Construction, Operation and Maintenance of Public Toilets on PPP Model in BBMP limits of City

BRUHAT BENGALURU MAHANAGARA PALIKE

Notification No. No: EE/PC-4/TEND/04 /2015-16

Dated: 24-03-2016

REQUEST FOR PROPOSAL (RFP)

FOR

Construction, Operation and Maintenance of Public Toilets for a Concession Period of 20 Years on PPP Model in BBMP limits of Bangalore City

Page 1 Concessionaire Executive Engineer (PC-4)

BRUHAT BENGALURU MAHANAGARA PALIKE Office of the Executive Engineer, (Project Central-4), 3rd floor, Annex Building, N R Square Bengaluru-560002. ------No. EE(PC-4)/Tend /04/ 2015-16 Date: 24-3-2016

REQUEST FOR PROPOSAL

(Through e-procurement portal of Government of ) (Two Cover System) For Construction, Operation and Maintenance of Public Toilets for on PPP Model in BBMP limits in Bengaluru

The Executive Engineer (Project Central-4), Bruhat Bangalore Mahanagara Palike (BBMP) on behalf of the Commissioner, BBMP, invites proposals for construction, operation and maintenance of 250 Nos. Public Toilets at various locations against advertisement rights at the toilet block/building from the reputed firms /agencies having adequate experience and financial strength on Design, Build, Operate& Transfer (DBOT) basis (PPP model).

1. The RFP documents may be downloaded from the e-procurement portal of the Government of Karnataka from 31-3-2016

2. Proposals must be accompanied by Earnest Money Deposit specified for the work in the table below. Earnest money deposit will have to be in any one of the forms as specified in the RFP document and shall have to be valid for 45 days beyond the validity of the tender.

3. Proposals must be submitted online through e-procurement portal on or before 1600 hours 05-05-2016 and the opening of Proposals will be as per the e-procurement portal guidelines.

4. Other details can be seen in the RFP documents.

S Description of the Location EMD (Rs.) Cost of tender form No. Near samudayaBhavanaBasavalingappa Layout in Attur ward No - 3 As per E Procurement 1 10,000/- Portal Namagondanahalli in Attur ward No - 3 As per E Procurement 2 10,000/- Portal Near Hebbal Fly over in Bytarayanapura ward No-7 As per E Procurement 3 10,000/- Portal Near Govt school Doddabomsandra ward No -10 As per E Procurement 4 10,000/- Portal Near Singapura Bus stop in KuvempuNagara ward No -11 As per E Procurement 5 10,000/- Portal Near SWD Ramachandrapura in KuvempuNagara ward No -11 As per E Procurement 6 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 2

Near Samudhya Bhavan in Shettyhalli ward No -12 As per E Procurement 7 10,000/- Portal Opposite to Govt school, Pipe line main road in Mallasandra ward No -13 As per E Procurement 8 10,000/- Portal Near SWD 1st Main KempeGowda Nagar in T. ward No- 15 As per E Procurement 9 10,000/- Portal Near Dasarahalli Lake Gate KIADB Road in Chokasandra ward No- 39 As per E Procurement 10 10,000/- Portal Near play ground east in HMT ward No- 38 As per E Procurement 11 10,000/- Portal Near Ring Road Buddha Slum Laggere in Lakshmidevi Nagar ward No- 42 As per E Procurement 12 10,000/- Portal Near Kanteerava studio signal under Fly over in Lakshmidevi Nagar in As per E Procurement 13 10,000/- ward No- 42 Portal Near Ring Road circle Muneshwara layout opposite to Krishna Hotel in As per E Procurement 14 10,000/- Laggere ward No - 69 Portal Near Laggere circle Kurabarahalli in Laggere ward No - 69 As per E Procurement 15 10,000/- Portal Near Summanahalli bus stand in Kottigepalya ward No- 73 As per E Procurement 16 10,000/- Portal Near Papreddypalya bus stand in Kottigepalya ward No- 73 As per E Procurement 17 10,000/- Portal Near Park 12th Block in Jnanabharthi ward No - 129 As per E Procurement 18 10,000/- Portal Near Campus in Jnanabharthi ward No - 129 As per E Procurement 19 10,000/- Portal Near nagarabhavi vinayaka temple NGEF Layout in Jnanabharthi ward As per E Procurement 20 10,000/- No - 129 Portal Near Surana College at Ring Road in ward No - 129 As per E Procurement 21 10,000/- Portal Near BMTC bus stand BEML 5th stage in ward No- 160 As per E Procurement 22 10,000/- Portal Near Adigas hotel Kanakapura Main Road ward No- 198 As per E Procurement 23 10,000/- Portal Kanakapura Main Road near KSIT College Hemmigepura in ward No-198 As per E Procurement 24 10,000/- Portal Near overhead tank Talaghattapura, Kanakapura Main Road in As per E Procurement 25 10,000/- Hemmigepura ward No-198 Portal Near Police station, Hemmigepura ward No-198 As per E Procurement 26 10,000/- Portal Pattanagere Bus stop near water tank Hemmigepura ward No-198 As per E Procurement 27 10,000/- Portal Mysore Road Near KET College Hemmigepura ward No-198 As per E Procurement 28 10,000/- Portal 1st main road, Sampige Layout, BalayyanaKere Park in Kaveripura in ward As per E Procurement 29 10,000/- No-103 Portal Rajivnagar slum, BalayyannaKere park Hemmigepura ward No-198 As per E Procurement 30 10,000/- Portal 5th main 80 feet Road junction, BBMP Play ground, Radhakrishna Temple As per E Procurement 31 10,000/- Ward No-18 Portal ISRO Main Road d Beside SWD Radhakrishna Temple Ward No-18 As per E Procurement 32 10,000/- Portal NTI Bus stand Road Bhoopsandra Main Road, Sanjay nagar Ward No- As per E Procurement 33 10,000/- 19 Portal 80 Feet Anand Nagar Near Bus stop Hebbal ward No-21 As per E Procurement 34 10,000/- Portal 1st main near Panjab National Bank Hebbal ward No-21 As per E Procurement 35 10,000/- Portal CA site No 7, 4th cross, 1st block, HRBR layout, ward No-27 As per E Procurement 36 10,000/- Portal Beside to Govt school, PillareddyNagara, , Banaswadi ward No-27 As per E Procurement 37 10,000/- Portal At BBMP Ward office, Kavalbyrasandra ward No-32 As per E Procurement 38 10,000/- Portal Nea r Sulthanpalya Health centre, Kavalbyrasandra ward No-32 As per E Procurement 39 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 3

Bellary Road Near Skywalk Ganganahalli Market, Gangenhalli ward No-34 As per E Procurement 40 10,000/- Portal KSFC Layout park As per E Procurement 41 10,000/- Portal Lingarajpura buralgound ward No-49 As per E Procurement 42 10,000/- Portal 5th Main Road Jaymahal Extension ward No-63 As per E Procurement 43 10,000/- Portal Opposite to Cantonment Railway station ward No-63 As per E Procurement 44 10,000/- Portal BBMP Ground near Indian Gymkhana club ward No-79 As per E Procurement 45 10,000/- Portal Kadirayyana palaya Main Road ward No-79 As per E Procurement 46 10,000/- Portal Near Yundappa Park ward No-89 As per E Procurement 47 10,000/- Portal JLPE thopu ward No-89 As per E Procurement 48 10,000/- Portal Cock burn road, near police station ward No-92 As per E Procurement 49 10,000/- Portal Nehrpuram Near block point (Slum board houses) ward No-92 As per E Procurement 50 10,000/- Portal Shanthala Nagar opposite Football Stadium ward No-111 As per E Procurement 51 10,000/- Portal Opposite to mud tank ground near Richmond Nursery school ward No-111 As per E Procurement 52 10,000/- Portal 13th main Doopnahalli ward No-112 As per E Procurement 53 10,000/- Portal ISRO Slum in ward No- 112 As per E Procurement 54 10,000/- Portal Babuspalya Bus stop outer ring road park area Horamavu in ward No- 25 As per E Procurement 55 10,000/- Portal Horamavu BBMP office premises in ward No- 25 As per E Procurement 56 10,000/- Portal Kalkere village bus stop area in ward No- 26 As per E Procurement 57 10,000/- Portal Ramamurthy Nagar Kalkere/RM Nagara Main road near SWD in ward No- As per E Procurement 58 10,000/- 26 Portal Vijnanapura RM Nagara Main road opposite to RM Nagara old police As per E Procurement 59 10,000/- station in ward No- 51 Portal TC Palaya Signal K R Puram in ward No- 52 As per E Procurement 60 10,000/- Portal TC Palya Main Road infornt of Reliance fresh K R Puram in ward No- 52 As per E Procurement 61 10,000/- Portal KR puram junction in ward No- 52 As per E Procurement 62 10,000/- Portal Near RTO Office Basavanapura in ward No- 53 As per E Procurement 63 10,000/- Portal circle Hudi in ward No- 54 As per E Procurement 64 10,000/- Portal Devasandra ITPL Main Road singaiahna palya cross road in ward No- 55 As per E Procurement 65 10,000/- Portal Devasandra ITPL Main Road Fire station cross road in ward No- 55 As per E Procurement 66 10,000/- Portal A Narayanpura Bande Near ward office in ward No- 56 As per E Procurement 67 10,000/- Portal Old airport road in Narayanapura ward No- 56 As per E Procurement 68 10,000/- Portal Near Mahadevapura old village ring road below fly over Bridge in Vijnana As per E Procurement 69 10,000/- Nagar ward No-81 Portal DRDO compound wall near Ankappa reddy layout bus stand layout in As per E Procurement 70 10,000/- Vijnana Nagar ward No-81 Portal In front of Govt. Primary School in Garudachar Playa As per E Procurement 71 10,000/- ward No-82 Portal In front of Sathya Sai Hospital in Garudachar Playa ward No-82 As per E Procurement 72 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 4

Near Primary Health Center, opposite to Whitefied Railway Station, As per E Procurement 73 10,000/- Kadugudi in ward No-83 Portal Opposite to ITPL main Entrance, ITPL road in Kadugudi ward No-83 As per E Procurement 74 10,000/- Portal Whitefield Inner Circle in Hagadur ward No-84 As per E Procurement 75 10,000/- Portal Karthik nagara in Dodda Nekkundi ward No-85 As per E Procurement 76 10,000/- Portal Near Bridge in Marathahalli ward No-86 As per E Procurement 77 10,000/- Portal Near Manjunatha Nagara Market in Marathahalli ward No-86 As per E Procurement 78 10,000/- Portal Near Yamaluru Signal in Marathahalli ward No-86 As per E Procurement 79 10,000/- Portal Between Marathahalli Junction & ORR in Marathahalli ward No-86 As per E Procurement 80 10,000/- Portal Near Madhuranagara Hostel in Varthuru ward No-149 As per E Procurement 81 10,000/- Portal Munnekolala Govt.School in Varthuru ward No-149 As per E Procurement 82 10,000/- Portal Doddakannelli, School Ground, Sarjapura Road in Bellanduru ward No-150 As per E Procurement 83 10,000/- Portal Kaikondrahalli Bus Stop in Bellanduru ward No-150 As per E Procurement 84 10,000/- Portal 1st N Block 6th cross in Nagapura ward No-67 As per E Procurement 85 10,000/- Portal Dinnara park 2nd 3rd Main in Nagapura ward No-67 As per E Procurement 86 10,000/- Portal AGB Layout near GAS godown in Mahalakshimpuram ward No-68 As per E Procurement 87 10,000/- Portal Near west pit 9th cross in Mahalakshimpuram ward No-68 As per E Procurement 88 10,000/- Portal Mill Corner Road Opp to Manthri Greens in Dattatreya Temple ward No-77 As per E Procurement 89 10,000/- Portal Fish Market 8th Cross CCA Road in Dattatreya Temple ward No-77 As per E Procurement 90 10,000/- Portal Sheshadri Road Near Congress Office in Gandhinagar ward No-94 As per E Procurement 91 10,000/- Portal Dhanvanthri Road BMTC Bus Stop in Gandhinagar ward No-94 As per E Procurement 92 10,000/- Portal M D Block Behind Metro line in Subhash Nagar ward No-95 As per E Procurement 93 10,000/- Portal As per E Procurement 94 Mysore Deviation road Kasturinagar in Subhash Nagar ward No-95 10,000/- Portal Gubbi Thotadappa road in Subhash Nagar ward No-95 As per E Procurement 95 10,000/- Portal Vatal nagaraj Road Near SWD Beside Bus Stop in Okalipuram ward No-96 As per E Procurement 96 10,000/- Portal R C Puram 5th Main Road in Okalipuram ward No-96 As per E Procurement 97 10,000/- Portal Rajajinagar Basava mantapa Road city hospital 2nd block in Rajajinagar As per E Procurement 98 10,000/- ward No-99 Portal Service Road Manjunathnagar in Rajajinagar ward No-99 As per E Procurement 99 10,000/- Portal High school corner, 4th cross, 24 cross, Corporation colony in Govindaraja As per E Procurement 100 10,000/- Nagar ward No-104 Portal Footpath at 5th Main between, 14th & 17th cross, MRCR layout in As per E Procurement 101 10,000/- Govindaraja Nagar ward No-104 Portal Magadi main Road Rao circle in Agrahara Dasarahalli ward No-105 As per E Procurement 102 10,000/- Portal 1st Main road MC layout in Agrahara Dasarahalli ward No-105 As per E Procurement 103 10,000/- Portal Near Kempegowda, samudaya Bhavan, 6th block, Rajajinagar in Dr. Raj As per E Procurement 104 10,000/- Kumar Ward No - 106 Portal Indusrtrial town 4th main road in Dr. Raj Kumar Ward No - 106 As per E Procurement 105 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 5

