Vous êtes sur la page 1sur 22

Consultant or the authorised signatory of the Consulting Firm.

1/22
Notice Inviting e-Tender (EoI)

Of

Kolkata Municipal Corporation

Tender Reference Number: N.I.T. No. KMC/CMA_TP/


The Director General (Town Planning), Kolkata Municipal Corporation invites e-Tender (Expression of
Interest) for the project detailed in the table below (Submission of Bids online)

Detail of Scheme(s)/ Work(s):

Name of the Project Broad Scope Schedule Price of Tender Application


Money
Document

Expression of Preparation of DPR for 2month Rs 1000/- Rs 6000/


Interest for development of slum near Santi
Engagement of Sangha School, W-131. Br-XIV,
Consultant for simultaneously taking all
( NON ( NON
preparation of DPR necessary steps for sanctioning
REFUNDABLE) REFUNDABLE)
for development of the DPR under any GOI & State
Slum near Santi Govt.or any other scheme for the
Sangha School, project.
Ward-131, Br-XIV.

1) In the event of e-filling, intending bidders may download the tender documents from the website https://
etender.wb.nic.in directly. Necessary application money may be remitted through Demand Draft issued from
any Nationalised/Scheduled Bank in favour of “The Kolkata Municipal Corporation”, payable at Kolkata and
also needs to be documented through e-filling. The original Demand Draft against the application money
needs to be submitted to the office of The Director General (TP), The Kolkata Municipal Corporation, Hogg
Building, 3rd. floor Kolkata-87
2) The Expression of Interest (EoI) will comprise of all the filled up forms, as per the format specified and
supporting documents, if any. The EoI, duly digitally signed, will need to be submitted in the website also
hard copy of above all to be submitted in the office of the The Director General (TP), The Kolkata Municipal
Corporation, Hogg Building, 3rd. floor Kolkata-87

3) Tender documents may be downloaded from website and submission of the EoI should be done as per
the stated time schedule.

4) The decision of the ‘Tender Evaluation Committee’ will be final and absolute with respect to the selection
of vendors, based on their individual submission of EoI.

5) The website address: - https://etender.wb.nic. in

Consultant or the authorised signatory of the Consulting Firm. 2/22


General guidance for e-Tendering

Instructions / Guidelines for electronic submission of the tenders have been annexed for assisting the bidders
to participate in e-Tendering.

i) Registration of Bidder:
Any bidder willing to take part in the process of e-Tendering will have to be enrolled & registered
with the Government e-Procurement System, through logging on to https://etender.wb.nic.in,the
bidder is to click on the link for e-Tendering site as given on the web portal.

ii) Digital Signature certificate (DSC):


Each bidder is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for
submission of tenders from the approved service providers on payment of requisite amount. DSC
is given as a USB e-Token. After the receipt of the digital signature, if the vendor feels for any
assistance they can contact IT Department of KMC for assistance.

iii)The bidder can search & download Tender Document(s) electronically from computer once he
logs on to the website https://etender.wb.nic. in using the Digital Signature Certificate.

iv)Submission of Tenders:
Tenders are to be submitted through online to the website in two folders at a time for each tender,
one in Technical Proposal & the other is Financial Proposal before the prescribed date &time
using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned
copy duly Digitally Signed. The documents will get encrypted (transformed into non readable
formats).

Consultant or the authorised signatory of the Consulting Firm. 3/22


CONTENTS OF THE EXPRESSION OF INTEREST
DOCUMENT
The Expression of Interest document comprises of the following:

