0% found this document useful (0 votes)
65 views70 pages

Tendernotice 1

The document is a Request for Proposal (RFP) issued by the State Procurement and Supplies Agency for the hiring, installation, and maintenance of prefabricated toilets and bathrooms for the Amarnath Yatra 2025 in Jammu and Kashmir. It outlines the scope of work, eligibility criteria, and bidding process, including key dates and financial requirements. The estimated project cost is approximately 19.35 crore INR, and the contract duration is 55 days.

Uploaded by

abhig110499
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
65 views70 pages

Tendernotice 1

The document is a Request for Proposal (RFP) issued by the State Procurement and Supplies Agency for the hiring, installation, and maintenance of prefabricated toilets and bathrooms for the Amarnath Yatra 2025 in Jammu and Kashmir. It outlines the scope of work, eligibility criteria, and bidding process, including key dates and financial requirements. The estimated project cost is approximately 19.35 crore INR, and the contract duration is 55 days.

Uploaded by

abhig110499
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 70

STATE PROCUREMENT AND SUPPLIES AGENCY,

AGENCY
DEPARTMENT OF RURAL DEVELOPMENT AND PANCHAYATIRAJ
E
E-mail: [email protected]

Request For Proposal


For
Hiring, installation, and de
de-installation
installation of
prefabricated 2215
215 toilets, 285 bathrooms along
with safe on-site/off
site/off-site
site Feacal management and
40 soak pits for greywater disposal system and
Cleaning, Operation & Maintenance of same for
Amarnath yatra 2025 at different locations
enroute to Shri Amarnath Shrine (Pahalgam Axis)
in J&K

E- NIT No.: SPSA/RDD/SANJAY PAHALGAM 2025/


2025/295
295

Date: 21-03-2025

1
Disclaimer

This Request for Proposal (RFP) document for Hiring, installation,


and de-installation of prefabricated 2215 toilets, 285 bathrooms
along with safe on-site/off-site Feacal management and 40 soak
pits for greywater disposal system and Cleaning, Operation &
Maintenance of same for Amarnath yatra 2025 at different
locations enroute to Shri Amarnath Shrine (Pahalgam Axis) in J&K
(hereinafter referred to as the “Project”), contains brief information
about the scope of work and qualification process for the selection
of bidder. The purpose of the RFP Document is to provide the
bidders (hereinafter referred to as “Bidder/s”) with information to
assist the formulation of their proposals (hereinafter referred to as
the“Proposal/s”).

This RFP is not an agreement and is neither an offer by the


Director General, Rural Sanitation, J&K (herein after referred to
as the “Client” to the prospective Bidder or any other person. The
purpose of this RFP is to provide interested parties with
information that may be useful to them in making their Financial
Bids pursuant to this RFP.

While all efforts have been made to ensure the accuracy of


information contained in this RFP Document, this document does
not purport to contain all the information required by the
bidders. The bidders should conduct their own independent
assessment, investigations and analysis and should check the
reliability, accuracy, and completeness of the information at their
end and obtain independent advice from relevant sources, as

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.

The Client reserves the right to accept or reject any or all


proposals without giving any reasons thereof. The Client will not
entertain or be liable for any claim for costs and expenses in
relation to the preparation of the Proposals to be submitted in
response to this RFP Document.

Information provided in this RFP to the Bidder(s) is on a wide


range of matters, some of which may depend upon interpretation
of law. The information given is not intended to be an exhaustive
account of statutory requirements and should not be regarded as
a complete or authoritative statement of law.

The Client accepts no responsibility for the accuracy or otherwise


for any interpretation or opinion on law expressed herein.

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

Name of the bid Hiring, installation, and de-


installation of prefabricated 2215
toilets, 285 bathrooms along with
safe on-site/off-site Feacal
management and 40 soak pits for
grey water disposal system and
2 Cleaning, Operation &
Maintenance of same for
Amarnath yatra 2025 at different
locations enroute to Shri
Amarnath Shrine (Pahalgam Axis)
in J&K
Time period of contract
3 55 days
Project Estimated Approx. 19.35 cr (inclusive of all
4 Cost applicable taxes)
Method of selection The technically qualified L1
bidder (Responsive Lowest
Bidder)

If L1 doesn’t have the capacity to


5 supply the required quantities
within the time period, the offer to
supply may be given to L2, L3
onwards, after giving first right to
accept toL1, at L1 rates.
Bid processing fee Non-refundable fee of INR
10000.00
To be submitted in the following
bank detail:
Account No.-
6 0375010200000002
Name - CEO/MDSPSA
Bank - J&K Bank
Branch Trikuta Nagar,
Jammu
IFSC -JAKA0TRIKOT

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.)

2. GENERAL CONDITIONS OF CONTRACT


Unless the context otherwise requires, the following terms
whenever used in this Contract have the following meanings:
i. “Applicable Law” means the laws and any other instruments
having the force of law in India as they may be issued and
be in force from time to time;
ii. “Bidder” means any private or public entity that will provide
the Services to the Client (“the Client”) under the Contract.
iii. “Client” means the Authority with which the Bidder signs

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.

b. The RFP is non-transferable, and Proposals shall be submitted


only by the respective Bidders to whom Client has issued the
RFP.