B V K Iyenger Road in Chickpete Ward No – 109 As per E Procurement 106 10,000/- Portal Sourastrapet 1st Cross in Chickpete Ward No – 109 As per E Procurement 107 10,000/- Portal KP Agahara Binny mill Canteen Road in Cottonpete Ward No – 120 As per E Procurement 108 10,000/- Portal Binny Mill Road in Cottonpete Ward No – 120 As per E Procurement 109 10,000/- Portal Magadi Main Road near water tank in Binnipete Ward No – 121 As per E Procurement 110 10,000/- Portal Boulevard Park (Near DWCC) in Marenahalli Ward No – 125 As per E Procurement 111 10,000/- Portal As per E Procurement 112 KR Market East Corner in KR Market Ward No – 139 10,000/- Portal As per E Procurement 113 KR Market North Corner in KR Market Ward No – 139 10,000/- Portal Hindu Rudra Bhoomi at TR Mill Road in Chamrajapet Ward No – 140 As per E Procurement 114 10,000/- Portal Bande slum Valmikinagar in Azad Nagar Ward No – 141 As per E Procurement 115 10,000/- Portal Bus stand in Dharmaraya Swamy Temple Ward No – 119 As per E Procurement 116 10,000/- Portal Infornt of BESCOM in Hosahalli Ward No – 124 As per E Procurement 117 10,000/- Portal Subbanna Garden Main Road near Kailasehwara Temple in Attiguppe As per E Procurement 118 10,000/- Ward No – 132 Portal Near Railway under bridge west of chord road in Attiguppe Ward No – 132 As per E Procurement 119 10,000/- Portal Oppiosite Koli Mane canara Bank colony,Chandra layout in Attiguppe Ward As per E Procurement 120 10,000/- No – 132 Portal Opposite Beereshwara temple in Bapuji Nagar Ward No – 134 As per E Procurement 121 10,000/- Portal Mysore road BWSSB office in Bapuji Nagar Ward No – 134 As per E Procurement 122 10,000/- Portal Mysore road opposite satellite bus stand in Bapuji Nagar Ward No – 134 As per E Procurement 123 10,000/- Portal Jananodaya School Road in Vishveshwara Puram Ward No – 143 As per E Procurement 124 10,000/- Portal Hosur Main road in front of Al-Ameen college in Hombegowda Nagara As per E Procurement 125 10,000/- Ward No – 145 Portal Near Mangala Kalyan Mantap (Over Footpath) in Ward No – 147 As per E Procurement 126 10,000/- Portal 2nd cross Main Road in Ejipura Ward No – 148 As per E Procurement 127 10,000/- Portal Jogi colony Park in Suddagunte Palya Ward No – 152 As per E Procurement 128 10,000/- Portal Sri Patel Gullappa school opposite in Gali Anjenaya Temple ward No - As per E Procurement 129 10,000/- 157 Portal Near 58 bus stop in Gali Anjenaya Temple ward No - 157 As per E Procurement 130 10,000/- Portal IN ward office premises ( 100 feet Ring Road) in Hosakerehalli ward No - As per E Procurement 131 10,000/- 161 Portal Hosakerehalli Lake in Hosakerehalli ward No - 161 As per E Procurement 132 10,000/- Portal Bsk 2nd stage near fire station and KEB office surroundings in Ganesh As per E Procurement 133 10,000/- Mandir ward No- 165 Portal A K Colony near Rangamandira in Karisandra ward No- 166 As per E Procurement 134 10,000/- Portal 4th main B.G Road over SWD New Gurapanapalya in Gurapanapalya ward As per E Procurement 135 10,000/- No- 171 Portal 1st main New Gurapanapalya in Gurapanapalya ward No- 171 As per E Procurement 136 10,000/- Portal Near Bescom office, 17th Main, Ring road, BTM 1st stage in Madivala ward As per E Procurement 137 10,000/- No- 172 Portal Priyadharashni Indira Gandhi i Park, 16th Main Road, BTM 1st stage in As per E Procurement 138 10,000/- Madivala ward No- 172 Portal

Executive Engineer (PC-4) Concessionaire Page 6

Madivala market in Madivala ward No- 172 As per E Procurement 139 10,000/- Portal Santhe maidana Road, Adjacent to Police station in Jakkasandra ward No- As per E Procurement 140 10,000/- 173 Portal Near silk board junction, Adjacent to Bus stop in Jakkasandra ward No- As per E Procurement 141 10,000/- 173 Portal 4th Main , 8th Block Jayanagar (40th Cross Junction) in Shakambari Nagar As per E Procurement 142 10,000/- ward No- 179 Portal As per E Procurement 143 Kanakapura pipe line road in Temple ward No- 180 10,000/- Portal Yarabnagar baburao kodi road 9th main road in Banashankari Temple ward As per E Procurement 144 10,000/- ward No- 180 Portal JHBCS Layout near Park in ward No- 181 As per E Procurement 145 10,000/- Portal 2nd Main Road, ISRO Layout in Kumaraswamy Layout ward No- 181 As per E Procurement 146 10,000/- Portal 18th Main Padmanabha Nagar in Padmanabha Nagar ward No- 182 As per E Procurement 147 10,000/- Portal Near KEB Main road (2nd Main Eitumadu) in Chikkalsandra ward No- 183 As per E Procurement 148 10,000/- Portal Silk board junction towards Sarjapura near Anand Bhavan Hotel in HSR As per E Procurement 149 10,000/- Layout ward No- 174 Portal Silk board junction towards (service road) near bus stop in As per E Procurement 150 10,000/- HSR Layout ward No- 174 Portal Service road near Sub way point (Bommanahalli bus stop) in Bommanahalli As per E Procurement 151 10,000/- ward No- 175 Portal play ground near helpline in Uttarahalli ward No- 184 As per E Procurement 152 10,000/- Portal Near Bhoodevi temple, Kodichikkanahalli main road in Bilekhalli ward No- As per E Procurement 153 10,000/- 188 Portal near Vijaya Bank layout petrol bunk in Bilekahalli ward No- 188 As per E Procurement 154 10,000/- Portal Near Coupan mall, Garvebavipalya, Hosur main road in Hongasandra As per E Procurement 155 10,000/- ward No- 189 Portal Begur main road near near Petrol bunk in Hongasandra ward No- 189 As per E Procurement 156 10,000/- Portal Mangammanapalya main road, near Ganesha temple in As per E Procurement 157 10,000/- Mangammanapalya ward No- 190 Portal Garvebavipalya circle, lake side in Mangammanapalya ward No- 190 As per E Procurement 158 10,000/- Portal Near Channa Keshava English School, Near Hosa road Junction in As per E Procurement 159 10,000/- Singasandra ward No- 191 Portal Central Jail Circle, Naganathapura in Singasandra ward No- 191 As per E Procurement 160 10,000/- Portal Venugopal Nagara (Gutte) in Arakere ward No- 193 As per E Procurement 161 10,000/- Portal Near Jambusavari Dinne Bus Stop in ward No- 194 As per E Procurement 162 10,000/- Portal Near Dinne Main Road in Konankunte ward No- 195 As per E Procurement 163 10,000/- Portal As per E Procurement 164 Kothnur Village, Near BBMP Help Center in Konankunte ward No- 195 10,000/- Portal Near Glass Factory Bus Stop in ward No- 196 As per E Procurement 165 10,000/- Portal Narayana nagara near spirit bar & Restorent in Vasanthpura ward No- 197 As per E Procurement 166 10,000/- Portal V.V.Nagar pipeline road in Vasanthpura ward No- 197 As per E Procurement 167 10,000/- Portal Andrahalli circle, in ward No- 40 As per E Procurement 168 10,000/- Portal Chethan circle in Herohalli ward No- 40 As per E Procurement 169 10,000/- Portal Gollarahatti Magadi Road Nice Road Junction in Herohalli ward No- 40 As per E Procurement 170 10,000/- Portal Chennanayakana playa in Herohalli ward No- 40 As per E Procurement 171 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 7

Reddy katte Chennanayakana playa in Herohalli ward No- 40 As per E Procurement 172 10,000/- Portal Anjananagar Bus stop in Doddabidrikallu ward No- 72 As per E Procurement 173 10,000/- Portal Bydarahalli near Government school in Doddabidrikallu ward No- 72 As per E Procurement 174 10,000/- Portal As per E Procurement 175 Vigneshwara nagar Bus stop herohalli in Doddabidrikallu ward No- 72 10,000/- Portal BEL Layout near east west college road in Doddabidrikallu ward No- 72 As per E Procurement 176 10,000/- Portal College Bus stop opposite Abishek petrol bunk Gollratti in Herohalli ward As per E Procurement 177 10,000/- No- 40 Portal As per E Procurement 178 Andrahalli D group Bus stop in Herohalli ward No- 40 10,000/- Portal Bangarappa nagar near Bus stop in R R Nagar ward No- 160 As per E Procurement 179 10,000/- Portal Near Devaraja urs truck terminal in Lakshmidevi Nagar ward No- 42 As per E Procurement 180 10,000/- Portal Yeshwanthpura APMC yard in ward No- 43 As per E Procurement 181 10,000/- Portal Mysore Road Sattilite Bus stop in Bapuji Nagar ward No- 134 As per E Procurement 182 10,000/- Portal Near Prasanna and Pramod theatre in Hosahalli ward No- 124 As per E Procurement 183 10,000/- Portal Magadi road metro station near sri venkateshwara textiles in Binnypete As per E Procurement 184 10,000/- ward No- 121 Portal Vijaynagar Manuvan Bus stop in Vijaynagar ward No- 123 As per E Procurement 185 10,000/- Portal Deepanjali nagar metro station in Deepanjali nagar ward No- 158 As per E Procurement 186 10,000/- Portal Russel Market in Shivaji Nagar ward No- 92 As per E Procurement 187 10,000/- Portal Gunjur near kodi in Marathahalli ward No- 86 As per E Procurement 188 10,000/- Portal Rastrothana school Reva College in ward No- 6 As per E Procurement 189 10,000/- Portal in Kodigehalli ward No - 8 As per E Procurement 190 10,000/- Portal Nanjappa circle in Dodda Bommasandra ward No – 10 As per E Procurement 191 10,000/- Portal Chikkasandra Bus stop (near borewell) Hesarghatta Main road in Shettihalli As per E Procurement 192 10,000/- ward No – 12 Portal Near by Hegganahalli bus stop, adjacent to MainRoad in Hegganahalli As per E Procurement 193 10,000/- ward No – 71 Portal play ground west in HMT Ward No - 38 As per E Procurement 194 10,000/- Portal Yashwanthpur Railway Station in Ward No - 38 As per E Procurement 195 10,000/- Portal Annapoorneshwari temple in Jnana Bharathi Ward No – 129 As per E Procurement 196 10,000/- Portal Utrahalli Main Road, Dvarkanagar in Rajarajeshwari Nagar Ward No – 160 As per E Procurement 197 10,000/- Portal Goplan Mall Mysore road in Rajarajeshwari Nagar Ward No – 160 As per E Procurement 198 10,000/- Portal Pattanagere Concord layout near BHEL layout in Hemmigepura Ward No – As per E Procurement 199 10,000/- 198 Portal Tigalara playa circle in Herohalli Ward No – 40 As per E Procurement 200 10,000/- Portal Doddabidrikallu Arch in Herohalli Ward No – 40 As per E Procurement 201 10,000/- Portal Herohalli cross Government Hospital in Doddabidrikallu Ward No – 72 As per E Procurement 202 10,000/- Portal Govindrajnagar Bus stop in Govindrajnagar Ward No – 104 As per E Procurement 203 10,000/- Portal Maruti mandir Bus stop in Maruti mandir Ward No – 126 As per E Procurement 204 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 8