1. BACKGROUND..........................................................................................................................6
1.1. INTRODUCTION.........................................................................................................................6
1.2. OBJECTIVE.................................................................................................................................7
1.3. IMPORTANT INFORMATION FOR SUBMISSION OF EOI..................................................7
2. INSTRUCTION TO BIDDER.....................................................................................................8
2.1. SUBMISSION OF EOI................................................................................................................9
2.2. FORMS AND FORMATS.........................................................................................................10
2.3. PREPARATION OF EXPRESSION OF INTEREST.............................................................10
2.4. PARTICIPATION IN SUBSEQUENT STAGES OF BIDDING..............................................10
2.5. ELIGIBILITY CRITERIA & CONSORTIUM............................................................................11
2.6. PROPOSED ROLES:.................................................................................................................11
3. SCOPE OF WORK...................................................................................................................12
FORM – 1.............................................................................................................................................13
FORM - 2..............................................................................................................................................14
FORM – 3.............................................................................................................................................15
FORM – 4.............................................................................................................................................16
FORM – 5.............................................................................................................................................17
FORM - 6...........................................................................................................................................18
Appendix A........................................................................................................................................19
Appendix B.......................................................................................................................................19
Appendix C.......................................................................................................................................21

Consultant or the authorised signatory of the Consulting Firm. 4/22


DISCLAIMER:

The information contained in this Expression of Interest document (the “EOI”) or subsequently provided to
Bidder(s), whether verbally or in documentary or any other form by or on behalf of the Kolkata Municipal
Corporation (KMC) or any of their employees is provided to Bidder(s) on the terms and conditions set out in
this EOI and such other terms and conditions subject to which such information is provided.

This EOI is not an agreement and is neither an offer nor invitation by the KMC to the Bidders or any other
person. The purpose of this EOI is to provide interested parties with information that may be useful to them
in making their technical and financial offers pursuant to this EOI (the "EoI"). This EOI includes statements,
which reflect various assumptions and assessments arrived at by the KMC in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that each Bidder
may require. This EOI may not be appropriate for all persons, and it is not possible for the KMC, its
employees to consider the technical capabilities, investment objectives, financial situation and particular
needs of each party who reads or uses this EOI. The assumptions, assessments, statements and
information contained in this EOI, may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct its own investigations, studies and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions/assessments, statements and information
contained in this EOI and obtains independent advice from appropriate sources.

Information provided in this EOI to the Bidder(s) 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. KMC accepts no responsibility for
the accuracy/ otherwise for any interpretation/ opinion on law expressed herein. KMC, its employees make
no representation or warranty and shall have no liability to any person, including any Bidder 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 EOI or otherwise, including the accuracy, adequacy, correctness, completeness or
reliability.

General Information & Bidding Process

EOI and any assessment, assumption, statement or information contained therein or deemed to form part of
this EOI or arising in any way in this Stage. KMC also accepts no liability of any nature whether resulting
from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this EOI. KMC may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this EOI.

The issue of this EOI does not imply that KMC is bound to select a Bidder or to appoint the Preferred
Bidder, as the case may be, for the Project and KMC reserves the right to reject all or any of the Bidders or
Bids without assigning any reason whatsoever.

KMC reserves all the rights to cancel, terminate, change or modify this procurement process and/or
requirements of bidding stated in the EOI, at any time without assigning any reason or providing any notice
and without accepting any liability for the same.

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

Consultant or the authorised signatory of the Consulting Firm. 5/22


1. BACKGROUND
1.1. INTRODUCTION

The proposed premises near Santi Sangha School in Ward No. - 131, Br. - XIV of the Kolkata Municipal
Corporation has been identified for taking up a project with innovative approach. Bringing existing slums
within the formal system and enabling them to avail of the same level of basic amenities as the rest of the
city.

It was proposed to construct the two-room flat having an average area 25.97 sqm/as per guide line,
Containing attached /separate bath and W.C. and kitchen with running water and one small balcony for
Standard Dwelling Units. The building would be RCC frame structure containing multiple tenements as
decision taking by K.M.C. Authority including all basic amenities like safe drinking water, toilets and
sanitation, sewerage system , lighting, solid waste management and roads are some of the important
factors to lead a quality life. In this scheme about 130 nos. families will be considered to provide Dwelling
units with basic amenities.

