Tendernotice 1
Tendernotice 1
AGENCY
DEPARTMENT OF RURAL DEVELOPMENT AND PANCHAYATIRAJ
E
E-mail: [email protected]
Date: 21-03-2025
1
Disclaimer
2
required before submission of their proposal. The client or any of
its employees or existing advisors shall incur no liability under
any law, statute, rules or regulations as to the accuracy or
completeness of the RFP Document. The Client reserves the right
to change any or all conditions/ information set in this RFP
Document by way of revision, deletion, updating or annulment
through issuance of appropriate addendum as the Client may
deem fit without assigning any reason thereof.
3
Table of Contents
1. DATA SHEET ................................................................................................................. 6
2. GENERAL CONDITIONS OF CONTRACT ........................................................... 8
3. INSTRUCTIONS TO BIDDERS .............................................................................. 10
3.1. Number of Proposals and respondents ...................................................... 10
3.2. Proposal preparation cost ............................................................................... 10
3.3. Right to accept and reject any or all the Proposals. .......................... 10
3.4. Clarifications ......................................................................................................... 11
3.5. Amendment of the RFP ...................................................................................... 12
3.6. Preparation and submission of Proposals ............................................... 14
3.7. Proposal validity period and extension .................................................... 14
3.8. Format and signing of Proposal ................................................................... 15
3.9. Cost of document & Processing Fee ............................................................ 15
3.10. Late submission ................................................................................................ 16
3.11. Withdrawal and re-submission of Proposal ........................................ 16
3.12. Selection of the Bidder .................................................................................. 18
4. TERMS OF REFERENCE ........................................................................................ 22
4.1. Scope of services ................................................................................................... 22
4.2. Specifications for various type of toilets, bathrooms etc. are as
under follows: ..................................................................................................................... 23
4.3. Deliverables ............................................................................................................. 33
4.4. Material Supply..................................................................................................... 33
4.5. Team ........................................................................................................................... 33
4.6. Approach and Methodology ............................................................................. 35
4.7. Payment schedule, deliverables, and timelines .................................... 36
4.8. Bid Variable ............................................................................................................ 38
5. ELIGIBILITY AND EVALUATION CRITERIA ................................................... 39
5.1. Eligibility criteria ................................................................................................ 39
5.2. Evaluation ............................................................................................................... 42
5.3. Technical Evaluation ......................................................................................... 43
5.4. Financial Evaluation .......................................................................................... 43
6. LAW GOVERNING CONTRACT ............................................................................. 44
4
6.1. Language .................................................................................................................. 44
6.2. Notices ....................................................................................................................... 44
6.3. Authorized Representatives ............................................................................ 44
6.4. Taxes And Duties .................................................................................................. 45
6.5. Fraud And Corruption ........................................................................................ 45
6.6. Measures to be taken .......................................................................................... 45
6.7. Limitation of Liability ....................................................................................... 46
6.8. Insurance ................................................................................................................. 46
6.9. Liquidated Damages ........................................................................................... 46
7. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION
OF CONTRACT........................................................................................................................ 47
8. OTHER CONDITIONS ............................................................................................... 48
8.1. Force Majeure Definition................................................................................... 48
8.1.1. Mobilization Advance ........................................................................................ 49
8.2. No Breach Of Contract ....................................................................................... 49
8.3. Extension Of Time ................................................................................................ 49
8.4. Termination of Contract ................................................................................... 49
8.5. Extension of Contract ........................................................................................ 50
9. OBLIGATIONS OF THE BIDDER ......................................................................... 51
ANNEXURE A: Technical Proposal ................................................................................ 60
FORM 2: Financial capacity of the Bidder ................................................................ 61
FORM 3: Eligible assignments of the Bidder ............................................................ 62
FORM 4: Bidder’s organization and experience ...................................................... 63
FORM 5: Declaration for not being barred by the Central Government, any
State Government, a statutory Client, or a public sector .................................. 64
FORM 6: Declaration from bidder ................................................................................. 65
ANNEXURE B: Financial Bid ............................................................................................ 68
ANNEXURE-C – Details of locations ............................................................................. 70
5
1.DATA SHEET
E-NIT No.: SPSA/RDD/SANJAY PAHALGAM
1 2025/295
6
Earnest Money Deposit The Bid shall also be
(EMD) accompanied by an Earnest
Money Deposit (EMD) (2% of the
total tendered value) 39 lakhs
to be transferred through
RTGS/ NEFT (Valid up to one
month after the issuance date
7 of LOI) in favor of Director Rural
Sanitation. J&K in the following
Account No.:
0110010100000302
Name: Director Rural Sanitation
Bank : J&K Bank
Branch : Civil Secretariat, J&K
IFSC :JAKA0MOVING
Performance Bank Bidder shall submit 3% of the
Guarantee (PBG) project estimated cost in shape of
BG/FDR after the issuance of
8 LOA, which shall have the validity
periodof three months beyond the
yatra period.(Yatra ending date is
9th August 2025)
Technical and Financial Technical and financial bids to be
9
Bid submitted separately
Name of the Client’s Director General, Rural Sanitation,
office for addressing J&K
10 queries and H.NO. 24 C/C Gandhi Nagar-
clarifications 180004 Email:
[email protected]
11 Proposal Validity Period 180days
12 Proposal Language English
13 Proposal Currency INR
Schedule of Bidding Process
Task Key Dates
Bid upload date/time 21th March, 2025
14 Pre-bid conference 2nd April, 2025
Bid Start Date 21th March, 2025
Bid End Date 12th April, 2025 03:00 PM
7
Opening of Technical 12th April,2025 03:30 PM
Bids
Opening of Financial
Bids To be notified later
Issuance of Letter of To be notified later
Acceptance (LOA)
Signing of Agreement
15 To be notified later
Consortium to be
16 allowed No
Sub-contracting is
17 allowed No
Estimated Toilet – 2215 seats
Toilets/bathrooms to be
installed* 1 unit equal to 10 toilets (10
Indian toilet seats for non-
motorable roads.