Mysore Road junction in Nayandanhalli Ward No – 131 As per E Procurement 205 10,000/- Portal Near Sirsi circle in Chamrajapet Ward No – 140 As per E Procurement 206 10,000/- Portal IOC flyover RS playa Ward No – 28 As per E Procurement 207 10,000/- Portal Basappa Lane near Burial Ground in S K Garden Ward No – 61 As per E Procurement 208 10,000/- Portal Cantonment bridge ment bridge in Jayamahal Ward No – 63 As per E Procurement 209 10,000/- Portal 5th A Main play ground in Vignanapura Ward No – 51 As per E Procurement 210 10,000/- Portal Varthur Kodi Circle Hagadur Ward No – 84 As per E Procurement 211 10,000/- Portal Near Spring Field Appartment, Haralur Road (Ambalipura ) in Bellanduru As per E Procurement 212 10,000/- Ward No – 150 Portal APMC Ward Gorguntepalya in Marappana Palya Ward No – 44 As per E Procurement 213 10,000/- Portal 12thcross behind BMTC Bus stand in Mahalakshimpuram Ward No – 68 As per E Procurement 214 10,000/- Portal Majestic in Gandhinagar Ward No – 94 As per E Procurement 215 10,000/- Portal Gundopanath Street in Chickpete Ward No – 109 As per E Procurement 216 10,000/- Portal Near Railway gate in Binnipete Ward No – 121 As per E Procurement 217 10,000/- Portal Bulleward Park (Near Maruthi Mandir Bus stop) in Marenahalli Ward No – As per E Procurement 218 10,000/- 125 Portal KR Market-West Corner in KR Market Ward No – 139 As per E Procurement 219 10,000/- Portal KR Market-South Corner in KR Market Ward No – 139 As per E Procurement 220 10,000/- Portal Bata showroom opposite Park in Hosahalli Ward No – 124 As per E Procurement 221 10,000/- Portal Near Chandra Layout Bus stop in Attiguppe Ward No – 132 As per E Procurement 222 10,000/- Portal Gandhi Bazar in Sunkenahalli Ward No – 142 As per E Procurement 223 10,000/- Portal KR Road at HB Samaj Road Junction in Vishveshwara Puram Ward No – As per E Procurement 224 10,000/- 143 Portal MNK Rao Rd, Near BOT Madhava Rao Circle in Vishveshwara Puram As per E Procurement 225 10,000/- Ward No – 143 Portal at T MariYappa Road signal, Hombe Gowda Slum in As per E Procurement 226 10,000/- Siddapura Ward No – 144 Portal Near BBMP Maternity Hospital Adugodi Main road in Adugodi Ward No – As per E Procurement 227 10,000/- 147 Portal Opposite IBP petrol bunk 80 feet road on secondary drain bridge in As per E Procurement 228 10,000/- Ejipura Ward No – 148 Portal Next to SWD, 1st main, 1st block, in Koramangala Ward No – As per E Procurement 229 10,000/- 151 Portal Near check Post, Laskar Hosur road, Opposite Bheema As per E Procurement 230 10,000/- Jewellers in Koramangala Ward No – 151 Portal Opposite city clinic point Miruthinagar Main Road in Suddagunte Palya As per E Procurement 231 10,000/- Ward No – 152 Portal BSK 2nd stage kuvempu park Ganesh Mandir ward Ward No – 165 As per E Procurement 232 10,000/- Portal Karisandra 9th main near samudhaya bhavan Karisandra ward No – 166 As per E Procurement 233 10,000/- Portal As per E Procurement 234 South end circle boulevard park Yediyur ward No – 167 10,000/- Portal Jakkasandra Central Silk board Junction ward No – 173 As per E Procurement 235 10,000/- Portal Jakkasandra 1st Main road, Adjacent to KSRP compound wall ward No – As per E Procurement 236 10,000/- 173 Portal Sarakki Near Indira Gandhi circle 1st Phase ward No – 178 As per E Procurement 237 10,000/- Portal

Executive Engineer (PC-4) Concessionaire Page 9

Shakambari Nagar 4th Main, 5th Block, Jaynagar (36th Cross Junction) As per E Procurement 238 10,000/- ward No – 180 Portal Padmanabha Nagar Near TVS Showroom, 100 feet Vartul Road ward No As per E Procurement 239 10,000/- – 182 Portal Chikkalsandra 100 feet, Vartul road, Near Large Income tax payer office As per E Procurement 240 10,000/- ward No – 183 Portal Silk board junction, Hosur main road Bommanahalli ward No – 175 As per E Procurement 241 10,000/- Portal Uttarahalli Ramachandrapura park in ward No – 184 As per E Procurement 242 10,000/- Portal Yelachenahall Pipe line road near dry waste collection center, Rajyothsava As per E Procurement 243 10,000/- nagara Yelchenahalli ward No – 185 Portal Vinayaka Nagar circle ward No – 187 As per E Procurement 244 10,000/- Portal Puttenahalli Govt school ward No – 187 As per E Procurement 245 10,000/- Portal Near Govt. High School, Begur Main road ward No – 192 As per E Procurement 246 10,000/- Portal Near Govt. Hospital, Begur Main road Begur in ward No - 192 As per E Procurement 247 10,000/- Portal Nyanappanahalli near Anganavadi Kendra Arakere in ward No - 193 As per E Procurement 248 10,000/- Portal Near Koli Form Gate, Bannerghatta Main Road Gottigere in ward No - 194 As per E Procurement 249 10,000/- Portal Near water Plant, Gollahalli Anjanapura in ward No - 196 As per E Procurement 250 10,000/- Portal

Note:-

1. A pre bid meeting will be held on 11-04-2016 at 15 00 hours in the office of the Chief Engineer (Projects Central ) N R Square, Bangalore-560 002 to clarify the issue and to answer questions on any matter that may be raised at that stage as stated in “Instructions to Bidders” of the bidding document. 2. The locations mentioned above in Serial No, 190 to 250 (61 Nos) are Reserved for SC /ST beneficiaries and NGO administered by SC/ST as per GO No: MNU/718/2014 dated: 13-3-2015. 3. Technical Bids will be opened on the website https://eproc.karnataka.gov.in in the office of the Executive Engineer (Project Central-4) on 07-05-2016 at 16 30 hours.

4. For those Bidders whose Technical Bids do not satisfy the Eligibility Criteria as mentioned above, their Financial Bids will not be opened. 5. The BBMP reserves the right to reject any or all of the Bids without thereby incurring any Liability or Obligation to inform the Bidders of the Reasons for such action. 6. The Bidders may obtain further information at the Office of Executive engineer (Project Central -4 ), Annex Building, Bruhat Bangalore Mahanagara Palike, N.R. Square, Bangalore – 560002on all working days between working hours. The contact mobile Number – 9480683059 and E-mail ID [email protected] 7. Corrigendum’s / Modifications / Corrections, if any, will be published in the Website only. 8. Aspiring Bidders/Contractors who have not registered in e-procurement should register before participating through the website https://eproc.karnataka.gov.in

9. Before submission of online bids, bidders must ensure that scanned copies of all the necessary documents have been attached with bid. 10. All the required information for Bids must be filled and submitted online. 11. For details, registration and e-payment visit GOK e-Procurement website https://eproc.karnataka.gov.in or contact e-Procurement Helpdesk at 080 – 25501216

Executive Engineer (PC-4) Concessionaire Page 10

Sd/-

Executive Engineer (Project Central-4) Bruhat BengaluruMahanagaraPalike Copy to:

1. Personnel Secretary to Worshipful Mayor to bring into the notice of Worshipful Mayor. 2. Personnel assistant to Honorable Deputy mayor to bring into the notice of Honorable Deputy Mayor 3. The Commissioner for kind information. 4. Special Commissioner (Welfare) for kind information 5. Special Commissioner (SWM & Health) for kind information 6. Special Commissioner (Project) for kind information 7. Special Commissioner (Finance) for kind information 8. Engineer – in – Chief for kind information 9. Chief Engineer (Projects)/Lakes/Markets/ South zone/ West zone/North zone/Rajarajeshwari Nagar zone / Bommanahalli zone/Dasarahalli zone/Mahadevapura zone/ Byatarayanapura zone/ (SWD)/Road Infrastructure for kind information. 10. Superintending Engineer (Projects) /(Road Infrastructure) /Rajarajeshwari Nagar/Bommanahalli/ Dasarahalli /Mahadevapura / Byatarayanapura for kind information. 11. Council Secretary to bring into notice of the Standing Committee (Major Works). 12. The Deputy Secretary, Urban Development Department, VikasSoudha, Bangalore with a Request to publish the same in the State Tender Bulletin. 13. The District Tender Bulletin Officer and the Deputy Commissioner, Bangalore Urban District witha Request to publish the same in the District Tender Bulletin. 14. CAO / Chief Auditor for kind information. 15. I T. Advisor with a Request to publish the same in the BBMP Website. 16. All Executive Engineers with a Request to publish the same in the Display / Notice Boards. 17. AO(P) / Accounts Superintendent / Cashier for information for necessary action. 18. Public Relation Officer, BBMP for information and to publish in two leading Newspapers in Kannada and English at National Level. 19. Notice board 20. Office Copy.

Executive Engineer (Project Central-4) Bruhat Bengaluru MahanagaraPalike

Executive Engineer (PC-4) Concessionaire Page 11

Disclaimer

The information contained in this Request for Proposal document (the “RFP”) or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the BBMP or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. This RFP is not an agreement and is neither an offer nor invitation by the BBMP to the prospective Bidders 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 technical and financial offers (Bids) pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the BBMP in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the BBMP, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP. Each Bidder should, conduct own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources.

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 BBMP accepts no responsibility for the accuracy or otherwise for any interpretation

Executive Engineer (PC-4) Concessionaire Page 12

or opinion on law expressed herein. The BBMP, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bid Stage.

The BBMP also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP.

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

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

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

Executive Engineer (PC-4) Concessionaire Page 13

VOLUME-1 INSTRUCTIONS TO BIDDERS

Executive Engineer (PC-4) Concessionaire Page 14

Instructions to Bidders

1.1 Definitions Acceptance Test means a set of tests to be conducted by BBMP and or its designated agency after successful completion of the construction of the Public Toilets for each site BBMP means Bruhat Bengaluru Mahanagara Palike comprising various departments, administrative zones and offices defined from time to time in accordance with applicable laws. Bid means the response to this RFP submitted by the prospective bidders and acknowledged by BBMP as valid. Bid Security means the bank guarantee to be furnished by the bidders in the prescribed format for the amount and terms detailed in this section. Bid Value means bidders’ estimated capital cost during the construction phase of the Public Toilet project as reflected in the binding Bid. Commercial Operation Date means the date indicated by BBMP while issuing a certificate of successful completion of the construction of the Public Toilets and successful completion of the Acceptance Test. Commercial Operation Date shall signify use of public ; display of advertisements shall follow after the Commercial Operation Date. Concession means the award of Contract to the Concessionaire for the design, finance, build, operate and transfer of the facilities associated with the development of Public Toilets at identified location in Bengaluru. Contract means the agreement(s) to be executed between BBMP and the Concessionaire detailing the role, responsibility and liability of each party in respect of development and operation of Public Toilets Law means any Act, Statue, Ordinance or a State notification enacted after a due process of Legislature of Government of Karnataka and in force . Concessionaire means the company, which has won and been awarded the Concession for construction and operation and maintenance of the Public Toilets by BBMP. Project Director/Engineer in Charge means a person or an organization designated by BBMP to deal with the Concessionaire during the entire period of the Contract responsible for monitoring, supervision and reporting functions. RFP means a set of four volumes of this bid document comprising instructions to bidders, technical requirements & specifications, commercial specifications, formats for bid submission and draft Contract and supplements and amendments that may be issued subsequently. SLA means the service level agreement to be established for the Public Toilets identifying the performance metrics and provisions for penalty for non-performance thereof. Public Toilet/Public Toilet Units(PTUs) means a building/s structure comprising Public urinals, W.C separate for Ladies and Gents Wash basins and other amenities elaborated in the technical documentation of this RFP. Sub-contractor means agencies and or companies identified by the Concessionaire in its Bid as sub-contractors to provide a part of the services in respect of design, development, construction, operation and maintenance of the Public Toilets either