3.2. Proposal preparation cost


1. The Bidders shall bear all costs associated with the preparation
and submission of the Proposal. Client will not be responsible
and liable for any costs, regardless of the conduct or outcome of
the Proposal/process.
2. Bidders are encouraged to submit their respective Proposals
after visiting the office of the Client and ascertaining for
themselves the availability of documents and other data with the
Client, Applicable Laws and regulations or any other matter
considered relevant by them.

3. All papers submitted with the Proposal are neither returnable


nor claimable.

3.3. Right to accept and reject any or all the Proposals.


Notwithstanding anything contained in this RFP, CEO, SPSA
reserves the right to accept or reject any Proposal and to annul
the bidding process and reject all the Proposals, at any time

10
without any liability or any obligation for such acceptance,
rejection, or annulment, without assigning any reason.

CEO, SPSA reserves the right to reject any Proposal if:

i. At any time, a material misrepresentation is made or


discovered, or

ii. The Bidder/s do/does not respond promptly and diligently


to requests for supplement information required for the
evaluation of Proposals, or

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.

b. Bidders requiring any clarification on the RFP may notify the


SPSA by e-mail id: [email protected] with a copy to
[email protected] or in writing at the following address.

STATE PROCUREMENT AND SUPPLIES AGENCY


SECTOR: 1 TRIKUTA NAGAR, JAMMU, J&K-180020

c. The Bidder should send in their queries at least one day


before the date mentioned in the Pre-Bid meeting in the
following format:

11
Sr. RFP Document Suggested
Existing
Clause No. and Change/ Rationale
No Provisio Clarification
Page No.
n

d. Copies of response, including a description of the clarification


sought will be forwarded to all the Bidders without naming
the party which has sought clarification. Nonverbal response
by SPSA will in any way be binding to SPSA with respect to
this RFP.

e. No liability whatsoever will be admitted by SPSA, nor will any


claim be entertained, with respect to errors or ambiguities
contained in the RFP, which the bidder may request SPSA to
rectify.

f. The SPSA may also on its own motion, if deemed necessary,


issue interpretations and clarifications to all bidders. All
clarifications and interpretations issued by the SPSA shall be
deemed to be part of the RFP and shall be complied with by
the Bidders. Verbal clarifications and information given by
SPSA, or its employees or representatives shall not in any way
or manner be binding on the SPSA.

g. The Client reserves the right not to respond to any queries or


provide any clarifications, in its sole discretion, and nothing
in this regard shall be construed as obliging the Client to
respond to any question or to provide any clarification.

3.5. Amendment of the RFP


a. At any time prior to the Proposal Due Date (PDD), the Client, for
any reason, whether at its own initiative or in response to a
clarification requested by eligible Bidder/s, may modify the RFP
12
by issuance of an addendum. Such amendments shall be
uploaded on the e- procurement website www.jktenders.gov.in
through a corrigendum and this shall form an integral part of
the e-bid / Proposal document. The relevant clauses of the e-
bid/Proposal document shall be treated as amended
accordingly. It shall be the sole responsibility of the prospective
Bidder to check the above-mentioned websites from time to time
for any amendment in the RFP document/s. The Client shall not
be responsible for failure to get/download the amendments.

b. In order to provide the Bidders a reasonable time to examine the


addendum, or for any other reason, Client may, at its own
discretion, extend the Proposal Due Date.

c. Data identification and collection: It is desirable that the Bidders


submit their Proposal after verifying the availability of the data,
information and/or any other matter considered relevant.

d. It would be deemed that by submitting the Proposal, the Bidder


has:

i. Made a complete and careful examination and accepted the


RFP in totality;
ii. Received all relevant information requested from Client
and;
iii. Made a complete and careful examination of the various
aspects of the Scope of Work.
iv. Client shall not be liable for any mistake or error on the
part of the bidder in respect of the above.

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).

3.7. Proposal validity period and extension


a) Proposals shall remain valid for a period of 180 Days from
the Proposal Due Date ("Proposal Validity Period") and Client
may solicit the Bidder’s consent for extension of the period
of validity, if required. Client reserves the right to reject any
Proposal, which does not meet this requirement.
b) In exceptional circumstances, prior to expiry of the original
Proposal Validity Period, Client may request Bidders to
extend the validity period for specified additional period.
Bidders, who may not extend the validity period, will deem
to have withdrawn their Proposal at the expiry of validity
period.

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.

3.9. Cost of document & Processing Fee

a) The cost of RFP document is INR 10,000/- (Rupees Ten


Thousand only). All bidders are required to pay RFP
document fee through RTGS. Bidders can download the
tender document from JK e- tendering website
(www.jktenders.gov.in) and remit the cost of the bid
document of requisite value (as applicable) along with their
response to the tender document in the form of a
/NEFT/RTGS favoring of CEO/MD SPSA, Jammu

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.

3.10. Late submission


The server time indicated in the bid management window
on the e- procurement website jktenders.gov.in will be the
time by which the e-bid/Proposal submission activity will
be allowed till the permissible date and time scheduled in
the e-tender. Once the e- bid/Proposal submission date
and time is over, the Bidder cannot submit his/her e-
bid/Proposal. The bidder has to start the bid submission
well in advance so that the submission process passes off
smoothly. The Bidder will only be held responsible if
his/her e- bid/Proposal is not submitted in time due to any
of his/her problems/faults, for whatsoever reason, during
the e-bid/Proposal submission process.