It shall be 7 Indian + 3
Western for camps having
18 road access)
Bathrooms –285 baths
Note: - 1unit equal to 10 bathrooms
(*total toilets/bathrooms units can be
increased or decreased during the
Amarnath Yatra 2025 up to +/- 30%, of
any type, at the discretion of the Client or
committee formed for the purpose.)
8
the Contract for the Services i.e. Director General Rural
Sanitation, J&K
iv. “Contract” or “Agreement” means the Contract signed by the
Parties and all the attached documents, if any
v. “Confidentiality” shall have the meaning set forth in Clause
9c.
vi. “Dispute” shall have the meaning set forth in Clause 9i.
vii. “Eligibility” shall have the meaning set forth in Clause 5.1 of
the RFP
viii. “EMD” Earnest Money Deposit
ix. “Government” means the Government of the Union Territory
of Jammu and Kashmir.
x. “Key Dates” shall mean the dates mentioned in Clause1 and
the Data Sheet
xi. “LOA” Letter of Award
xii. “Party” means the “Client or the Bidder” as the case may be,
and “Parties” means both of them. 1st Party shall be the
client i.e. Director General, Rural Sanitation, J&K and 2 nd
Party shall be the successful bidder.
xiii. “Personnel” means professionals and support staff provided
by the Bidder assigned to perform the Services or any part
thereof
xiv. “Proposal Due Date” or “PDD” shall mean the date as
specified in the Data Sheet
xv. “Proposal Validity Period” shall have the meaning set forth in
Clause 3.7
xvi. “RFP” means Request for Proposal i.e. It is a document that
solicits a proposal, made through bidding process, by an
agency or Authority interested in procurement of a
commodity, service, or valuables set.
xvii. “Scheduled Bank” means Banks specified in the
RBIAct,1932
9
xviii. “Services” means the work to be performed by the Bidder
pursuant to the Contract.
SPSA means State Procurement & Supply Agency, Department of
Rural Development Department, Government of Jammu &Kashmir.
3. INSTRUCTIONS TO BIDDERS
3.1. Number of Proposals and respondents
a. No Bidder shall submit more than one (1) Proposal, in response
to this RFP.
10
without any liability or any obligation for such acceptance,
rejection, or annulment, without assigning any reason.
iii. The Bidder does not adhere to the formats provided in the
Annexures to the RFP while furnishing the required
information/details.
3.4. Clarifications
a. Bidders are encouraged to inform themselves fully about the
assignment and the local conditions are for e- submitting the
Proposal by paying a visit to the Client and the Project site,
sending written queries to the Client, and attending a Pre-
Proposal Conference.
11
Sr. RFP Document Suggested
Existing
Clause No. and Change/ Rationale
No Provisio Clarification
Page No.
n
13
3.6. Preparation and submission of Proposals
Language and currency
a) The Proposal and all related correspondence and documents
should be written in the English language. Supporting
documents and printed literature furnished by the Bidders
with the Proposal may be in any other language provided
that they are accompanied by appropriate translations of the
pertinent passages in the English language. Supporting
materials, which are not translated into English, may not be
considered for evaluation. For the purpose of interpretation
and evaluation of the Proposal, the English language
translation shall prevail.
b) The currency for the purpose of the Proposal shall be
the Indian National Rupee(INR).