Executive Engineer (PC-4) Concessionaire Page 15

during the construction phase and or during the operation and maintenance phase. The extent of subcontracting to any sub-contractor by the Concessionaire shall be in accordance with the main Contract between BBMP and the Concessionaire . Supplier means any firm or organization contracted by the Concessionaire to supply equipment, material and consumables during the construction and operation and maintenance phases of the project. 1.2 Interpretation 1.2.1 In this Agreement, unless the context otherwise requires,

references to any legislation or any provision thereof shall include amendment or re- enactment or consolidation of such legislation or any provision thereof so far as such amendment or re-enactment or consolidation applies or is capable of applying to any transaction entered into hereunder; references to laws of Karnataka or or Indian law or regulation having the force of law shall include the laws, acts, ordinances, rules, regulations, bye laws or notifications which have the force of law in the territory of India and as from time to time may be amended, modified, supplemented, extended or re-enacted; references to a “person” and words denoting a natural person shall be construed as a reference to any individual, firm, company, corporation, society, trust, government, state or agency of a state or any association or partnership (whether or not having separate legal personality) of two or more of the above and shall include successors and assigns; the table of contents, headings or sub-headings in this Agreement are for convenience of reference only and shall not be used in, and shall not affect, the construction or interpretation of this Agreement; the words “include” and “including” are to be construed without limitation and shall be deemed to be followed by “without limitation” or “but not limited to” whether or not they are followed by such phrases; references to “construction” or “building” include, unless the context otherwise requires, investigation, design, developing, engineering, procurement, delivery, commissioning and other activities incidental to the construction, and “construct” or “build” shall be construed accordingly; references to “development” include, unless the context otherwise requires, construction, renovation, refurbishing, augmentation, upgradation and other activities incidental thereto, and “develop” shall be construed accordingly; any reference to any period of time shall mean a reference to that according to Indian Standard Time; any reference to day shall mean a reference to a calendar day; references to a “business day” shall be construed as a reference to a day (other than a Sunday) on which banks in Bengaluru are generally open for business; any reference to month shall mean a reference to a calendar month as per the Gregorian calendar; references to any date, period or Project Milestone shall mean and include such date, period or Project Milestone as may be extended pursuant to this Agreement; any reference to any period commencing “from” a specified day or date and “till” or “until” a specified day or date shall include both such days or dates; provided that if the last day of any period computed under this Agreement is not a business day, then the period shall run until the end of the next business day; the words importing singular shall include plural and vice versa; references to any gender shall include the other and the neutral gender; “lakh” means a hundred thousand (100,000) and “crore” means ten million (10,000,000); Executive Engineer (PC-4) Concessionaire Page 16

“indebtedness” shall be construed so as to include any obligation (whether incurred as principal or surety) for the payment or repayment of money, whether present or future, actual or contingent; references to the “winding-up”, “dissolution”, “insolvency”, or “reorganisation” of a company or corporation shall be construed so as to include any equivalent or analogous proceedings under the law of the jurisdiction in which such company or corporation is incorporated or any jurisdiction in which such company or corporation carries on business including the seeking of liquidation, winding-up, reorganisation, dissolution, arrangement, protection or relief of debtors; any reference, at any time, to any agreement, deed, instrument, licence or document of any description shall be construed as reference to that agreement, deed, instrument, licence or other document as amended, varied, supplemented, modified or suspended at the time of such reference; provided that this Sub-clause shall not operate so as to increase liabilities or obligations of the BBMP hereunder or pursuant hereto in any manner whatsoever; any agreement, consent, approval, authorisation, notice, communication, information or report required under or pursuant to this Agreement from or by any Party shall be valid and effective only if it is in writing under the hand of a duly authorised representative of such Party, as the case may be, in this behalf and not otherwise;

1.3 Measurements and arithmetic conventions All measurements and calculations shall be in the metric system and calculations done to 2 (two) decimal places, with the third digit of 5 (five) or above being rounded up and below 5 (five) being rounded down. 1.4 Priority of agreements and errors/discrepancies 1.4.1 This Agreement, and all other agreements and documents forming part of this agreement are to be taken as mutually explanatory and, unless otherwise expressly provided elsewhere in this Agreement, the priority of this Agreement and other documents and agreements forming part hereof shall, in the event of any conflict between them, be in the following order: this Agreement; and all other agreements and documents forming part hereof; i.e. the Agreement at (a) above shall prevail over the agreements and documents at (b) above. 1.4.2 Subject to the provisions of Clause 1.4.1, in case of ambiguities or discrepancies within this Agreement, the following shall apply: between two or more Clauses of this Agreement, the provisions of a specific Clause relevant to the issue under consideration shall prevail over those in other Clauses; between the written description on the Drawings and the Specifications and Standards, the latter shall prevail; between the dimension scaled from the Drawing and its specific written dimension, the latter shall prevail; and between any value written in numerals and that in words, the latter shall prevail.

1.5 Scope BBMP aims at improving its services to the public of the Bengaluru city and proposes to develop a number of Public Toilet Units(PTUs) around the city at select identified locations. The Public Toilet project initiative would involve systematic design, development, construction, financing, operation, maintenance, revenue collection and deployment. BBMP intends to develop the project on “Design, Build, Operate and Transfer” (DBOT) basis by inviting open RFP from registered and authorized firms / agencies to finance,

Executive Engineer (PC-4) Concessionaire Page 17

construct and maintain during the Concession period. BBMP will enter into a Concession Agreement with the successful registered and authorized firms / agencies (Concessionaire) for a period of 20 years including the period of construction. During the period, the Concessionaire shall carry out the services as per the technical specifications, performance standards and guidelines given in the Concession Agreement In particular, the scope would involve: 1. Design of the Public Toilet with a view to ensure safe and convenient usage of all section of the society; 2. Preparation of all location specific designs & engineering drawings suitable to the site conditions, and as listed in the scope of work for the each locations existing environment conditions, community demand, existing and proposed structures on the road and basic specifications prescribed by BBMP and relevant Indian Standard. 3. Collect and validate the site conditions where Public Toilet are proposed in consultation with various stakeholders (utility companies wherever necessary) 4. Operation & Maintenance of Public Toilet for an initial period of twenty years conforming to service level requirements mentioned in the Contract 5. Arrange financing of the project in accordance with agreed Contractual terms 6. Enabling adding of Services to the Public Toilet in consultation with BBMP after satisfying feasibility requirements 7. Deployment of adequately trained manpower required for the Operations and Maintenance in accordance with performance requirements stipulated in the Contract 8. Adherence to all applicable laws and regulations in this respect 9. Transfer the facilities in good condition and free from all encumbrances free of cost to BBMP upon expiry of the Concession Period 10. The total 250 Nos. of Public Toilet Units (PTUs) locations shall be handed over to the Concessionaire within two weeks from the date of signing of agreement. The construction of the PTUs shall be completed / implemented in Six months from the date of signing of agreement within which the Concessionaire is expected to complete the designing / drawing, implementation as per the requirements in accordance with technical specifications and standards specified herein. 11. BBMP intends to develop the PTUs on “Design, Build, Operate and Transfer” (DBOT) basis to construct, operate and maintain during the Concession period with advertisement Rights to the successful Bidders. 12. Construction PTUs : The successful bidder shall conceptualize PTUs , design, construct as per the approved drawing by BBMP . The entry shall not be provided from the back side i.e. the side opposite to the road. The Public Toilets shall have separate facility for ladies, gents and especially abled persons. The requirement of WC seats and Urinal Pots may vary site to site and same has to be decided as per the location specific requirements.

Executive Engineer (PC-4) Concessionaire Page 18

13. The advertisement Panel shall be of Back Lit Display Panels on a stainless-steel / aluminum frame. Advertisement Panels may be considered in concurrence with BBMP and other statutory bodies in this regard. BBMP will extend assistance in getting the requisite permission from statutory bodies in this regard. 14. The material and the fixtures to be used in each PTUs are given in SPECIFICATIONS AND STANDRADS The concessionaire can propose the higher specification than the above for approval by the BBMP. 15. Operations & Maintenance: 16. This includes operation of the PTUs i.e. regular cleaning of the PTUs /and its surrounding area, functioning of all the fixtures, deployment of dedicated personnel, supervision and providing of consumables. This includes maintenance and operation of all the necessary infrastructure provided in PTUs such as electricity, drainage, sewerage, waste removal, water etc. The concessioner shall clean and do housekeeping the other areas created in PTUs for the other facilities as specified above. 17. Water supply: The Concessionaire shall ensure availability of adequate water at all times for general cleanliness of the PTUs and for the use of public visiting these public conveniences. Further lying of water line, connection and payment of connection and usage charges payable shall be the responsibility of the concessionaire. In case of non feasibility of water supply, the concessionaire has to arrange water at his own cost. 18. Electricity supply: The Concessionaire shall ensure adequate electricity supply for proper lightings inside and outside the PTUs . The payment of connection and usage charges shall be the responsibility of the concessionaire premises. Further lying of electric cables, payment of connection and usage charges shall be the responsibility of the concessionaire. 19. Sewerage Disposal: The Concessionaire shall ensure disposal of sewerage through pipe line to nearest Bangalore Water Supply and Sanitary Board(BWSSB) sewer line at his own cost. The connection charges and uses charges shall be responsibility of the concessionaire. Where there is no feasibility of municipal sewer line in that case bio- digester is to be provided by the concessionaire at his own cost. 20. Landscaping: The concessionaire shall put plants in and around each PTUs where space is available as per the approval of the BBMP and maintain the same in good condition at all times. 21. Cleaning of PTUs : The Concessionaire shall ensure cleaning of the PTUs as per the cleaning schedule provided herewith. Dedicated cleaning staff shall be provided by the Concessionaire for PTUs. 22. Waste Disposal: The Concessionaire shall provide litterbins inside and outside of the PTUs as specified, and disposal of the collected hall be the responsibility of the Concessionaire. 23. Watch & Ward: The watch & ward of the PTUs rests with the Concessionaire. 24. Maintenance: It will include daily, routine and periodic maintenance works in the PTUs but shall not be limited to the Civil, electrical and mechanical

Executive Engineer (PC-4) Concessionaire Page 19

works for the PTUs , equipment maintenance and servicing. 25. The Concessionaire shall hand over the PTUs to BBMP in good working condition at the end of concession period . 26. The Concessionaire shall made regular payment of license fee annually in advance to BBMP not later than 20th day of first month of the year in which it is due and failure to do so attract an interest of 18% per annum on the entire unpaid amount payable. If concessionaire will not make payments by the end of six months during the year, the contract will stand terminated automatically. 27. The concessionaire shall pay the Advertisement tax as per prevalent Advertisement Bye laws to BBMP.

1.6 List of Documents comprising the RFP

The Request for Proposal (RFP) document for the Construction of public Toilets in BBMP area on Design, Build, operate of Transfer Basic (PPP Model) consists of four volumes viz. Volume 1 “Instructions to Bidders” Instructions to Bidders Bid Process – preparation and submission Bid Evaluation Award Criteria

Volume 2 “Technical requirements and specifications” Scope of the project Roles & Responsibilities of the Stakeholders Functional Requirements Technical Requirements

Volume 3 “Commercial Specifications” Financing Revenue Model Implementation Schedule Contract terms

Volume 4 “Forms for bid submission” Formats for technical bid Formats for financial bid

The bidders are expected to examine all instructions, forms, terms, Public Toilets project requirements and other information in the RFP document. Carrying out detailed due diligence of information furnished in the RFP is the responsibility of the bidders. Failure to furnish all information required by the RFP documents or submission of a proposal not substantially responsive to the RFP documents in every respect will be at the Bidder’s risk and may result in rejection of its Bid and forfeiture of the Bid Security. 1.7 Acknowledgment of Receipt It is required by the prospective bidders to acknowledge receipt of this RFP by sending the following information (details of bidders contact personnel) to BBMP at the address mentioned below by direct mail. The contact personnel of the prospective bidders shall not be changed during the bid process. Bidders, who send an acknowledgement of receipt of the RFP, would be registering their interest to bid for the Public Toilets project. Executive Engineer (PC-4) Concessionaire Page 20

Bidders are requested to send a notice of intent to bid to the BBMP as in Attachment 1 by email. Bidders are also requested to send a confirmation to attend the pre-bid meeting proposed on the date indicated in the bidding process timetable and as notified in the Tender Notification.

All Submissions should be through e-procurement portal only. BBMP address Bidder Information Sri. S Somashekar Company Name Chief Engineer Address Project Central Bruhat Bengaluru Mahanagara Palike Primary Contact: N R Square, Bengaluru -560 002 Name Address 2) Sri. Vijaykumar Haridas E-mail Address: [email protected] Executive Engineer Telephone Number Project Central-4 Bruhat Bengaluru Mahanagara Palike. N.R. Square, Bengaluru.- 560 002 Secondary Contact: Ph: 9480683059 Name Address E-mail Address: [email protected] Telephone Number

1.8 Clarifications All enquiries and or clarifications from the bidders related to this RFP should be directed in writing to the contact person notified by BBMP in this RFP. Both direct mail communication and email communication are accepted modes of communication for the purpose of seeking and providing clarifications in respect of this RFP. 1.9 Supplemental Information If BBMP deems it appropriate to revise any part of this RFP or to issue additional data to clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such supplements shall be deemed to be incorporated by this reference into this RFP and binding on the bidders. 1.10 Key Activities and Dates The Schedule of Key Activities for the purpose of this RFP describing the bid process is outlined below:

Executive Engineer (PC-4) Concessionaire Page 21

S. No Activity Date Issue of RFP by BBMP through e- 1 31.03.2016 procurement portal Bidders must familiarize themselves 2 Site visits about the site, however BBMP will provide assistance 3 Pre Bid Meeting 11.04.2016 at 15.00 hours 4 Last Date for submission of bids 05.05.2016 upto 16.00 hours 5 Opening of Technical Proposals 07.05.2016 after 16.30 hours After approval from the Competent 5 Award of contracts Authority After approval from the Competent 6 Contract Signature and closure Authority.