THE PROPOSED PROJECT:-

The project is primarily to provide shelter for people in the area near Santi Sangha School ,in Ward-131.
Br-XIV .for those people who are living below the poverty line. The objective is also to provide the slum
dwellers with a better housing facility with basic infrastructures and enabling urban environment, to help
them to come out of their poverty level. To achieve this goal, the project will:

i) To provide good housing at affordable cost with access to basic amenities like safe drinking water,
sanitation, toilets ,sewerage system, lighting, Roads/ passage and solid waste management .etc.

ii) To provide security of tenancy.

iii) To provide assistance for in-situ rehabilitation of the slum dwellers that generally improves or at
least restores the social and economic base of the slum people.

.
iv To improve the overall socio economic conditions of the slum dwellers.

The apartments will be provided with such conveniences as water and electricity connections. The design of
apartments has been done to keep preferences of the slum dwellers in view.

These flats come with legal titles for occupants, turning informal dwellers on government lands to legal
owners of well-built apartments. The legal titles will be in the name of women and thus the project will help
promote the empowerment of women. The allotment of units will be on 99 year non-resalable tenable
lease in the name of the female head of the family and her male counterpart / kin as nominee.

Consultant or the authorised signatory of the Consulting Firm. 6/22


1.2. OBJECTIVE
The objective role of the Consultant is to prepare a Detailed Project Report in accordance with above
mentioned facts simultaneously sanctioning the project under ongoing applicable scheme for the project.
Therefore the KMC is inviting Expression of Interest (EOI) from reputed consultancy firms / consortium of
firms having experience in relevant Consultancy services
.
1.3. IMPORTANT INFORMATION FOR SUBMISSION OF EOI
Expression of Interest documents are invited for “Engagement of Consultant for preparation of DPR for
development of Slum near Santi Sangha School Ward-131, Br-XIV simultaneously have to take all
necessary steps for sanctioning the DPR under any ongoing scheme that may be available for the project .

1. Expression of Interest No. &


N.I.T. KMC / CMA _ TP/ 13/15-16 dated 11.12.15
Date
2. Expression of Interest Version 1.0
3. Brief description “Expression of Interest for Engagement of Consultant for preparation of
DPR for development of Slum near Santi Sangha School Ward-131,
Br-XIV simultaneously to take all necessary steps for sanctioning the
DPR under any ongoing scheme that may be available for the project. “

4. Date of Publishing of the ………………………………………………………….


Expression of Interest Document
& Website
5. Submission of Pre – bid The queries shall be submitted in the format as provided in the EOI.
Queries Each bidder shall send only one e-mail containing the Pre-EoI Queries,
as per format given in Form 6. In case of more than one e-mail, only the
queries provided in the first e-mail shall be considered. The queries are
to be sent to townplanningkmc@gmail.com. Also the bidder has to
submit the hard copy of the query made in the first e-mail at the CMA &
TP Office, 1, Hogg Street, Kolkata-87.
6. Last date of submission of Pre- 21-12-2015upto 2-30 P.M.
bid queries
7. Date & Time of Pre-Bid meeting 22-12-2015 at 3-00P.M.
8. Last date and time of 0512-2015 upto 1-00 P.M.
submission of tender

9. Last date ,time and place of Hard copy duly signed in all pages along with the application money of
submission of hardcopy Rs.6,000/- (non refundable) and Tender cost Rs.1000/- (non refundable)
also in the form of DD in favour of The Kolkata Municipal Corporation,
Payable at Kolkata, from a Nationalized Bank along with all relevant
documents/ declaration etc. to be submitted to the office of CMA&TP,
KMC; 1, Hogg Building, 3rd Floor, Kolkata – 700087 within

10. The bid forms and other details from the website https://etender.wb.nic.in.
shall be available on
11. Venue At Conference Room- I, CMO Bldg. K.M.C. 5,S.N.
Banerjee Road , Kolkata-700013
12 Offered price of the agency Rate should be quoted in Rupees in the Company letter head duly
signed and to be submitted along with hard copy also.
Note: Only those bidders, who participate in EOI, would be allowed to
participate in subsequent stages of bidding process.