14
3.8. Format and signing of Proposal
a) The Bidders shall prepare electronic copies of the technical
and financial e-bid/Proposals separately.
b) Bidders should provide all the information as per the RFP
and in the specified formats. Client reserves the right to
reject any Proposal that is not in the specified formats.
c) In case the Bidders intends to provide additional
information for which specified space in the given format is
not sufficient, it can be furnished in duly stamped and
signed PDFs.
d) The Bid and its duplicate copy shall be typed or written in
indelible ink. All the corrections and alterations, made to the
Bid shall be initialed by the person(s) signing the Bid. Any
non-adherence of these instructions shall make the Bid
liable to rejection. No correction, erasures or overwriting
shall be permissible in the Financial Bid.
15
Name: - State Procurement & Supplies
Agency Account No.- 0375010200000002
Name - CEO/MDSPSA
Bank - J&K Bank
Branch - Trikuta Nagar, Jammu
IFSC - JAKA0TRIKOT
b) The Bid Processing Fee is Non-Refundable. Non-submission
of Bid Processing fee along with the Technical Proposal will
be treated as non- responsive bid.
16
menu. The page listing all the bids submitted by the Bidder
will be displayed. Click "View" to see the details of the bid to
be withdrawn. After selecting the "bid withdrawal" option,
the Bidder has to click "Yes" to the message- "Do you want
to withdraw this bid?" displayed in the bid information
window for the selected bid. The Bidder also has to enter the
bid withdrawing reasons and upload the letter giving the
reasons for withdrawing before clicking the "Submit" button.
The Bidder has to confirm again by pressing "OK" button
before finally withdrawing his/her selected e-bid/Proposal.
b) No e-bid / proposal may be withdrawn in the interval
between the Proposal Due Date and the Proposal Validity
Period. Withdrawal of an e-bid/Proposal during this interval
may result in the Bidder’s forfeited of his/her e-bid/Proposal
security.
c) The Bidder can re-submit his/her e-bid/Proposal as and
when required till the e-bid submission end date and time.
The e-bid/Proposal submitted earlier will be replaced by the
new one. The payment made by the Bidder earlier will be
used for revised e-bid and the new e-bid submission
summary generated after the successful submission of the
revised e-bid will be considered for evaluation purposes. For
resubmission, the Bidder should first log in using his/her
login Id and password and subsequently by his/her digital
signature certificate on the e-procurement website
www.jktenders.gov.in. The Bidder should then select "My
bids “option in the bid submission menu. The page listing all
17
the bids submitted by the Bidder will be displayed. Click
"View" to see the detail of thee-bid to be resubmitted. After
selecting he "bidder submission "option, click” Encrypt &
upload "to upload the revised e-bids documents.
d) The Bidder can submit their revised e-bids / Proposals as
many times as possible by uploading their e-bid documents
within the scheduled date & time for submission of e- bids /
Proposals.
e) No e-bid can be resubmitted subsequently after the deadline
for submission of e-bids.
21
of the period of 03months after yatra completion. The BG should
be from any nationalized bank.
4.TERMS OF REFERENCE
The Client seeks the services of a qualified firm for Hiring,
installation& de-installation of toilets/bathrooms for the smooth,
efficient and successful conduct of Shri Amarnath yatra 2025 for
the whole yatra period. The Terms of Reference (the “TOR”) and
the scope of the Bidder for this assignment are specified below.
Number of
S. No Description seats
Toilets made of Fiber Reinforced 2215
1 Plastic (FRP) With leach pit
Bathrooms made of fiber reinforced 285
2 plastic (FRP) with soak pit
Soak pits with grease traps for 40
3 langar locations
Note:-Each unit should have the provision of leach pit/soak pit and as
per the location; it will be decided mutually between client and
successful bidder as per the site condition. The bidder shall submit a
typical plan of toilets and bathrooms to be installed at different
locations.
22
toilets/bathrooms units can be increased or decreased on
the basis of extension in yatra period or otherwise during
the Amarnath Yatra 2025 by up to +/- 30%, of any type, at
the discretion of the Client or committee formed for the
purpose.
c) In addition, the soak pits for grey water management of
used water discharge from langars and officers
hut/temporary settlements shall also be developed by the
successful bidder.
d) Locations of the toilets is annexed as Annexure – C.
However, it is subject to change which will be decided and
communicated to the successful bidder.
e) Every toilet shall have logo of Directorate of Rural
Sanitation, Department of Rural Development & PR,
Government of Jammu & Kashmir and logo/slogans of
Swachh Bharat Mission Grameen, pasted on that.