3.11. Withdrawal and re-submission of Proposal


a) At any point of time, a Bidder can withdraw his/her
Proposal submitted online before the proposal due date. For
withdrawing, the Bidder should first log in using his/her
login ID and password and subsequently by his/her DSC on
the e-procurement website www.jktenders.gov.in.The Bidder
should then select "My bids" option in the bid submission

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.

3.12. Selection of the Bidder


From the time the Proposals are opened to the time the
contract is awarded, if any bidder wishes to contact the
Client, on any matter related to their proposal it should do
so in writing. Any effort by the Bidders to influence any
officer or bearer of the Client in the proposal evaluation or
contract award decisions may result in the rejection of the
Bidder’s proposal.
a) Proposal opening

i. After the technical evaluation, the Client shall prepare a


list of pre-qualified Bidders in terms of Clause 5 for
opening of their financial bid. A date, time and venue will
be notified to all Bidders for announcing the result of
evaluation and opening of Financial Bid. Before opening of
the Financial Bid, the list of qualified Bidders post
technical evaluation by the purchase committee will be
read out. The opening of Financial Bid shall be done in
18
presence of respective representatives of Bidders who
choose to be present. The Client will not entertain any
query or clarification from Bidder who fail to qualify at any
stage of the selection process.
ii. Bidders are advised that itsselection shall be entirely at the
discretion of the Client. Bidders shall be deemed to have
understood and agreed that the Client shall not be required
to provide any explanation or justification in respect to any
aspect of this selection process.
iii. Any information contained in the Proposal shall not in any
way be construed as binding on the Client, its agents,
successors or assigns, but shall be binding against the
Bidder if the service is subsequently awarded to it.
b) Opening of Proposals

i. Client will open all technical bids/ proposals, in the


presence of Bidder`s representatives who choose to attend
on the prescribed date of opening at the Client office.
ii. The Bidder’s representatives who are present shall sign a
register evidencing their attendance. In the event of the
specified date e-bid/Proposal opening being declared a
holiday for the Client, the e–bids shall be opened at the
appointed time and place on the next working day. The
Bidder who is participating in e-bid/ Proposal should
ensure that the RTGS of Fee mentioned in the Data sheet
must be submitted in the prescribed account of Client
within the duration (strictly within opening & closing date
and time of individual e-bid/Proposal) of the work as
19
mentioned in RFP, otherwise, in any case, bid shall be
rejected.
iii. The Bidders names and the presence or absence of
requisite e-bid/Proposal security and such other details as
the Client at its discretion may consider appropriate, will
be announced at the opening. The names of such Bidders
not meeting the technical specifications and qualification
requirement shall be notified subsequently.
iv. The Client will prepare minutes of e-bid/Proposal opening.
c) Tests of responsiveness

i. Prior to evaluation of the Proposals, Client will determine


whether each Proposal is responsive to the requirements of
the RFP. The Proposals shall be considered responsive if:
a. It is received or deemed to be received by the due date
and time including any extension thereof pursuant to the
Data Sheet.
b. It contains all information as desired in this RFP.
c. Information is provided as per the formats specified in the
RFP.
d. It mentions the validity period as set out in Data Sheet.
e. Bids are accompanied with Bid Processing Fee (non-
refundable) and EMD as specified in the Date Sheet of
this RFP. EMD shall remain valid for a period of forty-five
days beyond the final bid validity period.
f. EMD of the unsuccessful bidders will be returned to them
at the earliest after expiry of the final bid validity and
latest within one month after the award of the contract.
20
ii. Client reserves the right to reject any Proposal which is
non- responsive and no request for alteration, modification,
substitution, or withdrawal shall be entertained by Client
in respect of such Proposal.
d) Clarifications sought by Client

i. To assist in the process of evaluation of Proposals, Client


may, at its sole discretion, ask any Bidder for clarification
on its Proposal. The request for clarification and the
response shall be in writing. No change in the substance of
the Proposal would be permitted by way of such
clarifications.
e) Proposal evaluation

i. Submissions from bidders would first be checked for


responsiveness as set out in Clause 5
ii. All Proposals found to be substantially responsive shall be
evaluated as per the Technical/ Evaluation Criteria set out
in Clause 5.2 & 5.3 of this RFP.
iii. The proposal containing the Technical Details in Clause 5
of the Bidder/s who don’t meet the Technical Criteria shall
not be considered for further process.
iv. The Client shall issue Letter of Acceptance (LOA).
f) Performance Guarantee

The successful bidder shall furnish a Performance Guarantee at


the time of contract signing amounting to 3 % of contract value in
form of Bank Guarantee (BG), which should be valid for 03 months
beyond the yatra period. The BG shall be returned after the expiry

21
of the period of 03months after yatra completion. The BG should
be from any nationalized bank.

Further, in case the work is not completed within timelines or is


unsatisfactory, the BG in that case will be forfeited.

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.

4.1. Scope of services


a) The requirement of different toilets and bathrooms on hiring
basis, including cleaning, upkeep ensuring safe sanitation
and hygiene and maintenance and de-installation after its
use is tabulated as under:

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.

b) In addition to the above-mentioned extent of scope, total

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.