1.11 Bid Preparation and Participation Costs The bidder is responsible for all costs incurred in connection with participation in the Bid Process including and not limited to costs incurred in conduct of informative and other diligence activities, making site visits, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by BBMP to facilitate the evaluation process, and in negotiating a definitive Agreement or all such activities related to the Bid Process. 1.12 Qualification Criteria

All bidders shall provide the requested information accurately and in sufficient detail in qualification information.

The Bidder may be a Single Entity or a consortium of members not exceeding three. The bidder may be a Entity either registered under Indian Partnership Act 1949 or a Company registered under the Indian Companies Act 1956. The Consortium arrangement should be demonstrated through a valid documentation between the consortium partners. Single entity or all the members of the Consortium, as the case may be , are jointly and severally responsible for the construction and development of Public Toilets.. The Bidder shall satisfy the following technical and financial criteria.

A. Technical Criteria: 1. The bidder-Single Entity or in case of Consortium the Lead member- The Bidder should have at least three years experience in last five years in operation and maintenance of Public toilets / Community Toilets / Urinal Blocks in public

Executive Engineer (PC-4) Concessionaire Page 22

premises, which are visited by a large number of public such as Hospitals, Inter- State bus terminals, bus stations, railway stations, airports, market complexes, public office complexes, malls etc. OR 2. The Bidder should have at least three years’ experience in last five years in Construction, Operation and Maintenance of Public toilets / Community Toilets / Urinal Blocks on BOT basis in public premises, which are visited by a large number of public such as Hospitals, Inter-State bus terminals, bus stations, railway stations, airports, market complexes, public office complexes, malls etc. 3. The Technical Experience should be demonstrated by the Bidders through proper documentary evidence to the satisfaction of BBMP. 4. Should Register with BBMP advertisement department once tender is awarded 5. Bidder should issue a statement undertaking total responsibility for the defect free operation of the Public Toilets during the operation and maintenance period 6. Detailed plan of O&M for a period of 20 years 7. A technical evaluation on the parameters of innovativeness of concept, aesthetic appeal, economy of construction, economy of maintenance, functional aspects (such as disabled friendly design, women friendly and safe design, ease of access and circulation, quick evacuation in case of emergencies, maximum connectivity), commercial potential (such as maximum scope for providing kiosks and advertisement panels without disturbing aesthetics), safety aspects and structural feasibility will be carried out. 8. No Applicant or its Associate shall submit more than one Application for the competition. An Applicant applying individually or as an Associate shall not been entitled to submit another application either individually or as a member of any consortium, as the case may be. 9. The locations 190 to 250 are reserved for SC /ST beneficiaries and NGO administered by SC/ST as per GO No: MNU/718/2014 dated: 13-3-2015. The Bidders of the firm should produce the Caste Certificate/ necessary Registration (for NGO administered SC/ST) issued by the Competent Authority.

B. Financial Capability

1. The Bidder ( in case of single entity ) or the consortium together should have Minimum Net worth of Rs 200.00 lakh as at the end of the latest financial year. 2. Achieved an average annual financial turnover of Rs. 100.00 Lakh in last Five years. Financial turnover of previous years shall be given a weight of 10% per year to bring them to the price level of the current Financial year. The Certificate of Turnover and Net worth shall be from the Registered Chartered Accountant. 3. Bidder (in case of single entity) or the members of consortium as the case may be should be profit-making concerns for 3 years out of the last 5 years. 4. The Financial Capabilities should be demonstrated by the Bidders through proper documentary evidence to the satisfaction of BBMP. 5. A certified true copy of the consortium agreement between the Prime Bidder and the other members of the consortium, revealing the respective roles and responsibilities of all the members, in meeting the overall scope and requirements of the Construction of Public Toilets Projects

To qualify for each location of contract made up of this and other contracts for which Bids are invited in this IFT, the Bidders must demonstrate having experience and

Executive Engineer (PC-4) Concessionaire Page 23

resources to meet the aggregate of the qualifying criteria for each location. Note: The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Employer in charge, not below the rank of an Executive Engineer or equivalent.

Even though the Bidders meet the above criteria, they are subject to be disqualified if they have: made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or participated in the previous Tender for the same work and had quoted unreasonably prices and could not furnish rational justification

1.13 Bid Security (Earnest Money Deposit) Bidders shall submit along with their bids, Bid Security in the form of EMD through e- procurement portal for the amounts as mentioned. EMD Amount shall be submitted by the Tenderer taking into account of the following Conditions. EMD shall be accepted only in the form of Electronic Cash (and not through Demand Draft or Bank Guarantee) and will be maintained in the Government’s Central Pooling Account at Axis Bank until the Work is awarded The tender processing fee and EMD shall be made in e-procurement only using any of the following four modes of payment. Credit Card Direct debit Nationalized Electronic Fund Transfer (NEFT) Over the Counter (OTC) he EMD in any other form shall not be entertained .The EMD would be returned to all unsuccessful bidders from e-portal within 15 days of award of project. Bids submitted in e-procurement portal without exact amount of Bid security (EMD) shall be rejected.: BBMP may in exceptional circumstances and at its discretion extend the deadline for submission of bids by issuing an addendum or by intimating all bidders who have been provided with the RFP document in writing and by email and in e-portal (where possible) in which case all rights and obligations of the BBMP project and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended. Bids can’t be submitted after the due date and the specified time in the e-portal. Bids would be opened through e-procurement portal in the presence of all bidders (who choose to be present). The venue of the bid opening is: Office of Executive Engineer (Project Central-4), N R Square, Bruhat Bengaluru Mahanagara Palike ,Bengaluru 560 002. In the event of the specified date of bid opening being declared a holiday, the bids shall be opened at the appointed time and location on the next working day. IMPORTANT NOTE: The EMD for each location is Rs.10,000/-. The Agency/Firm quoting more than one locations shall pay the EMD Rs.10,000/- per location through E procurement portal. While quoting Ground Rent for the PTUs, the Agency shall quote for

Executive Engineer (PC-4) Concessionaire Page 24

Rent for the locations for which it desires to quote, leaving blank for other locations. In case of discrepancy in EMD amount and locations, locations starting from Serial No-1 shall be considered till the number of locations matches with amount of EMD paid. 1.14 Composition of the Bid Bids shall be prepared and submitted in Two Cover (Parts): the first part shall comprise the offer letter in the prescribed format, and the Bid Security. Technical aspects of the bid and the second cover / part shall be the commercial bid specifying the price offer and the commercial terms and conditions. The technical proposals of all the bidders who have complied with bid submission requirements (Two cover/ part submission and provision of bid security in the format and amount indicated) will be opened. After evaluation of technical proposals, the commercial proposals of only those bidders, who qualify in technical evaluation, will be opened.

The venue, date and timing for opening the Technical & Commercial proposals will be as per the dates indicated in the e-procurement platform. All the proposals will be opened in the presence of the bidder's representatives who choose to be present. PROPOSAL INSTRUCTIONS AND CONDITIONS Response to bid must be direct, concise, and complete. All information not directly relevant to this RFP should be omitted. BBMP will evaluate bidder's proposal based upon its clarity and the directness of its response to the requirements of the project as outlined in this RFP. To assist in the preparation of proposal, BBMP is making available an electronic version of this RFP to prospective bidders.

1.15 RFP Format This RFP provides information regarding the requirements of the Public Toilets project, associated services which are included in the Volume 2 titled “Technical Requirements & Specifications”. This RFP also includes specific questions about bidder's proposed solution, technical qualifications and capabilities, development, implementation, operations and management approaches and strategy, to facilitate BBMP in determining bidder's suitability as the Public Toilets developer based on the requirements outlined in this RFP. The bidder is expected to respond to the requirements as completely and in as much detail as possible, and focus on demonstrating bidder's suitability to become the Public Toilets developer for the requirements outlined. BBMP seeks a specific proposal responsive to this RFP in every respect and detail, rather than a mere compilation of materials and promotional information. BBMP will be appreciative in the superior quality and responsiveness of the proposal. As noted above, BBMP is providing a copy of this RFP in an electronic format. The bidder must submit the bid, as separate documents in Two cover through e- procurement portal ,“Covering letter with bid security” and “Technical Proposal” and a “Commercial Proposal”, as described in this Section. The Two sealed covers should be submitted separately for each of the locations through e-procurement portal. Failure to submit separate technical and commercial proposals may result in disqualification of the bid. Executive Engineer (PC-4) Concessionaire Page 25

1.16 Documents comprising the bidders' proposal Proposal submitted by the bidder shall comprise the following documents: Proposal covering letter and the Technical proposal Forms (covering letter is set forth in Annexure 1 of the Volume 4 of this RFP). Bid Security in the form of bank guarantee as specified in Annexure 12 of Volume 4 of the RFP Technical proposal in the format as specified in Annexures 1, 2, 4, 5,6,7,8,9,10 of Volume 4 of this RFP. Bidders should add any technical write up to substantiate their proposals. Commercial proposal as specified in Annexures 3 and 13 of Volume 4 of this RFP in the formats provided. Any other information that is required to be submitted in the proposal process

Bidder shall submit with its proposal, inter alia, the following attachments: A board resolution (in case of a group or consortium bid, the Prime Contractor's Board of Directors) authorizing the Bidder/ Prime Bidder to sign/ execute the proposal as a binding document and also execute all relevant agreements forming part of RFP. A certified true copy of the consortium agreement between the Prime Bidder and the other members of the consortium, revealing the respective roles and responsibilities of all the members, in meeting the overall scope and requirements of the Public Toilet Project. Bidders shall furnish the required information on their qualifications, technical and commercial strengths in the enclosed formats only. Any deviations in format may make the bid liable for rejection.

1.16.1 Technical Proposal

A printed covering letter on the bidding organization's letterhead with all required information and authorized representative's initials shall be submitted along with the proposal through e-procurement portal. Bidders are advised not otherwise edit the content of the proposal cover letter. The technical proposal should contain a detailed description of how the bidder will provide the required services outlined in this RFP. It should articulate in detail, as to how the bidder's Technical Solution meets the requirements specified in the RFP. The technical proposal must not contain any pricing information. In submitting additional information, please mark it as supplemental to the required response. If the bidder wishes to propose additional services (or enhanced levels of services) beyond the scope of this RFP, the proposal must include a description of such services as a separate attachment to the proposal. Only the selected bidder will have to submit the detailed structural and architectural drawings for the Public Toilets for obtaining approval from BBMP The technical proposal should address the following: Overview of the proposal that meets the requirements specified in the RFP

Executive Engineer (PC-4) Concessionaire Page 26

Overall structural design and architecture Proposed layout and drawings Security issues Health and safety measures Performance criteria Operational environment Construction schedules Standards and specifications adopted in the design and construction Implementation methodology, project plan and implementation schedule Project team structure, size and capability On-site Post Implementation Support Strategy Proposed model for expansion of services beyond the initial requirements described in the RFP Quality assurance/process Key Milestones during construction phase Program for operation and maintenance The technical proposal shall also contain bidder's plan to address the key challenges of the project. BBMP is also open to any suggestions that the bidder may want to render with respect to the approach adopted for the assignment in the light of their expertise or experience from similar assignments. However, this should not lead to the submission date being missed or extended. The bidder must address the following in their Design, Development and implementation strategy: A detailed Project schedule and milestone chart Approach and Methodology of design, development and implementation of the Public Toilets with associated structures and amenities. The plan should adhere to the standard methodology of construction of Public Toilets. Key implementation objectives, key deliverables and an implementation schedule for the same Project Management tools proposed to be used for project during the construction phase The Design, Development and Implementation Plan shall provide a detailed description of the bidder's approach for the design, development and implementation of the proposed solution enumerated in this RFP. The bidder shall identify key implementation objectives, how these objectives will be met and the respective dates on which deliverables incorporating these objectives will be completed and ready for use.