23
accessible via vehicles. Where possible, special provisions in
toilet shall be made for easy use by disabled persons.
e) For every 10 toilets 1 washbasin with soap/hand wash
including a mug needs to be installed, design to be enclosed
with layout of toilet and got approved by the client.
f) With proper arrangement for ventilation & light.
g) Each unit waste pipe can either be connected to existing
sewer network/waste collection tank/leach pits.
h) Water Containment provisions need to be made of 500
liters/toilet unit along with tap water connecting inside
every toilet from the nearest PHE water pipe upto 2-3 mtr
from the location.
i) The waste pipe connecting toilets discharge shall have a
minimum diameter of 6 inches for each toilet unit in toilets
installed at motorable road accessible camps and 4 inches
for 1 toilet unit for others.
j) All the pipelines carrying faecal matter/sewage must be at
least 1 ft below ground wherever feasible.
k) Each Toilet should be having a sticker indication Toilet
Etiquettes.
ii) Bathroom (with soak pit)
25
finalized and communicated to the contractor by the nodal
officer of RDD, before execution of work.
iv) For installation / construction of above service
utilities, the followings are also in the scope of the
Bidder:
27
o) Nodal officers of RDD shall identify the location for
installation of toilets.
v) Timelines
28
Yatra can offer a convenient and efficient way for pilgrims to
report issues related to toilet facilities. The mechanism
would be as follows:
Placement of QR Codes: Display QR codes prominently around/on toilet
facilities (1 QR code for a group of 10-50 toilets based on the
placement of toilets) at key locations on the Yatra route.
User Interaction: Pilgrims can scan the QR code using their smart
phones, which will direct them to a grievance form on a mobile-friendly
web page.
Grievance Reporting: The form allows users to submit complaints
regarding cleanliness, maintenance, water supply, lack of hygiene etc.
Automatic Logging/ Alerts: Once submitted, the grievance would
automatically log into a centralized system with timestamps, location
data, and type of complaint to be taken up for swift action. Moreover,
Notifications shall be sent to the concerned maintenance team
(Departmental Nodal Officer/ Supervisor/ Manager of the agency/ or
authority) immediately after a grievance is submitted.
Feedback Mechanism: After the issue is resolved, the system
prompts the user for feedback to assess satisfaction levels.
Reporting and Analytics: The system must collect data and
generates reports on the types of grievances and the speed of their
resolution, allowing authorities to monitor trends and improve
future services.
d) An ICT-based monitoring mechanism shall be deployed by the
bidder to monitor the overall operations and maintenance of
the toilets. This will include defining the duty chart of
cleaners, the frequency and accuracy of toilet/bathroom
cleaning in a days’ time, the frequency and the monitoring of
cleaning staff and supervisors, ensuring the repair works of
superstructure, connection pipes, leach/soak pits and other
29
ancillary provisions made in toilet/bathroom complexes as per
the requirement of this RFP.ICT based monitoring mechanism
shall depend on the internet connectivity at the site.
e) Duty chart of the cleaners and supervisors shall be displayed
on the entrance of each toilet block.
f) Bidder will share the reports with the authority on daily basis.
g) Employee schedule and details should be provided to the
Client prior to commencement of installation of toilets
allocated.
h) To ensure proper cleanliness, standard cleaning materials and
equipment should be used like liquid soap, phenyl, acid,
bleaching powder and lime powder etc. and other chemicals
and materials as and when required.
i) In every toilet there should be a properly chained mug.
j) In every bathroom there should be a properly chained mug
and bucket.
k) Routine maintenance including prompt repairs of potholes,
cracks, concrete joints, electric fittings, lighting, sanitary
fittings, and signage inside the complex.
l) Prevention of any encroachment in the toilet block
m) It will be the responsibility of the bidder to ensure proper
disposal of drainage up to the pitfall and any choking of
drainage should be attended to promptly.
n) A special sewer cleaning team must be constituted to attend to
the clogging of sewer networks of existing toilets (in addition to
the toilets installed by successful bidder), at different camp
sites.
30
o) Cleanliness/Hygiene of surroundings of each toilets/bathroom
blocks (about 3 meter around) should be ensured by the
bidder.
p) Cleanliness and disinfection of the area of the floor surface of
the toilet/bathroom to be done periodically.
q) Maintain drainage system-no accumulation of water, liquid, or
night soil.
r) Damaged parts of toilets/bathrooms are to be replaced within
3 hrs. of such event.
s) For this purpose, it is advised that the Bidder maintain as
minimum inventory of similar parts to provide prompt service.
t) Bidder shall be responsible for installed structures including
the fixtures of the structures.
u) Regular cleaning of all the toilet/bathroom units should be
done.
v) Odour Control: Bidder must use a clean technology for toilet
sanitation and odor removal using an environment friendly,
advanced oxidation process, as per International Standards or
equivalent guidelines, which will ensure speedy odour removal
within10-15 minutes.