4.2. Specifications for various type of toilets,


bathrooms etc. are asunder follows:

i) Toilets (With leach pit)

a) Toilet cabin shall be of FRP (Fiber Reinforced Plastic)


material.
b) Minimum Size: 3’X3’X7’
c) Lockable door facility with roof.
d) For every10 toilet seats, all toilet seats would be of Indian
type in case of non-motorable road access. It should be 7
Indian type and 3 western types at locations which are

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)

a) Bath cabin shall be of FRP (Fiber Reinforced Plastic)


material.
b) Minimum Size: 3’X3’X7’
c) Lockable door facility with roof.
d) Design to be enclosed with layout of bathroom and got
approved by the client.
24
e) With proper arrangement for ventilation & light.
f) Each unit waste pipe shall be connected to soak pit.
g) Water Containment provisions need to be made of 500
liters/toilet unit along with tap water connecting inside
every bathroom from the nearest PHE water pipe.
h) At least 1 soak pit per 10 bathrooms confirming to the
standards.
iii) Specification of Leach pit & soak pits
a) Leach pit needs to be properly constructed with stone
pitching and GI sheet cover.
b) Leach pit shall be of standard size as per toilet sheet (3’ X 3’)
c) At the locations connected by road, cesspool vehicle will be
provided by the department.
d) At other locations, another leach pit must be dug as per the
requirement of the bidder.
e) Provision for Microbial Consortium @ 15 to 20 ML per Toilet
f) Soak pits (size 3’ X 3’) for bathrooms shall be developed
atleast one for each unit (i.e. 10 bathrooms).
g) Additional, soak pits for grey water management shall also
be developed for used water discharge from the langar.
h) Soak pits for grey water shall be developed at the langar
locations across the trek route.
i) Soak pits for langar locations shall have a grease trap before
soak pit.
j) Soak pit for langar grey water management shall be 2.5 X
2.5 X 2 mtrs.)
k) Locations of grey water management soak pits shall be

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:

a) Preparation of layout, plan etc. as per the parcel of land


availability in each sector
b) Proper cleaning arrangements should be ensured.
c) Geo-tagged photographs of the installed Toilets and
Bathrooms before, during and after the completion of the job
duly authenticated by the competent authority shall share
with the Directorate of Rural Sanitation authorities wherever
internet facility is available.
d) Final invoicesraised by the bidder after completion of yatra
should be duly verified and authenticated by the competent
authority for the total amount to be disbursed to the bidder
and also for the said task having been accomplished fruitfully
in accordance to the required specifications cited in the RFP
document.
e) Adequate number of dust bins (twin bins) to be provided per
unit of toilets/bathrooms.
f) Locations and the number of the toilets are subject to
Change and shall be communicated by the nodal officers of
RDD before installation.
g) The toilet/bathroom unit is to be operated as a no-smoking
zone and proper indication board in this regard should be
displayed.
26
h) All water pipes, drainage and waste pipes should be
concealed.
i) The layout plan containing size, orientation etc. of toilets
and bathrooms showing plumbing layout and various
fixtures like taps, water closets, mirror etc. including
electrical fixtures as also materials to be used for different
purpose, should be got approved from the client.
j) Provisioning of water connection & electricity connection
upto the toilet block installation site shall be in the scope of
client. However, successful bidder shall raise request for
same.
k) Provision of partition for male & female toilet blocks must be
made at each location wherein separate entrance for males
and females must be maintained. All the female toilets shall
be color coded with pink color at each location/set of toilets.
Ratio of male and female toilets shall be in the ratio of
60:40.
l) Vending machines at each toilet block shall be provided in
female toilets.
m) After completion of the service period, de-installation of the
facility (Installed/constructed toilets and bathrooms) and
allied sanitation infrastructure created should be started
and brought to zero ground level by 15th September 2025. It
is contractor responsibility to make good the ground after
de-installation.
n) The Bidder shall comply with all applicable environmental
and labor norms.

27
o) Nodal officers of RDD shall identify the location for
installation of toilets.
v) Timelines

a) The transportation of materials at site should be done 20


days before the commencement of yatra upto motorable
road.
b) Installation of all toilets shall be completed by 15 days
before the commencement of yatra.
c) Functionality of all toilets shall be completed by 10 days
before the commencement of yatra.
d) Labour should be deployed on the site by 10 days before the
commencement of yatra.
e) If the track is not clear for access, the successful bidder
shall be given additional time as agreed.
vi) Operation & Maintenance

a) Operation and maintenance of the newly installed


toilets and bathrooms shall also be taken care by the
successful bidder for the period of 55 days i.e from 22th
June 2025 to 16th Aug 2025.
b) The number of toilets / baths shall decrease as per the
actual requirement for a period of 7 days beyond 9th
August ,2025.
c) All the cleaners must have necessary Personal Protective
Equipment (hand gloves, shoes etc.) at all times.
• QR Code-Based Grievance Redressal System for Shri
Amarnath Ji Yatra Toilets. A QR code-based Grievance
Redressal System for toilets during the Shri Amarnath Ji

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.

Daily attendance of the workers duly signed by the authorized


signatories of successful bidder and nodal officer of RDD shall
be submitted to the department.

4.4. Material Supply


The Bidder shall ensure the proper stock of all the materials (viz:
cleaning agents, machinery, disinfectants etc., as mentioned in
the scope of the services/work) readily available in the store and
shall be verified by the representative of the Client.

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

The Bidder shall deploy/nominate Project Manager. The Project


Manager shall not be changed during the contract period. If the
Bidder wants to change the Project Manager under unavoidable
circumstances, the same shall be done only after approval from the
Client.