1.16.2 Manpower deployment plan and resources to be dedicated to the 1.16.3 Project

Bidder must provide the following information: A specific description of the prior experience and expertise of the resources in the organization that enable the organization to provide a Public Toilets with proposed

Executive Engineer (PC-4) Concessionaire Page 27

technical requirements and specifications; Resumes of manager(s) responsible for the management of this project, highlighting pertinent experience. Resumes of bidder and/or sub-contracted personnel who would be directly assigned to provide basic design, detailed design, construction, supervision, monitoring, control and related services as pertains to this contract and the specific function each individual would perform; All the resumes of the proposed team should be given in the following format only Resume Format  Proposed Position  Name  Qualification  Tasks proposed to be assigned  Areas of Expertise  Experience  Period of association with the organization

1.16.4 Prospective Sub contractor Statement

Bidder shall identify all prospective subcontractors, including Suppliers that the bidder wishes to engage to provide any of the services required under this RFP. For each proposed Subcontractor and Supplier, bidder shall provide the following: Brief description of nature of products/services to be provided Head and branch offices (if responsible for work under this contract) (provide street and mailing addresses, phone, fax and email); Date, form and state of incorporation; Contract administrator (Name, business address, fax, phone and email address of individual responsible for administering any contract that might result from this RFP); Company principals (Name, title and business address); and, Current or prior successful partnerships with proposed subcontractor including client reference (Contact Name, Phone Number, dates when services were performed). 1.16.5 Deviations and Exclusions

The bidder shall provide the deviations and exclusions, if any, from the defined scope of Public Toilets. Bidder Undertakings Bidder's guarantee for accomplishing the implementation schedules for completion of key deliverables shall form part of the proposal covering letter. 1.16.6 Total Responsibility

Bidder should issue a statement undertaking total responsibility for the defect free

Executive Engineer (PC-4) Concessionaire Page 28

operation of the Public Toilets during the Operation and Maintenance period. 1.16.7 Commercial Proposal

The electronic version of this RFP should be used to create the bidder's commercial proposal. Unless expressly indicated, bidder shall not include any technical information regarding the services in the commercial proposal.

The commercial proposal must be detailed and must cover each year of the contract term. The terms for the Concession shall be separately indicated. The commercial proposal must be summarized by completing the pricing matrices which are contained in Annexure 13 of Volume 4 of the RFP in e-procurement form only.

1.17 Signature All proposals must be signed with the bidder's name and by a representative of the bidder, who is authorized to commit the bidder to contractual obligations. All obligations committed by such signatories must be fulfilled and submitted through e-procurement . 1.18 Submission of Proposals All submissions through e-procurement only. Both of the copies of the bids attached in e-platform must consist of the following:

a. Covering letters with Bid Security. b. Technical proposal to be submitted in the prescribed format through e- procurement only . c. Commercial proposal to be submitted in the prescribed format through e- procurement only.

1.19 Period of Validity of Proposals d. The proposals including the Bid Security shall be valid for a period of 180 days from the date of submission of the proposals. A proposal valid for a shorter period may be rejected as non-responsive. On completion of the validity period, unless the bidder withdraws his proposal in writing, it will be deemed to be valid until such time that the bidder formally (in writing) withdraws his proposal.

e. In exceptional circumstances, at its discretion, BBMP may solicit the bidder's consent for an extension of the validity period. The request and the responses thereto shall be made in writing (or by fax or email).

1.20 Late Proposals E-portal submission do not allow for late submission of bids 1.21 1.21 Non-Conforming Proposals Any proposal may be construed as a non-conforming proposal and ineligible for Executive Engineer (PC-4) Concessionaire Page 29

consideration if it does not comply with the requirements of this RFP. The failure to comply with the technical requirements, and acknowledgment of receipt of amendments, are common causes for holding proposals nonconforming.

1.22 Amendment of Request for Proposal At any time prior to the deadline for submission of proposals, BBMP, for any reason, may modify the RFP by amendment notified in writing or by fax or email to all bidders who have received this RFP and such amendment shall be binding on them. BBMP, at its discretion, may extend the deadline for the submission of proposals.

1.23 Language of Proposals The proposal and all correspondence and documents shall be submitted in English. All proposals and accompanying documentation will become the property of the BBMP and will not be returned. The e-procurement document submitted will be considered as the official proposal.

1.24 Disqualification The proposal is liable to be disqualified in the following cases: Proposal not submitted in accordance with this RFP. During validity of the proposal, or its extended period, if any, the bidder changes his commercial terms. The bidder qualifies the proposal with his own conditions. Proposal is received in incomplete form or without signature. Proposal is received after due date and time. Proposal is not accompanied by all requisite documents Information submitted in technical proposal is found to be misrepresented, incorrect or false, accidentally, unwittingly or otherwise, at any time during the processing of the contract (no matter at what stage) or during the tenure of the contract including the extension period if any. Commercial proposal is enclosed with the same envelope as technical proposal. Bidder fails to deposit the Performance Bank Guarantee (PBG) or fails to enter into a Contract within 15 working days of the date of notice of award of contract or within such extended period, as may be specified by BBMP. Bidders may specifically note that while evaluating the proposals, if it comes to BBMP's knowledge expressly or implied, that some bidders may have compounded in any manner whatsoever or otherwise joined to form an alliance resulting in delaying the processing of proposal then the bidders so involved are liable to be disqualified for this contract as well as for a further period of two years from participation in any of the bids floated by BBMP. It is also clarified that if need arises BBMP would go in for appointment of outside party(s) to undertake the work under the captioned bid. In case the terms and conditions of the contract applicable to this invitation to bid are not acceptable to any bidder, he should clearly specify any deviation. Modification and Withdrawal of Proposals No proposal may be withdrawn in the interval between the deadline for submission of proposals and the expiration of the validity period specified by the bidder on the proposal form.

Executive Engineer (PC-4) Concessionaire Page 30

1.25 Conflict of Interest Bidder shall furnish an affirmative statement as to the existence of, absence of, or potential for conflict of interest on the part of the bidder or any prospective subcontractor due to prior, current contracts, engagements, or affiliations with BBMP. Additionally, such disclosure shall address any and all potential elements (time frame for service delivery, resource, financial or other) that would adversely impact the ability of the bidder to complete the requirements as given in the RFP.

1.26 Acknowledgement of Understanding of Terms By submitting a proposal, each bidder shall be deemed to acknowledge that it has carefully read all sections of this RFP, including all forms, schedules and annexures hereto, and has fully informed itself as to all existing conditions and limitations.

1.27 Site Visit Bidders are encouraged to visit various locations and head office of BBMP and obtain information that they may determine to be useful for preparing response to the RFP. Bidders shall intimate the BBMP sufficiently in advance in order to make arrangements for the visits of their authorized personnel. All costs related to site visits and gathering of information shall be entirely borne by the bidders. Bidders shall be responsible for the personnel deputed to undertake site visits. Failure of bidders to carry site visits will not disqualify the bidders during the bid process. 1.28 Conditions The following terms are applicable to this RFP and the bidder's proposal. This RFP does not commit the BBMP to enter into a Contract or similar undertaking with the bidder or any other organization and BBMP shall have the right to reject or accept any proposal or offer, or any part thereof (e.g., any component of any proposed solution) for any reason whatsoever. BBMP reserves the right to enter into agreement with more than one bidder; can choose not to proceed with any bidder with respect to one or more categories of services/requirements outlined in this RFP; and can choose to suspend the project or to issue a new RFP for this project that would supersede and replace this one. Each bidder shall make the following representations and warranty in its proposal cover letter, the falsity of which might result in rejection of its proposal: “The information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to the BBMP, is true, accurate, and complete. This proposal includes all information necessary to ensure that the statements therein do not in whole or in part mislead the BBMP as to any material fact.” BBMP is not restricted in its rights to use or disclose any or all of the information contained in the proposal, and can do so without compensation to the bidder. BBMP shall not be bound by any language in the proposal indicating the confidentiality of the proposal or any other restriction on its use or disclosure. Timing and sequence of events resulting from this RFP shall ultimately be determined by the BBMP. No oral conversations or agreements with any official, agent, or employee of the BBMP shall affect or modify any terms of this RFP, and any alleged oral agreement or arrangement made by a bidder with any department, agency, official or employee of the BBMP shall be superseded by the definitive Contract that results from this RFP process. Oral communications by the BBMP to bidders shall not be considered binding on the

Executive Engineer (PC-4) Concessionaire Page 31

BBMP, nor shall any written materials provided by any person other than BBMP. Proposals are subject to rejection if they limit or modify any of the terms and conditions or specifications of this RFP. By responding, the bidder shall be deemed to have represented and warranted: that its proposal is not made in connection with any competing bidder submitting a separate response to this RFP, and is in all respects fair and without collusion or fraud; that the bidder did not participate in the RFP development process and had no knowledge of the specific contents of the RFP prior to its issuance; and that no employee or official of the BBMP participated directly or indirectly in the bidder's proposal preparation. Neither the bidder nor any of bidder's representatives shall have any claims whatsoever against the BBMP or any of its respective officials, agents, or employees arising out of or relating to this RFP or these procedures (other than those arising under a definitive Contract with the bidder in accordance with the terms thereof). Until contract award, bidders shall not, directly or indirectly, solicit any employee of the BBMP to leave the BBMP or any other officials involved in this RFP process in order to accept employment with the bidder, its affiliates, actual or prospective contractors, or any person acting in concert with the bidder, without prior written approval of the BBMP. BID EVALUATION

1.29 Preliminary examination of the bids Preliminary scrutiny of the pre-qualification and technical bid will be made to determine whether they are complete, whether required EMD has been furnished, whether the documents have been properly signed, and whether the bids are generally in order. The decision of the Commissioner, BBMP on short listing of agencies is final and binding on the bidders. Prior to the detailed evaluation, the BBMP will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. If a bid is not substantially responsive, it will be rejected by the BBMP and may not subsequently be made responsive by the bidder by correction of the nonconformity.

1.30 Evaluation Procedure & Criteria Evaluation of the bids will be done in Two stages (compliance to basic requirements, technical and commercial). The following is the procedure for evaluation.

1.30.1 Evaluation of Basic Requirements

Firstly, the documentation furnished by the bidder will be examined prima facie to see if the Bid is substantially responsive and submitted in accordance with the requirements. The submission will also be scrutinized for Bid Security its form and contents. Proposals not meeting the Basic Requirements (non-compliance) will not be processed further beyond this stage.

1.30.2 Evaluation of Technical bids

The evaluation of the Technical bids will be carried out in the following manner: The bidders' technical solutions proposed in the bid document are evaluated as per the technical evaluation parameters specified in Section 5 of this Volume. Proposal Presentations: The BBMP may in its discretion invite bidders to make a Executive Engineer (PC-4) Concessionaire Page 32

presentation to the BBMP at a date, time and location determined by the BBMP before opening of bids. The purpose of such presentations would be to allow the bidders to present their proposed solutions to the BBMP committee and the key points in their bids. BBMP (directly or through appointing a Committee for evaluation) may seek clarifications from the bidders. The primary function of clarifications in the evaluation process is to clarify ambiguities and uncertainties arising out of the evaluation of the bid documents. Clarifications provide the opportunity for the committee to state its requirements clearly and for the bidder to more clearly state its bid. The BBMP or the Committee may seek inputs from their professional, technical faculties in the evaluation process. All clarifications by the bidders will have to be formal and binding on them for performance. The minimum qualifying marks for qualification of Technical Bid is 75. Only those bidders who have secured technical score of 75 marks or more in the evaluation of technical bids shall be considered for further evaluation of their financial bid.

1.30.3 Evaluation of Commercial bids

The Commercial Bids of the technically qualified bidders will be evaluated as per the evaluation criteria mentioned below: The Selection of the agency for each of the Packages will be based on Highest Bidder Criteria for the License fees. The 70% of total marks obtained by the bidders in evaluation of technical bids shall be technical weightage for example (for Technical Weightage): If bidder has secured 80 marks out of the total 100 marks in the technical evaluation shall be 56 i.e. (80 x 70%). The Financial bids of only those bidders who have secured technical score of 75 marks or more in evaluation of technical bids shall be considered for further opening of financial bids for evaluation. The financial bid of those bidders who do not qualify the technical evaluation shall not be opened and no claim in this regard shall be entertained. Financial Weightage:- The Financial weightage has to be derived out as 30% of the financial score worked out on the basis of financial offer quoted by bidder in financial bids. The bidder with highest financial offer (H-1) shall be assigned as financial score 100 and financial weightage as 30 (i.e. 30% x 100). as per Illustration 2 below Illustration 2 (for Financial Weightage):- If the bidder at Illustration 1 is H-1 bidder and quoted financial offer Rs. 125/-, then his financial weightage will be:- = 30% of 100 x Highest financial offer quoted by H-1 bidder / Highest Financial offer quoted by H-1 Bidder = (30 % of 100) x 125 /125 = 30 Total score of bidder shall be 86 i.e. (56 Technical weightage + 30 Financial weightage) The financial scores of the other bidders (i.e. H 2, H 3 or so on) shall be computed as under explained below: Illustration 3:- 30 x highest offer quoted by (H-2, H-3,...... or so on) bidders / Highest offer

Executive Engineer (PC-4) Concessionaire Page 33

quoted by H-1 bidder CRITERIA FOR SELECITON OF SUCCESSFUL BIDDER The successful bidder shall be worked out on the basis of highest score obtained by the bidder, as per their technical weightage and financial weightage as Illustrated below:- The bidders score = Technical weightage (70% of Technical score / marks obtained in evaluation of technical bids )+ Financial weightage (30% of financial score derived on the basis of financial bid evaluation).