w) liquid soap/soap bars shall be kept on the washbasins for
handwashing in the toilet areas.
x) The Bidder shall maintain the store for cleanliness and
disinfection material. The disinfectants and cleaning agents
should be ISI Marked and of standard brand and quality. The
Bidder shall maintain a sufficient reserve stock of the
disinfectants and cleaning agents so that proper cleanliness
31
should be maintained. The Client may check and inspect
stores of the Bidder anytime.
y) The Bidder shall always maintain a minimum of 5% excess as
reserve stock against the quantity of allotted contract.
z) The Bidder should carry out installation, upkeep, and
maintenance (cleaning and housekeeping) services using best
quality material, disinfectants and cleaning agents. The
Housekeeping and maintenance should be carried out by the
Bidder in the area of the toilets. The cleaning and servicing
work shall be done with standard equipment using standard
quality cleaning agents / consumables as per the satisfaction
of the Client. The cleaning agents required for floor cleaning /
area cleaning shall be in the scope of contractor and nothing
extra will be paid on this account.
aa) All workers should wear uniform and Identity Card.
bb) The uniform may be decided by the Bidder in consultation
with the Client. The employees should be supplied with an
adequate number (at least two sets) of uniforms by the Bidder
at its own cost. The workmen should use these uniforms in
clean condition and properly pressed.
cc) The Bidder should establish a control room and provide a toll-
free number for the complaints. The complaints on the toll-
free number should be attended within 03 (three)hours. The
control room has a sufficient number of supervisory staffs
round the clock to attend the complaints.
dd) The Bidder shall deploy adequate signages and uniform theme
for easy identification of toilets among rural Pilgrims. The
32
design of the signage needs to be approved by the Client to
have uniformity.
ee) For the sanitation workers deployed by the bidders, the client
will provide dedicated space. Bidders will have to ensure
adequate facilities hygienic and sanitary living conditions for
the manpower deployed.
4.3. Deliverables
In pursuance of this RFP, the Bidder shall undertake/deliver the
services on request of the Client and the Bidder shall
undertake/deliver the required services promptly daily or within
the time period agreed with the Client (the “Deliverables”) during
the course of this Service Agreement.
4.5. Team
The Bidder will provide relevant workforce in sufficient numbers.
The key team shall constitute of the members as defined below:
Positions Number Key skills required
Project Experience of
01 management of
Manager
Similar project
33
Intermediate 01 intermediate manager per Experience in
Managers 20 supervisors. managing team of
Supervisors and
maintaining
record
Supervisors 01 supervisor per 12 cleaning Experience in
staff. managing
team of cleaners
and maintaining
record
02 cleaner per unit comprising of
Cleaners 10 toilets per shift of 08 hours Experience in
totaling 06 cleaners per cleaning of toilets
unit per day (24hours)
AND
01 cleaner per unit comprising of
10 bathrooms per shift of 08hours
totaling 03 cleaners per unit per
day (24 hours)
Sewer line 22 as per below: Experience in
cleaners S.N Camp Skilled workers cleaning of
o. Details required for toilets/sewer lines
clearance of
choked drains
/sewer lines
including STP
1 Yatra Camp
5
Panjtarni
2 Nunwan 10
3 Chandanwari 2
4 Sheshnag 5
Total 22
Note: The bidder shall submit a detailed manpower plan for operation and
maintenance along with the technical proposal
34
of the Bidder's staff or his/her workforce stating the reasons, the
Bidder shall ensure that the person leaves the Site within two days
and has no further connections with the work in the Contract.
35
B. Work Plan.
36
nationalized scheduled commercial bank in favor of
Director Rural Sanitation J&K as per government
rules,. Interest if any shall be charges as per
government rates for the mobilization advance. The
amount paid as advance will be adjusted @ 30 % of
the raised invoice. The payment shall be released as
per the following:
Installments Percentag Payment Schedule
e
After 100 percent
1st installation of the total
Installment 40 toilet (Actual number of
toilet seats, / bathing
facility installed at the site
can vary up to +/- 30%.)