If the Client, asks the Bidder to remove a person who is a member

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.

4.6. Approach and Methodology


The Technical approach with methodology and work plan is the
key component of the Technical Proposal. The Bidder is
suggested to present its Technical Proposal divided into the
following chapters:

A. Technical Approach and Methodology.

In this chapter the Bidder should explain the understanding


of the objectives of the;
• Assignment understanding,
• Approach to the services,
• Detailed specifications for each type of toilets and
bathrooms,
• Methodology for carrying out the installation activities for
toilets/bathrooms,
• Construction methodology adopted for soak pits/leach
pits, trenches etc.
• Quality checks and the resource deployment (machinery,
manpower and material for installation).
• Operations and maintenance related aspects such as
suction, odour control initiatives, and frequency of
cleaning of each toilet/bathroom, number of wash basins
and hand wash provisions and steps to maintain overall
cleanliness in the toilet/bathroom complex.

35
B. Work Plan.

In this chapter the Bidder should propose the main activities


of.
• Installation process, their content and duration,
• Phasing and inter relations,
• Milestones (including interim approvals by the Client) and
delivery dates. ICT basedmonitoring mechanism to be
deployed by the Bidder to monitor the overall
operations of the toilets.

The proposed work plan should be consistent with technical


approach and methodology, showing understanding of the
TOR and ability to translate them into a feasible working
plan.

C. Organization and Staffing.

D. In this chapter the Bidder should propose the structure and


composition of the proposed team (during installation and
during the operation & maintenance period of 55 days). The
Bidder should list the main disciplines of the assignment,
the key expert responsible, and proposed technical and
support staff.

4.7. Payment schedule, deliverables, and timelines


The Payment shall be made as per the following schedule:
a) The payment to the extent of 30 % shall be released as
mobilization advance against an equal amount of bank
guarantee (Valid till three months beyond the yatra
ending date which is 9th August, 2025.) from

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.

4.8. Bid Variable


The bidder has to quote the rate of individual item per day
basis and cumulative total amount with taxes as applicable
shall be considered for financial Evaluation.
Minimum 40 days payment shall be made to the successful
bidder in case of any reduction of number days in yatra due to
any event of force majeure as per Clause 8.1 of this RFP.

38
5.ELIGIBILITY AND EVALUATION CRITERIA

5.1. Eligibility criteria


The Bidder must meet all the Eligibility criteria set out in this
Clause to qualify as Eligible Bidder. To be eligible for
evaluation of its Bid, the Bidder shall fulfill the following pre-
qualifying Criteria:
Documentary proof to
S. No Eligibility Conditions be submitted
The Bidder should be a Company Company Registration
registered under the Companies Act certificate/
or Partnership firm registered under partnership deedor
1 the Partnership Act of 1932 or other relevant
registered (converted to) under the document pertaining
to registration or
Indian Limited Liability Partnership
partnership.
Act, 2008.
The Bidder should have at least (Three)
years’ experience in the field of
Sanitation with “Operation & Documentary Evidence
2
Maintenance” in the Central required for similar work
Government, any State Government, or
a public sector company.
The Bidder should have an Average
Annual Turnover of at-least 5.8( c r ) in
the last 3(three) financial year and a
minimum of 75 % of aggregate turnover
in the field of sanitation including Form 2 and Audited
“operation & maintenance”. The three Financial
3 financial years to be considered are statements/Provisional
2021-22, 2022-23,2 023-24. However, Financial Statement for
the client shall reserve the right to financial year 2024-25
consider Provisional Financial
Statement certified by CA for the
financial year 2024-25 to determine the
eligibility of the bidder.

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

The Bidder should have successfully


completed at least 1 Similar Project of
“toilet installation with operation
&maintenance” in the last 3 (three)
years in the Central Government, any
State Government, Municipal bodies,
Government Enterprise, ora
publicsector company and each of the
projects shall have a minimum work
value of INR 1548 lakhs, (one thousand
and five hundred and forty-eight lakhs).
Any bidder or its associate, if
participating in the bid, is
barred/blacklisted by the Central
Government, any State Government, a Undertaking as per Form
5
statutory Client, or a public sector 5
undertaking from participating inany
project in last 3 (Three) years, would
not be eligible for technical Evaluation.

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.

5.3. Technical Evaluation


Only those Bidders who have met the Eligibility Conditions in
Clause 5.1 will be considered for Technical Evaluation. The
technical evaluation of the shortlisted bidders shall be done by
the Purchase committee constituted by the client.
The bidders are required to submit a comprehensive
proposal outlining the process flow, system functionality,
and the approach employed for the QR code-based
Grievance Redressal system.

5.4. Financial Evaluation


All the Bidders who qualify for the technical 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.
Further, in case of disqualification/ rejection after selection of
final Bidder, the department reserves the right to:
i. If the L1 bidder fails or shows his inability to supply the
full requirement within the specified period, the client
reserves the right to allot work on proportionate basis to
L2, L3 etc. on the L1 rates. The first right to reject remains
with the L1 bidder.
ii. Take any such measure as may be deemed fit, including

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. LAW GOVERNING CONTRACT


This Contract, its meaning and interpretation, and the relation
between the Parties shall be governed by the Applicable Law

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.