The highest score obtained by the bidder shall be the successful bidder

Award of Contract

1.31 Award Criteria The Commissioner , BBMP and its delegated authority reserve the right to negotiate with the bidder (s) whose bid have been ranked first/highest for each of the works by the committee on the basis of best value to the Public Toilets project. If the BBMP is unable to finalize a Contract with the bidders ranked first among each work, BBMP may proceed to the next ranked bidder in that work, and so on until a contract is awarded for each work. BBMP reserves the right to present a Contract to the bidder selected for negotiations. BBMP will award the Contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the best value proposal (a proposal which qualifies in all the three evaluation stages and proves to be the best commercial quote), provided further that the bidder has demonstrated that it is qualified to perform services required for the Public Toilets project satisfactorily.

1.32 BBMP’s right to accept any Proposal and to reject any or All Proposals BBMP reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for BBMP’s action.

1.33 Notification of Award Prior to the expiration of the bid validity period, the BBMP will notify the successful bidder in writing or by fax or email, to be confirmed in writing by letter, that the BBMP has accepted its bid. The notification of award will constitute the formation of the Contract. Upon the successful bidder's furnishing of performance security, the BBMP will promptly notify each unsuccessful bidder in the respective categories. 1.34 Signing of Contract At the same time as the BBMP notifies the successful bidder that its proposal has been accepted, the BBMP shall enter into a separate Contract, incorporating all agreements (to be discussed and agreed upon separately) between the BBMP and the successful bidders. The procurement policy of BBMP subject to the laws of Karnataka will govern the terms and provisions of the Contract. Such agreements shall cover, in detail aspects/terms of the contract such as: Effective Date and Term Performance security Warranty Payment Prices Assignment Sub-contracts

Executive Engineer (PC-4) Concessionaire Page 34

Liquidated damages Applicable law Notices Change orders Taxes and duties Confidentiality Arbitration and Dispute Resolution Force Majeure Termination and Consequences of Termination Limitation of liability Technical Documentation Project Management Bidder's obligations BBMP’s Obligations

1.35 Performance Bank Guarantee The successful bidder shall at his own expense provide the BBMP, within fifteen (15) working days of the date of notice of award of the contract or prior to signing of the contract whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee (PBG) for Rs. 5.00 Lakh (Rupees Five Lakh ) for each location from a Nationalized bank in favor of Commissioner, BBMP, payable on demand, for the due performance and fulfillment of the Contract by the bidder. The validity of Performance Security must be upto the end of concession period. If the Performance Security is submitted with validity for initially Five years, then same has to be increased or submitted a fresh before expiry date upto the end of concession period without fail. This bank guarantee shall be returned upon successful completion of the Project on expiry of the concession period within 30 days of expiry of the concession period after adjustment of any dues if any. The successful bidder shall submit within 15 working days of the date of receipt of letter of acceptance or prior to signing of agreement whichever is earlier a performance security in the form of bank guarantee from Nationalized Bank for with an amount as above for each location in the name of the “Commissioner., BBMP., Bengaluru”. The bank guarantee will be returned after successful completion and launch of the project as stipulated. All incidental charges whatsoever such as premium; commission etc. with respect to the performance bank guarantee shall be borne by the bidder. The performance bank guarantee shall be valid for one year from the award of work or till the end of three months after the commencement of the Operation & Maintenance period. “Commencement of O&M period” is the date on which the Public Toilets project is completely operational as per the requirements provided in this RFP and all the acceptance tests are successfully concluded to the satisfaction of the BBMP. The performance bank guarantee may be discharged/ returned by the BBMP upon being satisfied that there has been due performance of the obligations of the bidder under the Contract. However, no interest shall be payable on the performance bank guarantee by BBMP. In the event of the bidder being unable to service the Contract for whatever reason, the BBMP would invoke the performance bank guarantee. Notwithstanding and without prejudice to any rights whatsoever of the BBMP under the Contract in the matter, the proceeds of the performance bank guarantee shall be payable to the BBMP as Executive Engineer (PC-4) Concessionaire Page 35

compensation for any loss resulting from the bidder's failure to perform/comply its obligations under the Contract. The BBMP shall notify the bidder in writing of the exercise of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the bidder is in default. 1.36 Operation & Maintenance The bidder shall submit a comprehensive operation and maintenance plan for project duration and duly approved by BBMP before requesting for commercial operation, i.e. commercial operation day Bidder shall also provide complete maintenance support for all the Public Toilet components as outlined in this RFP for the entire project duration During the O&M period, the bidder warrants that the goods supplied under the contract are new, unused, of the most recent technology model and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The bidder further warrants that the goods supplied under this Contract shall have no defects arising from design, materials or workmanship. The BBMP shall promptly notify successful bidder in writing of any claims arising during the O&M period. Upon receipt of such notice, the bidder shall, within a reasonable period and with all reasonable speed, repair or replace the defective systems, without costs to the BBMP and within time specified and acceptable to the BBMP. If the successful bidder, having been notified, fails to remedy the defect(s) within the period specified in the Contract, the BBMP may proceed to take such reasonable remedial action as may be necessary, at the successful bidder's risk and expense and without prejudice to any other rights, which the BBMP may have against the bidder under the contract. During the O & M period, the Concessionaire would ensure proper working of the system to deliver the service levels indicated in the service level agreement either directly or through a sub-contractor. The successful bidder hereby warrants the BBMP that: The implemented Public Toilets represents a complete, integrated solution meeting all the requirements as outlined in the RFP and further amendments if any, and provides the functionality and performance, as per the terms and conditions specified in the Contract.. The implemented Public Toilets will achieve parameters delineated in the technical specification/ requirement and shall be appropriately integrated to meet the Public Toilets project requirements. The successful bidder will be responsible for warranty services from subcontracted third party producers

1.37 Failure to agree with the Terms & Conditions of the RFP Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute sufficient grounds for the annulment of the award, in which event the BBMP may award the contract to the next best value bidder or call for new bids and forfeit the Bid Security. 1.38 Technical Evaluation Parameters

S No Contents of Brief Description of Criteria (marks) Maximum Technical Bid Marks

Executive Engineer (PC-4) Concessionaire Page 36

1 Proposed Basic  Innovative Design, use of Modern material, Design of Public functionality, Aesthetic and maintainability 25 Toilets 2 Operation, Cleaning Daily / Weekly / Monthly /Yearly Plan for and Maintenance O&M Plan  Daily / Weekly / Monthly Plan for cleaning 10  Inspection Reports through Mobile Apps and Email  Complaint redressal mechanism 4 Manpower Number of Supervisor (Minimum 2 Number) Deployment  Number of skilled manpower (Electrician / fitter / plumber) (Minimum 2 No.) 10  Unskilled manpower (Sweeper, Security, Guard, helper etc.) 5 Experience for Operation and maintenance of number of Similar Work - Public Toilets in last 5 years. Public Toilets / Community Toilets / Urinal Block 15 exclusively on Operation & Maintenance in last five year 6 Experience for Construction, Operation and maintenance on Similar Work - BOT Public Toilets / Community Toilets / Urinal Block on BOT basis for 15 Construction, Operation & Maintenance of PTUs in last five year 7 Financial capability As per Eligibility criteria 25

VOLUME-2 TECHNICAL REQUIREMENTS & SPECIFICATIONS

Executive Engineer (PC-4) Concessionaire Page 37

Introduction Bruhat Bengaluru Mahanagara Palike (BBMP) proposes to take up the establishment of state of the art Public Toilets at various identified locations in Bengaluru. BBMP intends to take up this work on Design, Build, Operate and Transfer (DBOT) basis(PPP model). The Public Toilet locations are primarily The Public Toilets shall be designed in such a way to ensure safe and effective usage to the public in BBMP. BBMP will be the employer for the complete management of Public Toilets during the process of bidding, award, design approval, construction and thereafter for the contract management. However, BBMP can appoint external agency for monitoring the designs, works, operation and maintenance of the work at its discretion. 1.39 Objective Preference will be given to such designs incorporating the above features in innovative manner using steel / pre-engineered /composite structures adding aesthetics to the scheme. The Concessionaire shall construct structurally sound and aesthetically appealing facilities as per plans approved by BBMP. However, in areas where deviations are necessitated due to space or location constraints, BBMP shall consider permitting such variations with approval from the Commissioner after due technical justification from the Engineer in Charge of work and the Recommendation of the Chief Engineer. The requisite services as may be essential from the users’ points of view would be provided by the Concessionaire 1.40 Features Preparation of detailed Designs for Public Toilets for the selected locations taking care of the existing site conditions, environment and community demand. The Public Toilets designs shall meet the functional and material specifications prescribed by BBMP and relevant codal provisions. Construction of Public Toilets with all essential facility at locations and designs approved by BBMP in respective locations. The design shall incorporate formation of queues and their management in an effective manner The revenue generation from the Public Toilets shall primarily be from Advertisements displayed on the Public Toilets cross over and pillar structures The type, manner and display of advertisements shall conform to existing and amended rules and regulations governing such advertisements and shall be duly got approved by BBMP 1.41 Scope of Work Prospective bidders are required to develop architectural & engineering designs of the structures proposed based on the requirements provided by BBMP. The designs shall comply with all the relevant codes of BIS guidelines for facilities in urban areas. The acceptance of design criteria shall be an important criterion for the selection of bidders for further evaluation. Preparation of location specific Designs & Engineering Drawings of all Public Toilets suitable to the site conditions, existing environment, road width, existing/proposed structures on the road and design specifications prescribed by BBMP.

Executive Engineer (PC-4) Concessionaire Page 38

Obtaining necessary approvals for the construction of the Public Toilets including shifting of any utilities with necessary approvals, Operation & Maintenance. The essential services for users to be provided by the Concessionaire like free movement, clean environment (minimal waiting time). 1.42 Advertisement on Public Toilets Building The successful bidder shall obey the clauses specified in volume – 2. The Concessionaire shall comply with the directions/instructions of the BBMP in respect of the said arrangement. The advertisements are only permitted to display on the front wall and side walls of the Public Toilets. The maximum advertisement area allowed is about 40 Square meters (Forty Square meters) if location permits as per designs and drawings submitted by the Concessionaire with the approval of Competent authority. However in case of non-suitable locations of Public Toilets for display of advertisement, the bidder shall be allowed to display the Advertisement at a location within a radius of 50 meters from the proposed Public Toilet at the nearest main road with the approval of the Competent Authority.

The display Advertisement is allowed only after the Operation Public Toilet is deemed to be effective when all the works are completed in all respects including obtaining necessary statutory approvals and certified after a test run.

Incase of non availability Public Toilet location/s, alternate location/s may be made available to the successful Bidders on mutual acceptance basis, subject to approval from the Competent Authority. The Concessionaire is permitted to provide advertisement depending length and breath of Building/structure. The display of advertisement shall with prior approval from the Advertisement section of BBMP and shall abide by Advertisement Byes laws of BBMP 2006.All advertisements shall be of preferably mesh vinyl. However in case non suitable locations of Public Toilets for display of advertisement, the bidder shall be allowed to display the Advertisement at a location within a radius of 50 meters from the proposed Public Toilet. The concession period is 20 (Twenty) years including construction period. The construction period shall be 06 months from the date of award of work for each Package. Concession fee shall be as per Commercial bid quoted by the bidder. The Concession fee should begin from the date of commercial operation of Public Toilet completed during the stipulated period of construction for a particular location and should be paid in advance every year within 15 (fifteen) days from the date of receipt of demand notice. This Ground Rent/Concession fee quoted by bidder would be increased by 5% every year starting from fourth year from operation day till the completion of Concession

Executive Engineer (PC-4) Concessionaire Page 39

period ie 20 years. The Concession fee quoted by the bidder for the first year should be paid before obtaining the completion certificate from the BBMP. The Agency shall pay “Concession fee/Ground Rent” (concession payments) in advance every year and “Advertisement Tax” as per Advertisement bye laws-2006 or as per modified/updated policy during the concession period. Failure to make the concession payments as per agreed schedule would entail the Contract to be terminated with damages recoverable from the Concessionaire. Concessionaire shall obey the Advertisement Bye laws-2006 which is part and parcel of the RFP document. The said advertisement policy is under revision and also the bidders must note that any revision of advertisement tax or updation or modification of the said policy occurring in the future will also be binding upon the bidder as part of the tender document. The successful bidder should pay the statutory advertisement tax or any fee as mentioned in the advertisement by laws to the concerned department/authority. All expenses connected with setting up, alterations and removal of advertisement and maintenance of advertisements etc,, if any shall be borne by the Concessionaire . The Concessionaire should attend the complaints pertaining to the advertisement provided on Public Toilets in respect of any violations within 7 days from the receipt of such letter issued to them from time to time by BBMP. 1.43 Maintenance & Erection of Advertisement: The Concessionaire shall bear all costs incurred for display of advertisement on Public Toilets and shall carry out the work of fixing and removing the same in a careful manner without doing any damage to the Public Toilets and the adjoining property. If any damage is caused to the adjacent properties either public or private, it shall be made good by the Concessionaire at its own cost to the entire satisfaction of BBMP and the concessionaire must indemnify BBMP on such losses or damages. The Concessionaire shall maintain the advertisement along with the frame work, if any, in good condition and likewise ensure that the display of advertisement thereon is in a proper and perfect condition. While the advertisements are being fixed or removed or re-fixed by the Concessionaire , it shall take all necessary safety precautions and if any damage is caused to or is suffered by a person or property of the BBMP or by any third party due to any cause whatsoever, the Concessionaire shall be solely responsible for compensation or damage to the BBMP ’s property or the third party as the case may be and the Concessionaire shall indemnify and keep the BBMP indemnified in respect of any claim made there under. Transfer the facilities in good condition and free from all encumbrances free of cost to BBMP upon expiry of the Concession Period. The Concessionaire shall not carry out any addition or alteration to the structure unless it is approved by BBMP in writing. 1.45 SPECIFICATIONS AND STANDARDS 1. The Public Toilets shall be constructed as per the Concessionaire ’s design and drawings which are scrutinized and approved by BBMP either with or without 2. The specifications adopted for design parameters shall be in confirmation with BIS codes and relevant Indian standards Guidelines. 3. The bidders are encouraged to use solar system for power.