Consultant or the authorised signatory of the Consulting Firm. 7/22


1.4 Date and Time Schedule:

Sl. Particulars Date & Time


No.
1 Date of uploading of N.I.T. & other Documents(online) 16.12.2015

2 Documents download/sell start date (Online) 16.12.2015 from 6-00p.m


Documents download/sell end date (Online)
3 27.11.2015 upto 12-00 noon.

Last Date of receipt of Pre-Bid Queries in prescribed


4 format (Ref. Page No. 217) 21-12-2015 up to 2-30p.m.

5 Pre-Bid Meeting 22-12-2015 at 3-00p.m.


Bid submission start date (On line)
6 22-12-2015 from 5-00 p.m.
Date of submission of Demand draft / Pay Order in
original for the tender fees and Earnest Money Deposit
7 (Offline) to the office of the Chief Municipal Architect 05-01-2016 upto 4-00 p.m.
and Town Planning at 1, Hogg Street , 3rd floor, Kolkata
– 700 087.

8 Bid Submission closing (On line) 05-01-2016 up to 1-00p.m.

9 Bid opening date for Technical Proposals (Online) 07-01-2016 at 2-00p.m

Date of uploading list for Technically Qualified


10 Will be declared later
Bidder(online)

11 Date for opening of Financial Proposal (Online) Will be declared later


The agency should quote Price Bid rate (as per
12 Financial Bid Submission Form 15A)

Consultant or the authorised signatory of the Consulting Firm. 8/22


2. INSTRUCTION TO BIDDER
2.1. SUBMISSION OF EOI

1. EOI shall be submitted online. The Bidder has to upload the following statutory and non-statutory
documents in https://etender.wb.nic.in

a)Statutory documents:

i. Scanned copy of the Application Money

ii. Duly Filled up Form of Net Worth and Annual turnover for FY 2011-2012, FY 2012-
2013 and FY 2013-2014(Form - 4)

iii. This Request for Expression of Interest (EoI)

b. Non-statutory documents:

i. Certificate of incorporation

ii. Bidder Details (Form - 1)

iii. Eligibility Criteria (Form - 2) along with all relevant documents

iv. Technical Capability of bidder (Form - 3)

v. Permanent Account Number (PAN)

vi. Attested true copy of legally binding consortium agreement (applicable for
consortium bids only)

vii. List of Document submitted (Form - 5)

viii. Declaration of non-blacklisting on company letterhead (for Consortium, it needs to


be submitted in the company letterhead of the prime bidder)

2. KMC may extend, at its discretion, the last date and time for deposit of bids. The changes will be
communicated through the KMC website: https://etender.wb.nic.in.

3. In the event of a consortium bidder, the certificate for Form of Net Worth and Annual turnover must be
provided by the statutory auditor of the lead member.

Consultant or the authorised signatory of the Consulting Firm. 9/22


2.2. FORMS AND FORMATS
The various inputs for the EoI are to be submitted in the format specified. The bidder shall use the forms,
wherever specified, to provide relevant information. If 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 said information.

The EOI document must include:

 List of similar assignments completed successfully, with brief project description,


relevancy, information of cost of the services, cost of project, employer and funding
agency
 List of similar assignments in progress with brief project description, relevancy,
 Information of cost of the services, cost of project, employer and funding agency
 Company profile and a list of relevant skills with the staff
 Project delivery capability in India
 Company registration certificate/s and document/s
 Document/s clearly showing last three (3) year annual turnover figures (All above
documents / certificates for the firm / and joint venture / consortium partners must be
submitted in the EOI)

2.3. PREPARATION OF EXPRESSION OF INTEREST


Expression of Interest shall be submitted in accordance with the following instructions:

a) Expression of Interests shall be submitted in the prescribed forms. All signatures shall be in
longhand. Expression of Interests shall not contain any recapitulation of the work to be
done. No written, oral, telegraphic or telephonic proposals for modifications will be
acceptable.

b) Expression of Interests shall be submitted online on or before the date and time set for the
opening of Expression of Interests.

c) Each and every page of the Expression of Interest document must be signed with company
seal by the bidder.

