Solution for on street, off street, multi-level and
indoor Parking Spaces in BMC area on PPP model hereinafter called Bid.

KNOW ALL MEN by these presents that we (Name of bank) of (city and country) having our
registered office at __________________________________________ (hereinafter called the Bank) are
irrevocably and unconditionally bound to the Bhopal Municipal Corporation or its successor, (hereinafter
referred to as BMC in the sum of Rupees Seventy Five Lakhs only (in Words) Rs. 75, 00,000/- which
payment can truly be made to BMC. The Bank binds themselves, their successors and assigns by these
presents.
Sealed with the Common Seal of the Bank this _______ day of, 2016
THE CONDITIONS of this obligation are:
(a) If the applicant withdraws his Bid at any time during the stipulated period of Bid Validity specified in
the RFP document and; or
(b) If the Bidder, for the period of the Bid Validity as per RFP document in BMCs opinion, commits a
material breach of any of the terms and/or conditions contained in the RFP Documents and/or
subsequent communication from BMC in this regard; or
(c) If the applicant, refuses to accept the correction of errors in the Bid; or
(d) If the applicant, having been notified of the acceptance of its Bid by the BMC fails or refuses to comply
with the following requirements:
Pay either the performance security of the first instalment of the Concession fee as specified in
Clause 5.4.1 of the RFP document to Bhopal Municipal Corporation (BMC)

83 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Sign the Concession agreement as provided in the RFP Document We agree and undertake,
absolutely, irrevocably and unconditionally to pay to the BMC, as the case may be, the above
amount without protest, delay or demur upon receipt of BMCs first written demand, without the
BMC having to substantiate its demand, provided that in its demand the BMC will note that the
amount claimed by it is due to it owing to the occurrence of one or more of the conditions set out
above, specifying the occurred condition or conditions.
The Guarantee will remain in force up to and including the date of expiry of the period of Bid Validity as
stated in the RFP Document or as extended by BMC at any time as per RFP, notice of which extension to
the Bank being hereby waived.

Provided however, that


In the event that this Bidder is selected for award of the project through the issue of the Letter of Intent, the
EMD shall remain in force until the date of signing of agreement by such Bidder
OR
In the event this Bidder is not selected for award of the Project, the Earnest Money Deposit shall remain in
force up to and including a period of 60 days after the expiration of the bid validity period or signing of the
agreement, which is later.

Any demand in respect of this Guarantee should reach the Bank not later than the date of expiry (as
defined above) of this Guarantee.
The jurisdiction in relation to this Guarantee shall be the courts of Bhopal and the Indian law shall be
applicable.

SIGNATURE OF AUTHORISZED
REPRESENTATIVE OF THE BANK____________________________________
NAME AND DESIGNATION __________________________________________
SEAL OF THE BANK__________________________________________________
NAME OF THE WITNESS _____________________________________________
ADDRESS OF THE WITNESS _________________________________________

84 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 7: Power of Attorney

Power of Attorney for signing of Application

Know all men by these presents, we.. (name of the firm and address
of the registered office) do hereby irrevocably constitute, nominate, appoint and authorizeMr./ Ms.
(name), son/daughter/wife of and presently residing at
., who is presently employed with us/ the Lead Member of our Consortium and holding the
position of . , as our true and lawful attorney (hereinafter referred to as the
Attorney) to do in our name and on our behalf, all such acts, deeds and things as are necessary or
required in connection with or incidental to submission of our application for pre-qualification and
submission of our bid for the Request for Proposal for Selection of Concessionaire for Design,
Development, Implementation, Operation and Maintenance of Parking Guidance and Management
Solution for on street, off street and indoor Parking Spaces in BMC area on PPP model Project proposed
or being developed by the BMC (the Authority) including but not limited to signing and submission of all
applications, bids and other documents and writings, participate in Pre-Applications and other conferences
and providing information/ responses to the Authority, representing us in all matters before the Authority,
signing and execution of all contracts including the Concession Agreement and undertakings consequent
to acceptance of our bid, and generally dealing with the Authority in all matters in connection with or
relating to or arising out of our bid for the said Project and/ or upon award thereof to us and/or till the
entering into of the Concession Agreement with the BMC.

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

IN WITNESS WHEREOF WE, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS DAY OF ., 20......
For

..

(Signature, name, designation and address)


Witnesses:
1.
2.
(Notarized)
85 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Selection of Concessionaire for this PPP project

Accepted

(Signature)

(Name, Title and Address of the Attorney)

Notes:

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

_ Wherever required, the Applicant should submit for verification the extract of the charter
documents and documents such as a board or shareholders resolution/ power of attorney in favor
of the person executing this Power of Attorney for the delegation of power hereunder on behalf of
the Applicant.

_ For a Power of Attorney executed and issued overseas, the document will also have to be
legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Applicants from countries that have
signed the Hague Legislation Convention, 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Appostille certificate.

86 | P a g e
Tender document for Design, Develop, Implement, Operate and Maintain Smart Parking System for On-Street, Off-Street & Multi-level parking

Annexure 8: Statement of Legal Capacity

(To be forwarded on the letterhead of the Applicant/ Lead Member of Consortium)

Ref. Date:

To,
***********
***********
Dear Sir,

We hereby confirm that we/ our members in the Consortium (constitution of which has been described in
the application) satisfy the terms and conditions laid out in the RFP document.

We have agreed that (insert members name) will act as the Lead Member of our
consortium.*

We have agreed that .. (insert individuals name) will act as our representative/will act as
the representative of the consortium on its behalf* and has been duly authorized to submit the RFP.
Further, the authorised signatory is vested with requisite powers to furnish such letter and authenticate the
same.

Thanking you,

Yours faithfully,

(Signature, name and designation of the authorized signatory)


For and on behalf of..

* Please strike out whichever is not applicable.

87 | P a g e

Vous aimerez peut-être aussi