2nd 30 After 30 days of Yatra
Installment commencement
3rd
Installment At the completion of the
30
Yatra period
After run & de-installation
of the toilets and site
clearance and after
submission of all the
documentation
necessitated by the Client
b) The Bidder shall deploy the Personnel as per the deployment
of Personnel proposed.
c) Payment for the services shall be based on performance of
the services. The Bidder shall submit the invoice for the
services/installation performed, along with requisite
supporting documents.
d) Payment to the Bidder shall be made by the Client within 10
37
days from the submission of the Invoice subject to
completion of all codal formalities.
e) The Project Manager and other team members deployed as
per RFP should always be present during the Contract
Period. Review and monitoring of the Bidder’s work.
f) Project estimated cost is fixed for period of 55 days. In case
of work extended beyond 55 days, payment shall be made
basis pro rata basis as per BoQ and negotiation done /
agreed with /by the agency.
g) The Client will check and verify all the toilets/bathrooms
and their quality on a sample basis after installation and
also during the Yatra period regularly on need basis. Based
on the feedback provided by the client or any third party
hired by the client for this purpose, the bidder will take
necessary action to rectify the deficiencies at theearliest.
h) In case, the toilet units installation are delayed because of
any of the reasons pertaining to the department, the
department shall make the full payment for those units
according to the days for which these units were to be
installed at the designated locations.
38
5.ELIGIBILITY AND EVALUATION CRITERIA
39
The Bidder should have successfully
completed at least 3 similar projects of
“toilet/bathroom installation with
operation & maintenance” in the last 3
(three) years in the Central Government,
any State Government, Municipal
bodies, Government Enterprise, or a
public sector company and each of the
projects shall have a minimum work
value of INR Rs. 774 lakhs (Seven Form3 Work completion
Hundred and seventy-Four lakhs. certificate / Certificate
OR for supply of
goods/services from the
The Bidder should have successfully respective client/(s)
completed at least 2 Similar Project of (From an officer not below
“toilet installation with operation & the rank of Executive
maintenance” in the last 3 (three) years Engineer)
in the Central Government, any State
4 Government, Municipal bodies,
Government Enterprise, or a public
sector company and each of the
projects shall have a minimum work
value of INR 968 lakhs (Nine hundred
and sixty-eight lakhs)
OR
40
The participating bidder must disclose
the fact of being blacklisted (including
any process of blacklisting been
initiated against the bidder) by the
6 Central Government, any State Self-declaration
Government, a statutory Client, or a
public sector undertaking from
participating in any project in last 3
(Three) years.
Inventory Details: -
Bidder will submit the inventory
details on the official letterhead and
should have the inventory stock
7 above 80% of the BOQ items Self-declaration
Note: - Only Inventory holder Bidders
will be taken up for Technical
Evaluation & client reserves the right
to verify the inventory details.
The Bidder shall have Positive Net
worth in Only Audited
8 Financial
Three Years (2021-22 & 2022-23&
statements
2023-24).
The participating bidder should not be
/ have been involved in deliberate
concealment/suppression/misreprese
9 ntation of factual information, which Self-declaration
is relevant to the process, especially
when it has the potential to sabotage
the tendering process.
A. The Agency shall comply with all
applicable labour law sand shall
possess a valid labour license under
the Contract Labour (Regulation &
Abolition) Act, 1970, if employing
20 or more workers. The contractor
must submit a copy of the license
10 Copy of the license
before commencing work and
ensure compliance with wages,
benefits, and safety regulations as
per the Minimum Wages Act, 1948,
and other relevant laws.
B. The bidder should submit a valid
labour certificate with adequate
41
manpower.
The Bidder must have a valid ISO Copy of the valid ISO
9001/ISO 14001/ISO 45001 9001/ ISO 14001
11
registration before the publication of /ISO 45001
the tender Certificate
Note:
a) A Similar work is defined as a work wherein the Bidder has
an identical prior experience in installation, deinstallation of
pre-fabricated toilets/ bathrooms, along with their operation
and maintenance.
b) The department shall not entertain any complaint/objection
with regard to the tendering process after 7(seven) days of
the opening of technical bid.
c) Fee means the total contract value for which the bidder was
contracted as primary contractor for major work.
d) Client certifications are mandatory for the Similar Projects.
The certifications must confirm the project attributes like
size, fee, cost, duration, scope, etc.
e) Only Eligible Bidders will be taken up for Technical and
Financial Evaluation.
5.2. Evaluation
The Bidders must meet all the Eligibility criteria set to qualify
as Eligible Bidders. Only those Bidders who have met the
Eligibility Conditions will be considered for Technical
Evaluation. The Technical Proposal will be evaluated on the
basis of Bidder’s experience, its understanding of Scope of
Work, and approach and methodology and work plan. Bids
considered as technically qualified will be eligible for opening
of financial bid.All the Bidders that qualify for the technical
42
evaluation will form a Panel of Shortlisted Bidders. The
Financial bids of only the Shortlisted Bidders will be opened
and evaluated. The Bidder with the lowest financial quote
shall be considered as L1.
43
allotting of the tender to other shortlisted bidders in parts
of the contract is the sole discretion of the department,
including annulment of the Bidding Process.
6.1. Language
This Contract has been executed in English language, which
shall be the binding and controlling language for all matters
relating to the meaning or interpretation of this Contract.