2.4. PARTICIPATION IN SUBSEQUENT STAGES OF BIDDING


Only those bidders, who participate in EOI, would be allowed to participate in subsequent stages of bidding
process. The final bidding modalities would be decided after internal assessment in view of proposals
received as a response to this EOI.

Consultant or the authorised signatory of the Consulting Firm. 10/22


2.5. ELIGIBILITY CRITERIA & CONSORTIUM
Following eligibility criteria will be followed:
a) The applicants may be an independent single firm or in joint venture or in consortium with other firms.
b) In the EOI it must be clearly indicated / stated who the “Lead Partner” is if it is a joint venture /consortium.
The Lead partner must possess similar experience in similar type of work.
c) The intending firm or in case of joint venture / consortium, the Lead Partner should have experience in
preparation of Detailed Projects Reports as well as sanctioning the project of cities in West Bengal &
India. .
d) The bidder should have experience at least one work having project value Rs. 4.00 Crore in any of last
Three years will be considered i.e. 2014-2015, 2013-2014, 2012-2013.Only completion certificate would be
considered.
The intending firm or joint venture / consortium partners should have adequate experiences in preparation
of Detailed Projects Reports as well as sanctioning the project in cities in West Bengal & India
After submission of the EOI, change in the Lead consultant and or joint venture / consortium partnership, shall not be
permitted.

2.6. PROPOSED ROLES:


The consultant is expected to have the following personnel.

Sl # Proposed Role Discipline/ Work experience


a. Team Leader and Project in B.E.(Civil)/B.Arch +15 years of work experience
Management planning and monitoring development and construction
projects as team leader for minimum of two projects of the
same complexity level.
b. Programme specialist BE/ BTech (Civil/Architecture) + 10 years of work
experience in procurement of public works

Consultant or the authorised signatory of the Consulting Firm. 11/22


3. SCOPE OF WORK
The scope of work for the engagement of project management consultant in the project includes:

1) The DPR should be prepared following all guide lines of the scheme under which the project will be
considered.

2) In the DPR, should contain all relevant & viable part i.e., detailed estimate based on current SOR ,
architectural & structural drawing ,( six copy) design calculation etc which will be necessary for
sanctioning the project in accordance with the construction of the project.

3) The DPR should contain all requisite approval / recommendation which are necessary for the
project.

4) To provide soft & hard copies of DPR as needed by the KMC authority.

5) Agency should liaison with appraisal & nodal agency of the scheme under which the Project will be
considered.

6) A preliminary scheme with soil test report & Socio Economic survey data is to be available at the
Dept. Consultants have to prepares the final design and drawing in consultation with KMC authority &
beneficiaries for obtaining approval of DPR sanctioning authority.

7) To provide Structural design and drawing of RCC works of slab, beam, column, foundation details
including pile, pile cap etc. and others R.C.C. works with all necessary diametric requirements in the
DPR copy.

8) Prepare & supply all DPR related component i.e., whole plumbing system of the building, water
supply network plan & drainage network plan and design related component etc in the DPR copy.

9) Prepare the electrical arrangement plan for the dwelling unit, community hall and pump house etc.
including street lightning, main power supply, installation of transformer if necessary.

10) Detailed specification of all the structural/ R.C.C. elements of the building and others infrastructural
works like electrical, water supply, drainage system and road etc.

11) Structure should be designed on the basis of latest Indian Standard Code of Practice

12) The structural design and drawing will have to be certified by structural engineer having minimum
post graduate degree in structural engineering from a recognized University/Institution and having
minimum 15 yrs of experience in structural design works.