6.3. Authorized Representatives


Any action required or permitted to be taken, and any document
required or permitted to be executed under this Contract by the
Client or the Bidder may be taken or executed by the officials
specified in the Contract.

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.

6.5. Fraud And Corruption


For the purpose of this Contract, the terms set forth below as
defined as follows:
“Corrupt Practice” means offering, receiving, or soliciting, directly
or indirectly, of anything of value to influence the action of a public
official in the selection process or in contract execution;
i. “Fraudulent practice” means misrepresentation or omission of
facts to influence the selection process or the execution of a
contract.
ii. “Collusive Practices” means a scheme or arrangement
between two or more Bidders, with or without the knowledge
of the Client, designed to establish prices at artificial, non-
competitive levels;
iii. “Coercive practices” means harming or threatening to harm,
directly or indirectly, persons or their property to influence
their participation in a procurement process or affect the
execution of the contract.

6.6. Measures to be taken

The Client will cancel the Contract if representatives of the


Bidder are engaged in corrupt, fraudulent, collusive, or coercive
practices during the selection process or during the execution
of the contract;

The Client will sanction the Bidder, including declaring the


bidder ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it is, at any time determined

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.

6.7. Limitation of Liability


The Contract will require that the aggregate liability of the
bidder under this Contract, or otherwise in connection with the
services to be performed hereunder, shall in no event exceed the
total fees payable to the Bidder hereunder. The preceding
limitation shall not apply to liability arising as a result of the
Bidder's fraud in performance of the services hereunder.

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.

6.9. Liquidated Damages

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.

7. COMMENCEMENT, COMPLETION, MODIFICATION AND


TERMINATION OF CONTRACT
a) Effectiveness of Contract
This Contract shall come into effect from the date both
Parties sign the Contract. The successful bidder shall be
responsible for executing an agreement between the parties
within a week after the award of the contract.
b) Commencement of Services
The successful bidder shall begin carrying out the Services
not later than 15 days after the Effective Date specified in
the RFP or the Contract.
c) Expiration of Contract
Unless terminated earlier pursuant to Clause 3.7 hereof,
this Contract shall expire at the end of such time period
after the Effective Date as specified in the RFP or the
Contract.
d) Modifications or Variations
Any modification or variation of the terms and conditions of
this Contract, including any modification or variation of the
scope of the Services, may only be made by written
agreement between the Parties.

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.

Force Majeure shall not include;

• Any event which is caused by the negligence or intentional


action of a Party or such Party’s Sub-Consultant or agents or
employees, nor

• Any event which a diligent Party could reasonably have been


expected to both

• Take into account at the time of the conclusion of this


Agreement, and

 Avoid or over come in the carrying out of its obligations


hereunder.

 Force Majeure shall not include insufficiency of funds or


failure to make any payment required hereunder.
48
8.1.1. Mobilization Advance
 The successful bidder shall receive a minimum payment for
40 days, even if the Yatra duration is reduced due to a force
majeure event, as per Clause 8.1 of this RFP. Additionally, if
a mobilization advance is issued (equivalent to 30% of the
contract value, secured by a bank guarantee of the same
amount), it will be adjusted accordingly.

8.2. No Breach Of Contract


The failure of a Party to fulfill any of its obligations under the
Contract shall not be considered to be a breach of, or default,
under this Contract in so far as such in ability arises from an
event of Force Majeure, provided that the Party affected by such
an event (a) has taken all reasonable precautions, due care and
reasonable alternative measures in order to carry out the terms
and conditions of this Contract, and (b) has informed the other
Party as soon as possible about the occurrence of such an event.

8.3. Extension Of Time


Due to fixed time of yatra, no extension of time can be given
under any circumstances. However, the same can be considered
in case (snow clearance on tracks) track clearance is still to be
done.

8.4. Termination of Contract


The Department of Rural Development / Director General Rural
Sanitation J&K may terminate the Contract with immediate effect
by serving prior written notice to the other party if services are
not possible to be rendered as per applicable laws or professional
obligations.

49
8.5. Extension of Contract

The contract once finalized for SANJY 2025 may be extended by


one year for Shri Amarnath Ji Yatra 2026, based on the
successful/ Satisfactory performance/ completion of work in the
light of agreement between the parties during SANJY 2025,
subject to the approval of Competent Authority.
Satisfactory performance shall be based on the written inputs
received from the District Magistrate, Yatra Nodal Officers and
concerned officers deployed by the Department of Rural
Development and Panchayati Raj, subject to the approval of
Competent Authority.
However, before accordance of such extension, the department
as per its discretion may undertake the exercise of ascertaining
the reasonability of rates of similar works and contracts in the
interest of public exchequer.

Terms and conditions for Extension of the contract.


1. The number of Toilets and baths units may
increase/ decrease depending upon the actual
requirement to be received from Shri Amarnath ji
Shrine Board for SANJY 2026.

2. The manpower required for the installation and


deinstallation of toilets and baths and their
cleaning may increase/ decrease depending upon
the actual requirement to be received from Shri
Amarnath ji Shrine Board for SANJY 2026.

3. The unit cost price fixed for the installation and


deinstallation of toilets and baths, along with the
50
associated manpower and other services in SANJY
2025 shall be applicable in case of extension of the
contract for SANJY 2026, without any
enhancement/ increase.