6.2. Notices
Any notice, request or consent required or permitted to be given
or made pursuant to this Contract shall be in writing. Any such
notice, request or consent shall be deemed to have been given or
made when delivered in person to an Authorized Representative
of the Party to whom the communication is addressed. A Party
may change its address for notice hereunder by giving the other
Party notice in writing of such change to the address.
44
6.4. Taxes And Duties
The Financial Bid shall take into account all expenses and tax
liabilities. Further, all payments shall be subject to deduction
of taxes at source as per Applicable Laws.
45
that the Bidder has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, or coercive practices in
competing for, or in executing, the said contract.
6.8. Insurance
The Bidders are expected to maintain insurance cover for the
following events to insure Bidder’s risks against:
i. Loss of or damage to the Works, Plant and Materials
ii. Loss of or damage to Equipment, property in connection with
the Contract; and
iii. Personal injury or death of the employees
For any other events that may be applicable, the Client does
not take any responsibility for insurance coverage in case of
any mis- happening. The Department may ask the successful
bidder to submit the documentary evidence for the insurance
done.
In case any services are not found as per the prescribed norms
or is not carried out in time, the Client may impose liquidated
damages on the Bidder. The maximum liquidated damages
46
imposed shall not exceed the accepted contract amount.
If the Bidder delays the works or the work is not satisfactory, the
Client may execute the work at the risk and at the cost of the
Bidder from any other service providing agency.
47
8. OTHER CONDITIONS
8.1. Force Majeure Definition
For the purpose of this Agreement, “Force Majeure” means an
event which is beyond the reasonable control of a Party, and
which makes a Party’s 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.
49
8.5. Extension of Contract
The Bidder shall perform the services and carry out their
obligations hereunder with all due diligence, efficiency, and
economy, in accordance with generally accepted professional
standards and practices, and shall observe sound management
practices, and employ appropriate technology, safe and effective
equipment, machinery, materials, and methods. The bidder
shall always act, in respect of any matter relating to this
contract or to the services, as faithful advisers to the client, and
shall at all times support and safeguard the client’s legitimate
interests in any dealings with third Parties.
c. Confidentiality
53
d. Documents prepared by the Bidder to be
the property of the Client
i. All deliverables in the form of data, software (rights
thereof),web application server details, login credentials,
designs, utilities, tools, models, systems and other
methodologies and know-how (“Materials”) submitted by
the Bidder under this Contract shall, not later than upon
termination or expiration of this Contract, be delivered to
the Client, together with a detailed inventory thereof.
54
e. Accounting
The Bidder shall keep accurate and systematic accounts and
records in respect of the Services here under, in accordance with
internationally accepted accounting principles and in such form
and detail as will clearly identify all relevant time changes and
costs, and the bases thereof.
f. Obligations of the Client
55
Good Faith and Indemnity
The Parties undertake to act in good faith with respect to
each other’s rights under this Contract and to adopt all
reasonable measures to ensure the realization of the
objectives of this Contract.
56
Penalty Rs. 2000 per seat/bathroom per day will be
imposed incase successful bidder is unable to install
required unit before specified date. The penalty would be
based on the track clearance/ permission from the
competent authority.
In case the services provided by the bidder are found to be
unsatisfactory or if any incidence of misbehavior by the
staff of the bidder is reported or service is not provided in
time, then the Client may impose a penalty up to INR
1000/-per unit/per day in such case. However, amount of
penalty shall be subject to final decision of authority.
The Client shall impose penalty if any staff personnel, on
duty or otherwise, is found under the influence of any
drug or intoxicants or found guilty of misconduct or
attempts to claim false attendance. The Client may impose
a penalty up to INR 2000/- per incidence.
The failure to employ adequate number of persons
resulting in substandard service will be considered as
breach of the terms and conditions under the agreement.
The Client may impose a penalty depending upon the
quantum of breach for such cases.
The bidder has to submit weekly work plan. If the Client is
not satisfied with the progress and quality of the work by
the bidder, the Client may impose a penalty up to INR
5000/-per day per location.
In the event of failure of the bidder to recoup the quality
in the mutually agreed timeframe, the Client shall be
57
entitled to terminate the contract and forfeit performance
security followed by blacklisting of the said bidder. The
Client may impose additional penalty depending upon the
quantum of breach for such cases.
The Client will provide the bidder free of cost water and
electricity for the execution of work. The bidder should
keep the usage of the water and electricity to a reasonable
level. If misuse of water and electricity is found, the Client
reserves the right/option to levy penalty on the bidder up
to INR 5000/- or the amount of wastage, whichever is
higher.
i. Settlement of Disputes
This Contract shall be governed by, and construed in
accordance with, the laws of India.
i. Amicable settlement
The Parties agree that the avoidance or early resolution of
disputes is crucial for a smooth execution of the Contract
and the success of the assignment. The Parties shall use
their best efforts to settle amicably all disputes arising out of
or in connection with this Contract or its interpretation.