13) Two copies of detailed design calculation of the structural work which would be sufficient to explain
the design as per good engineering practice.

14) To be present in all meeting held in KMC regarding mentioned project, innovative ideas & decision of
such meeting is to be incorporated in the DPR.

15) Revision of DPR If necessary will be part of this contract.

Consultant or the authorised signatory of the Consulting Firm. 12/22


16) Payment will be made after acceptance of the scheme by State Govt..

Consultant or the authorised signatory of the Consulting Firm. 13/22


FORM – 1
FORMAT FOR BIDDER’S DETAILS
1 Name of the Firm
2 Registered Office Address

Contact Number/ Fax Number/ email


3 Correspondence / Contact address

Name & Designation of Contact person


Address
Contact Number/ Fax Number/ E-mail
4 Is the firm
 a registered company
 a Government/ Public Sector Undertaking
 a propriety firm
 a partnership firm (if yes, give partnership deed)
 a limited company or limited corporation;
If yes, submit documentary proof
5 Is the firm registered with Sales Tax department? If yes,
submit valid VAT Registration certificate.
6 Is the firm registered for Service Tax with Central Excise
Department (Service Tax Cell)? If yes, submit valid
Service Tax registration certificate.
7 How many years has your organization been in
business under your present name?
8 List the major clients with whom your organization has
been / is currently associated.
9 Have you in any capacity failed any work awarded to
you? (If so, give the name of project and reason for not
completing the work)

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: __________________________________________

Company Rubber Stamp: __________________________________________________

Consultant or the authorised signatory of the Consulting Firm. 14/22


FORM - 2
ELIGIBILITY CRITERIA
Sl Criteria Documents to Document Referenc
# be submitted Submitted e Page
(Yes / No) No.
1 The bidder shall be a registered firm /Joint Venture in India Memorandum /
under the company’s act and should have been in the Articles of
business for a period more than three years. Photocopy of Associations/
Memorandum / Articles of Associations/ Certificate of Certificate of
incorporation should be submitted. incorporation/
Consortium
agreement#
2 The bidder should have a registered office and operations in Documentary
India. Valid proof should be submitted along with the bid Proof
3 The Bidder should have been operating in India for the last Completion
three financial years (FY 12-13, FY 13-14 & FY 14-15 certificate.
Documentary evidence to be submitted.
4 The bidder should have valid VAT Registration Certificate, Photo copy of
Service Tax Registration Certificate, PAN card & Trade documents
License. Bidder shall have to submit photocopy of the
documents.
5 The Net Worth of the Bidder must be positive as per the last Submitted
audited Balance Sheet. The bidder should have an annual photocopy of
turnover of not less than Rs 25 Lac for at least two years in Audited balance
the last three financial years (FY 2012-13, FY 2013-14 & FY sheet for turnover
2014-15). Bidder shall have to submit photocopy of Audited & Chartered
Annual Account. Chartered Accountant Certificate for Net Accountant
Worth should be submitted. Certificate for Net
Worth should be
submitted.
6 The bidder shall not have been blacklisted by any All declaration
has to be made
State/Central Government or PSU Organization or
by affidavits duly
bilateral/multilateral funding agencies for breach of ethical notarized.
conduct or fraudulent practices as on date of submission of
the proposal.

# In case of consortium, the above documents should be submitted for all participating firms of the
consortium

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: ___________________________________________