4. In the event of an extension of the tender validity


period or contract duration, the bidder shall
reflect any reduction in prices due to changes in
market conditions, government policies, or other
relevant factors (which have an effect on material
or labor cost.

9.OBLIGATIONS OF THE BIDDER


a. Standard of Performance

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.

b. Responsibility of the Bidder

 The bidder shall be fully responsible for site review for


providing services conforming to relevant Indian or
International standards.

 The bidder may commence execution of services on the


51
start date and shall carry out the services in accordance
with the program submitted by the bidder, as updated with
the approval of the client, and complete them by the
intended completion date.

 The workmanship shall be of high order and quality so as


to prevent accidents and damaging of the environment and
surroundings.

 Notwithstanding anything mentioned in this RFP, the


Bidder shall ensure compliance with all Applicable Laws
and any guidelines which have been issued by the
government or Client from time to time.

c. Confidentiality

i) Information relating to the examination, clarification,


evaluation, and recommendation for the short–listed
Bidder/s shall not be disclosed to any person not officially
concerned with the process.

ii) After opening the Proposals, no information relating to the


examination, clarification, evaluation and comparison of
Proposals and recommendations concerning the award of
contract shall be disclosed to bidders or their
representatives, if any. Any effort by a bidder to exert
undue or unfair influence in the process of examination,
clarification, evaluation, and comparison of Proposal/s
shall result in outright rejection of the offer, made by the
said bidder.
iii) Except with the prior written consent of the client, the
52
bidder and the personnel shall not at any time
communicate to any person or entity any confidential
information acquired in the course of the services, nor
shall the bidder and the personnel make public the
recommendations formulated in the course of, or as a
result of, the services. Except as otherwise permitted by
the contract, neither of the parties may disclose to third
parties the contents of the contractor any
information/report/advice provided by or on behalf of the
other that ought reasonably to be treated as confidential
and/or proprietary. Parties may, however, disclose such
confidential information to the extent that it:

(a) is or becomes public other than through a breach of


the Contract,

(b) is subsequently received by the receiving party from a


third party who, to the receiving party’s knowledge,
owes no obligation of confidentiality to the disclosing
party with respect to that information,
(c) was known to the receiving party at the time of
disclosure or is thereafter created independently,
(d) is disclosed as necessary to enforce the receiving
party’s rights under the Contract, or

(e) must be disclosed under Applicable Law, legal


process, or professional regulations. These obligations
shall be valid for a period of 6 months from the date
of termination of the Contract.

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.

ii. Except as otherwise permitted by the Contract, neither of


the parties may disclose to third parties the contents of the
Contract or any information/report/advice provided by or
on behalf of the other that ought reasonably to be treated
as confidential and/or proprietary. Parties may, however,
disclose such confidential information to the extent that it:
(a) is or becomes public other than through a breach of the
Contract, (b) is subsequently received by the receiving
party from a third party who, to the receiving party’s
knowledge, owes no obligation of confidentiality to the
disclosing party with respect to that information,(c) was
known to the receiving party at the time of disclosure or is
thereafter created independently, (d) is disclosed as
necessary to enforce the receiving party’s rights under the
Contract, or (e) must be disclosed under Applicable Law,
legal process or professional regulations.

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

 Assistance and Exemptions - The Client shall use its best


efforts to ensure that the Government shall provide the
Bidder such assistance and exemptions as specified in the
Contract.

 Change in the Applicable Law Related to Taxes and Duties:


If, after the date of this Contract, there is any change in the
Applicable Law with respect to taxes and duties, then the
remuneration and reimbursable expenses payable to the
successful bidder under this Contract shall be increased or
decreased accordingly.
g. Payments to the Bidder
 Professional fee and Payments

The total payment due to the Bidder shall be governed by


the Contract Price (as determined by the financial quote in
the RFP stage).

 Terms and Conditions of Payment:


Payments will be made to the account of the Bidder after
statutory deductions as applicable and according to the
payment schedule stated in Clause 4.7.

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.

To the fullest extent permitted by Applicable Law and


professional regulations, both the parties indemnify each
other and their associates and employees against all claims
by third parties(including each other’s affiliates) and
resulting liabilities, losses, damages, costs and
expenses(including reasonable external and internal legal
costs) arising out of the third party’s use of or reliance on
any report, deliverable, etc. disclosed to it by or through the
parties as part of the regular interactions or for project/s
purposes.
h. Penalty

In addition to the liquidated damages not amounting to


penalty, warning may be issued to the successful bidder for
minor deficiencies on its part. In the case of significant
deficiencies in Services causing adverse effect on the Project
or on the reputation of the Client, other penal action
including debarring for a specified period may also be
initiated as per policy of the Client. In case, any service is
not found as per the prescribed norms, or is not carried out
in time, the Client may impose penalty in addition to the
liquidated damages.

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.

In the event of any dispute between the Parties arising out of


or in connection with the Contract, including the validity
there of, the Parties here shall endeavor to settle such
dispute amicably in the first instance. The attempt to bring
about an amicable settlement shall be treated as having
failed as soon as one of the Parties hereto, after reasonable

58
attempts, which shall continue for not lessthan30
(thirty)days, gives a notice to this effect, to the other party in
writing.

ii. Arbitration & Jurisdiction

Sole Arbitrator shall be decided mutually by both the


parties.
The Contract and the rights and obligations of the Parties
shall remain in full force and effect, pending the award in
any arbitration proceedings hereunder.