58
attempts, which shall continue for not lessthan30
(thirty)days, gives a notice to this effect, to the other party in
writing.
59
ANNEXURE A: Technical Proposal
FORM1: Technical Proposal Submission Form (Location, Date)
60
FORM 2: Financial capacity of the Bidder
3.
61
FORM 3: Eligible assignments of the Bidder
62
FORM 4: Bidder’s organization and experience
63
FORM 5: Declaration for not being barred by the Central
Government, any State Government, a statutory Client,
or a public sector
Declaration
Sir/Madam,
Designation:
64
FORM 6: Declaration from bidder
Declaration that, during the last three years, the Bidder has
neither failed to perform on any agreement, as evidenced by
imposition of a penalty by an arbitral or judicial Client or a
judicial pronouncement or arbitration award against the Bidder,
nor been expelled from any project or agreement nor have had
any agreement terminated for breach by such Bidder.
Sir/Madam,
65
J&K. We also declare that our Company/ LLP /Partnership/
Society / Proprietorship <Please delete whichever is not
applicable> has during the last three years, neither failed to
perform on any agreement, nor has been evidenced by
imposition of a penalty by an arbitral or judicial Client or a
judicial pronouncement or arbitration award, nor been expelled
from any project or agreement nor have had any agreement
terminated for breach by us.
Sincerely,
(Signature of the Authorized Person)
Name: Designation:
66
FORM 7–Financial Proposal Letter
(Date)
Dear Sir,
We have read and examined the RFP document dated XX-MM-
YYYY complete with the Terms of reference, Instructions to
Bidders and General Conditions of Contract.
Our financial quote for the provision of services as per the
conditions of the RFP are enclosed as Annexure B.
The financial proposal submitted is unconditional and fulfils all
the requirements of the RFP document. Provisions for GST and
reimbursable expenses shall be as per the terms stated in
Clause 4.7 and Annexure B of the RFP document.
Our Financial Proposal shall be binding upon us up to
expiration of the validity period of the proposal. We understand
the Client is not bound to accept any proposal that is received.
67
ANNEXURE B: Financial Bid
Financial quote for provision of services in compliance with all
conditions of the RFP
The Quoted Rate shall be inclusive of rental price of the
Toilet/Bathroom units supplied, installation of units on site,
construction of allied infrastructure, sub-structure works and
containment provisions, O&M manpower, ICT based monitoring,
maintenance & repairs, transportation cost, consumables cost, un-
installation cost, if any etc. complete.
For development of toilet complex more than 1 seat/bath, the
calculation for payments will be done on per number/per
seat/bath basis. Necessary wash basins and water tanks etc. to be
provided by the successful bidder. No extra payment shall be made
for infrastructure for developing the toilet/bathroom complex.
Financial Bid
Rate per
Final
unit basis
S. Item Qty. Amount
(INR)
No (INR)
(inclusive
of all taxes)
Hiring, installation &de- installation of
Toilets made of Fiber Reinforced
Plastic (FRP) with O & M including
1 adequate consumables and with leach
pit and trenches at Base camp
locations (for fifty-five of yatra period)
Hiring, installation &de- installation of
2
Bathrooms made of Fiber Reinforced
Plastic (FRP) with O & M including
adequate consumables and with soak
pits (for fifty-five of yatra period)
Soak pits with grease trap for grey
3
water management at langar locations
Project Manager (for fifty-five days of
4
yatra period)
5 Intermediate Managers (for fifty-five
days of yatra period)
6 Supervisors (for fifty-five days of yatra
period)
68
Cleaners (for fifty-five days of yatra
7 period)
8 Sewer cleaners (for fifty-five days of
yatra period)
9 QR code Grievance Rehearsal (for fifty-
five days of yatra period)
Total
69
ANNEXURE-C – Details of locations
Locations and the number of the toilets are subject to Change.
S.N Name of the Camp Bathroo
Toilets
o (Pahalgam Axis) m
1 Mir Bazar 50 50
Poshpathri 90
Poshpathri to
3 Daradkote 0 20
Dardkote
Kelnar 0
4 Nunwan 225 0
5 Chandanwari 235 15
Pissutop and
6 100 5
Adjoining Areas
Zojibal and
7 75 5
Adjoining Areas
Sheshnag and
8 650 30
Adjoining Area
Wavabal
9 35 5
Adjoining Areas
MG Top and
10 35 5
adjoining areas
Total 2215 285