Stamp of Company: ________________________________________________

Consultant or the authorised signatory of the Consulting Firm. 15/22


FORM – 3
FORMAT FOR TECHNICAL CAPABILITY OF BIDDER

Page
# Criteria/ Sub-Criteria Description
#
A Past Experience
A1 Experience in Citations showcasing experience as bidder for providing
CONSULTANT (Number engagement of project for Preparation of DPR., simultaneously
of similar projects in taking all necessary steps for sanctioning the DPR under any
India) and (Value of GOI & State or any other scheme in cities in West Bengal/
Projects executed) other states in India. The citations should be given
a) Project Location (State)
b) Project Name
c) Start Date
d) End Date / Status
e) Completion Certificate
f) Brief description of project & scope of work
g) Approx value of the project
h) Contact details of the Customer
Citations showcasing experience as bidder for CONSULTANT
with project value ≥ INR 4 Crores.Projects in cities of comparable
size and population will be given preference.
A2 Profile of the Bidding Bidder’s Organizational and Operational Capacity to undertake
Organization such project.
Operational Network in Kolkata (Y/N)
A3 Resource Profile Bidder should submit detailed CVs for the managerial
personnel with organizational detail proposed in the key
resource profile as listed in Section 2.9

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: __________________________________________

Stamp of the Company: ______________________________________________

Note:

A. Type of Project shall indicate the Consultant projects executed in other states in India
B. Submit Customer Order Copy details of the order indicating the project value, customer contact
details etc.

Consultant or the authorised signatory of the Consulting Firm. 16/22


FORM – 4
FORMAT FOR FINANCIAL CAPABILITY OF BIDDER

FINANCIAL INFORMATION

Name of the Bidder

Annual Turnover (Rs. / Crores)


Sl. # Description
2011-12 2012-13 2013-14

Turnover
1

2 Net Worth

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: __________________________________________

Stamp of the Company: ______________________________________________

Consultant or the authorised signatory of the Consulting Firm. 17/22


FORM – 5
LIST OF DOCUMENTS SUBMITTED
Sl. # Name of Documents Enclosed Page No.
(Y/N)

1. Bidder’s Details (Form 1)

2. Eligibility Criteria (Form 2) along with all relevant documents

3. Technical Capability of bidder (Form 3)

4. Financial Capability of Bidder (Form 4)

# Note: The bidders are expected to respond to the EOI using the forms given in this section. The
EOI shall comprise of filled-in forms 1-5.

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: ___________________________________________

Stamp of Company: ________________________________________________

Consultant or the authorised signatory of the Consulting Firm. 18/22


FORM - 6
FORMAT FOR QUERY

Name of the Bidder:

Expression of Interest:

Queries

Sl. # Section Clause Page Queries


No. No. No.

Note: The filled form to be submitted in XLS Format. There is a cut-off date for receiving of queries
before Meeting. Queries received after the cutoff period will not be accepted. KMC reserves the right
to respond all queries over e-mail.

Authorized Signatory (Signature In full): _________________________________

Name and title of Signatory: __________________________________________

Company Rubber Stamp: __________________________________________________

Consultant or the authorised signatory of the Consulting Firm. 19/22


Appendix A
Probable Component of work

1) Dwelling Unit 130 nos. with carpet area of each dwelling unit 25.97sqm. (approx)
2) Water supply
3) Sewerage & drainage
4) Solid waste management
5) Road & pavement
6) Electrification including street Lighting
7) Park & open space development
8) Other service building
9) Canal Bank Protection.
10) Boundary wall
11) Temporary rehabilitation of the beneficiaries.

Consultant or the authorised signatory of the Consulting Firm. 20/22


Appendix B
Payment Schedule

Submission Obtaining
of DPR & sanctioned
Submission of Submission of DPR & Clearance letter from
DPR & Clearance etc in etc in appropriat
Sl. Total
Work Phase Clearance etc STATE Level Central e
No. (%)
in KMC Level /intermediate level Level /Final authority(I
(In % Basis ) (In % Basis ) Level n%
(In % Basis )
Basis )

Submission of DPR
following all guide lines
as necessary
1 simultaneously 25 30 35 10 100
sanctioning the DPR
under available scheme
for the project

Note:- 1) Agency should quote the rate without service tax; However Service tax will be paid if
applicable, as per prevailing norms.

Consultant or the authorised signatory of the Consulting Firm. 21/22


Appendix C
Location Drawing

Consultant or the authorised signatory of the Consulting Firm. 22/22

Vous aimerez peut-être aussi