In the event that Parties fail to settle the dispute amicably,


the same shall be settled by Arbitration conducted by a sole
arbitrator appointed jointly by both Parties and governed by
the Arbitration and ConciliationAct,1996.

The venue of arbitration shall be in Jammu, Jammu &


Kashmir. The language of arbitration proceedings shall be
English.
Any dispute arising in relation to this Contract shall be
subject to Jurisdiction of the High Court at Jammu, Jammu
&Kashmir.

Courts located in Jammu and Kashmir shall have exclusive


jurisdiction to settle dispute arising under this agreement.

There shall be no pendente lite interest in case of any


dispute arises.

59
ANNEXURE A: Technical Proposal
FORM1: Technical Proposal Submission Form (Location, Date)

To: (Name and address Client) Dear Sir,


We, the undersigned, offer to provide the (•) services for Hiring,
installation, and de-installation of prefabricated 2215 toilets, 285
bathrooms along with safe on-site/off-site faecal management and 40 soak
pits for greywater disposal system and Cleaning, Operation & Maintenance
of same For Amarnath yatra 2025 at different locations enroute to Shri
Amarnath Shrine (Pahalgam Axis) in J&K with your Request for Proposal
and our Proposal. We are hereby submitting our Proposal, which includes
this a Technical Proposal, and a Financial Proposal.
We hereby declare that all the information and statements made in this
Proposal are true and accept that any misinterpretation contained in it
may lead to our disqualification.
If negotiations are held during the Proposal Validity Period, we undertake
to negotiate on the basis of the proposed staff. Our Proposal is binding
upon us and subject to the modifications resulting from Contract
negotiations.
We undertake, if our Proposal is accepted, to initiate the (•) services
related to the assignment at a date mutually agreed between us.
We understand you are not bound to accept any Proposal you receive.
We remain, Yours sincerely,

Authorized Signature (In full and initials):


Name and Title of Signatory:
Name of Firm:
Address:

60
FORM 2: Financial capacity of the Bidder

Sr. Financial Year Annual Revenue (in INR)


No
1.
2.

3.

Note: Attach audited financial statements as proof of the above figures.

61
FORM 3: Eligible assignments of the Bidder

Sr.No Name of Project* Name of Client Professional fee


received by the Bidder
(in INR crore)

* The Bidder should provide details of only those assignments


that have been undertaken by it under its own name.
Copy of Client Satisfaction certificate to be enclosed.

62
FORM 4: Bidder’s organization and experience

(Provide here a brief (two pages) description of the background and


organization of your firm/entity)

63
FORM 5: Declaration for not being barred by the Central
Government, any State Government, a statutory Client,
or a public sector

Declaration

(To be printed on Letter Head)

Sir/Madam,

This is to notify you that our Company / LLP / Partnership


/Society
/ Proprietorship <Please delete whichever is not applicable>
intends to submit a proposal in response to Hiring, installation,
and de-installation of prefabricated 2215 toilets, 285 bathrooms
along with safe on-site/off-site feacal management and 40 soak
pits for greywater disposal system and Cleaning, Operation &
Maintenance of same For Amarnath yatra 2025 at different
locations enroute to Shri Amarnath Shrine (Pahalgam Axis) in
J&K,wealsodeclarethatourCompany/LLP/Partnership <Please
delete whichever is not applicable> is not blacklisted by any
Central/ State Government Department/ Public Sector
Undertaking.
sincerely,

(Signature of the Authorized Person) Name:

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.

Declaration Letter for “Hiring, installation, and de-installation of


prefabricated 2215 toilets, 285 bathrooms along with safe on-
site/off-site feacal management and 40 soak pits for greywater
disposal system and Cleaning, Operation & Maintenance of
same For Amarnath yatra 2025 at different locations enroute to
Shri Amarnath Shrine (Pahalgam Axis) in J&K (To be printed on
Letter Head)

Sir/Madam,

This is to notify you that our Company / LLP /


Partnership<Please delete whichever is not applicable> intends
to submit a proposal in response to Hiring, installation, and de-
installation of prefabricated 2215 toilets, 285 bathrooms along
with safe on-site/off-site feacal management and 40 soak pits
for greywater disposal system and Cleaning, Operation &
Maintenance of same For Amarnath yatra 2025 at different
locations enroute to Shri Amarnath Shrine (Pahalgam Axis) in

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)

To:(Name and address of Client) Subject: Financial proposal

Reference: Hiring, installation, and de-installation of


prefabricated 2215 toilets, 285 bathrooms along with safe on-
site/off-site feacal management and 40 soak pits for greywater
disposal system and Cleaning, Operation & Maintenance of
same For Amarnath yatra 2025 at different locations enroute to
Shri Amarnath Shrine (Pahalgam Axis) in J&K.

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.

Signature and Name of the Authorized Person

NAME OF THE BIDDER AND SEAL.

The Rate shall be filled in Online BOQ only

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

 Incase site is not feasible for toilets/bathroom with leach/


soak-pits, in that case toilets with appropriate suitable safe
disposal system has to be installed at those locations.

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

2 Panjtarni 720 150

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

Signature Not Verified


Digitally signed by Shuaib abdullah
70 Date: 2025.03.21 16:25:07 IST
Location: Jammu and Kashmir-JK

You might also like