Executive Engineer (PC-4) Concessionaire Page 40

4. The construction shall be carried out by Concessionaire by approved contractors with terms and conditions similar to the agreement between BBMP and the Concessionaire 5. In case of substandard / defective material is used the same shall be replaced by the Concessionaire at its own cost. Technical disputes such as this shall be referred to a technical committee and the decision of the committee shall be binding on the Concessionaire . 6. The Concessionaire shall not display or exhibit any picture, poster, statue or other articles in any part of the premises that are repugnant to the general standards of morality. The Concessionaire expressly agrees that the decision of the BBMP in this regard shall be final and binding. 7. Front Facade - At the centre the name of the particular Public Toilet along with BBMP logo in prominent size should be earmarked. 8. Back Face – BBMP approved social message or other messages related to NMT should be written which shall keep on changing from time to time as per the direction of BBMP. 9. The sizes of Public Toilet at a particular location shall be in conjunction with user intensity / projections which has to be done by the Concessionaire and got it approved by BBMP. 10. The Public Toilets shall be constructed in accordance with the drawings, complete with proper tiling, flooring, LED fixtures, electrical fittings, sanitary fittings, solar photovoltaic roof top panels and plumbing etc. 11. The advertisements are only permitted to display on the front wall and side walls of the PTUs . However incase non suitable locations of Public Toilets for display of advertisement, the bidder shall be allowed to display the Advertisement at a location within a radius of 50 meters from the proposed Public Toilet. 12. The advertisements panel shall be of Back lit advertising panel in the frame of Aluminum / Stainless Steel and covered with poly carbonate sheet as per design approved by BBMP. 13. No display/ exhibit of any picture/poster/statue or other articles in any part of the premises are allowed that are repugnant to the general standards of morality and no ambush marketing is permitted. The CONCESSIONAIRE expressly agrees that the decision of the BBMP in this regard shall be conclusive and binding on the CONCESSIONAIRE. 14. The Public Toilets shall have separate facility for ladies, gents and especially abled persons along with the other required. 15. The requirement of number of WC seats and Urinal Pots may vary site to site and same has to be decided as per the location specific requirements such as Markets, BQS, Road side, JJ cluster etc in consultation with BBMP. 16. The material and the fixtures to be used in each PTUs are given herewith for minimum standard. However, the concessionaire can propose the higher specification than the above for approval by the BBMP. 17. Water supply: The Concessionaire shall ensure availability of adequate water at all times for general cleanliness of the PTUs and for the use of public visiting these public conveniences. Further laying of water line, connection and payment of connection & usage charges shall be the responsibility of the concessionaire. In case there is no feasibility of water

Executive Engineer (PC-4) Concessionaire Page 41

supply immediately, in that case, the concessionaire has to arrange water at his own cost. 18. Electricity supply: The Concessionaire shall ensure adequate electricity supply for proper LED lightings inside and outside the PTUs from the Solar panels and Bangalore Electricity Supply Company(BESCOM). Fans and exhaust fans shall be energy efficient. Further laying of electric cables, payment of connection and usage charges shall be the responsibility of the concessionaire. 19. Sewerage Disposal: The Concessionaire shall ensure disposal of sewerage through pipe line to nearest BWSSB sewer line at his own cost. The connection charges and uses charges shall be the responsibility of the concessionaire. Where there is no feasibility of BWSSB sewer line in that case bio-digester is to be provided by the concessionaire at his own cost. 20. Landscaping: The concessionaire shall put plants in and around each PTUs where space is available as per the approval of the BBMP and maintain the same in good condition at all times. 21. Cleaning of PTUs : The Concessionaire shall ensure cleaning of the PTUs as per the cleaning schedule provided herewith. Dedicated cleaning staff shall be provided by the Concessionaire for PTUs . 22. Waste Disposal: The Concessionaire shall provide stainless steel litterbins inside and outside the PTUs as specified and dispose of the collected waste up to nearest municipal bin. 23. All the necessary electrical fittings/fixtures/ LED/ Exhaust fan/ Hand dryer etc. shall be of standard specifications energy efficient and quality, but not limited to the specified one herein and the work shall be got done through qualified electrician/wireman.

24. All the sanitary fittings/fixtures ( WC, Urinal pot, Cistern, Taps, Dispenser , soap dispenser, wash basins etc.) shall be used of standard specifications, but not limited to the specified one herein and the work shall be got done through approved qualified plumber. The fixtures should be leak proof. 25. In case sub-standard/defective material is used, the same shall be replaced by the CONCESSIONAIRE at its own cost. In case of any dispute in this regard decision of BBMP shall be final. All the PTUs shall be provided with urinal pots, washbasins, taps, WCs (European Type & Indian Type), flushing cistern for urinals & WCs, soap dispensers, mirrors, toilet paper, spittoons, stainless steel litterbin, exhaust fan, hand dryer, solar roof panels etc. 26. The door and window frames shall be of Aluminum sections / epoxy coated MS sections panel door. 27. Ladies Toilets are to be provided with paddle operated dustbins. 28. Staff Room / Generator Room may be provided in the PTUs as per drawing, if possible. 29. Entire color scheme and samples of the materials shall be got approved prior to use in the construction of PTUs. 30. The minimum specifications and types for the material to be used in PTUs.

Executive Engineer (PC-4) Concessionaire Page 42

31. The entry gate for all facilities including toilets is not allowed from the backside (rear wall) of the PTUs. 32. Operations & Maintenance: This includes operation of the PTUs i.e. regular cleaning of the PTUs and its surrounding area, functioning of all the fixtures, deployment of dedicated personnel, supervision and providing of consumables. The maintenance and operation of all the necessary infrastructure provided in PTUs such as electricity, drainage, sewerage, waste removal, water etc. The concessioner shall also clean and housekeeping the other areas created in PTUs for the other facilities as specified above. 33. The minimum specifications for the material to be used in PTUs

34. S

Item descriptioS n Minimum specifications N o 1 Brick work/Solid block As per KPWD specifications for modular partition wall shall be as per manufacturer specifications or Solid block wall construction as per specification 2 Roof RCC, M-20 with reinforcement of Fe-500 Grade. 3 Flooring Granite flooring with 18 to 20 mm thick granite stone or granite tiles of required color as approved by BBMP . 4 Internal wall cladding Vitrified of min 5 mm thickness such as NITCO, Somani, Kajaria, Johnson or equivalent on 12 mm thick plaster in cement mortar with polymer adhesive and jointed with white cement slurry and matching pigment up to ceiling height 5 External wall cladding Granite tiles/ sand stone cladding of approved quality & colors as per the drawings. 6 WCs, Urinals & In white / Ivory color vitreous china conforming to washbasins. IS:7231 7 cistern PVC flushing cistern with manually controlled device, preferable concealed cistern. 8 Storage tank Polyethylene water storage tank ISI: 12701 marked indicating the BIS license no. 9 Taps, stop cocks, Angle PTMT (engineering thermoplastic) fittings of Prayag or valves etc. equivalent make in the CTUs and C. P. Brass / Metal fittings in the PTUs of approved quality. 10 Aluminum door& window Conforming to IS:733 and IS:1285, anodized frames transparent or dyed to required shade according to IS:1868. (Minimum anodic coating of grade AC 15) 11 Particle board Conforming to IS:12823 12 Electrical wiring, Fittings All fixtures, wiring & fittings of BIS standards. All & fixtures lightings shall be LED lights. Fans, exhaust fans, Hand Dryer shall be energy efficient. 13 Solar Photovoltaic Roof Solar photovoltaic panels of good quality shall be Top Panels placed on roof for about 2 KW to 3 KW capacity as per the site feasibility 14 Modesty boards of not less than 300x800 mm height. 15 Urinal and wash basin for child.

Executive Engineer (PC-4) Concessionaire Page 43

16 Provision of ledge for placing personal belongings within the toilet cubicle as well as wash area in toilets.

1.46 MINIMUM MAINTENANCE REQUIREMENTS 1. All PTUs should be kept opened from 6.00 a.m. to 10:00 p.m. for all seven days a week. However, the Concessionaire may be allowed to open it early and close it later, if the utility is located in parks, markets & commercial areas etc. in consultation with BBMP. At some places it may be required to keep it open for round the clock, 24 hours in a day for all seven days a week. The decision of BBMP in this regard shall be final. 2. Usage of Public Toilets is shall be FREE to public. No Entry/User fee shall be collected for usage of Public Toilets by public from the Concessionaire. 3. Dedicated Operations Team, for active monitoring of security and maintenance services on a daily basis. 4. Water must be always available for flushing and washing. a. All fittings and fixtures are to be maintained in fully functional condition always. b. The surroundings areas are to be kept cleaned at all times. The litter bins should not be overflowing at any time and disposal of garbage to be arranged to as required. i. The advertisement panel to be kept clean from dust, stains etc. at all times. It is to be ensured that posters etc. are not posted on any of the panels and on structural part of PTUs. c. No leakage from roof to be permitted. 5. Proper drainage is to be maintained and no accumulation of water, liquid etc. is to be allowed at any time. 6. The lighting arrangement at the PTUs is functional at all times. Electrical safety is to be ensured for users as well as CONCESSIONAIRE‟S staff. 7. All structural members, sanitary fittings, electrical fittings and advertisement panel are to be inspected and maintained in good condition as per Good Industry Practices. 8. Broken floor and wall tiles are to be replaced within two days of such event. 9. The staff provided at the PTUs should be literate and courteous toward the users and assist handicapped and old age users. The staff will always be in uniform as approved. 10. The flower plants and shrubs are to be maintained and watered regularly and the wastes to be disposed off. 11. Security of all assets is to be ensured by the Concessionaire. 12. The advertisements on panels to be changed during off peak periods – preferably during night hours. 13. Exhaust fans should be functional always. 14. A round the clock mobile service van should be provided for attending to electric, plumbing and cleanliness related complaints. 15. The concessionaire shall be responsible to rectify minor complaint within 6 hours after receipt/ occurrence of complaint & major break down in any Electrical/ Sanitary installation shall be rectified next day failing which penalty @500/- per day shall be imposed. 16. Penalty for Rs 1,000/- Per Toilet / Per Day for improper quality of work i.e. improper cleaning, sanitation, improper supervision, short deployment of

Executive Engineer (PC-4) Concessionaire Page 44

equipment and use of inferior quality of consumables.

1.47 REQUIREMENT FOR DESIGN AND MAINTENANCE

1. Public Toilets has evolved an embarrassing subject now a days and has gained widespread awareness and discussion. Toilet issues are related to Design, Behavior, Public Health, Social Graciousness, Cleaning Skills and Methods, Building Maintenance, Accessibility, Setting Norms and Standards, Legislation, Research & Development, Technologies, Public Education and Environmental issues such as Water. 2. These issues are different in Public Toilets than the same in building which serves different visitors than that of a shopping Centre, a school, a hospital, an office, a coffee shop, etc. 3. The Toilet needs of a man are also different from a woman, a child, an elderly person, an infant and different kinds of handicapped people like the visually handicapped, blind, wheel-chair bound, etc. Furthermore, ethnic and cultural needs also have to be addressed. 4. Definition of “A Well Designed Toilet” Anyone, who has even been in an overcrowded or uncomfortable public toilet, will value a good toilet design. The usual demands placed on a high-profile, high traffic and heavily used facility requires extra thoughts for each process. A well-designed public toilet has to be:

Clean and dry Well ventilated Easy to maintain Carefully planned layout Handicap friendly.

5. Public Toilets facilities is generally open to any member of the Public or restricted to the patrons of the owner of the facility. Public toilets are places where one is obliged to ease oneself in unfamiliar surroundings among the strangers of the same sex. therefore, the fundamental principles of design of toilets include psychological studies and not just physical clearances and space requirement. 6. A number of different activity spaces are occupied by the appliances itself, additional space required by the user and further space for circulation within the toilets. In many cases, these latter spaces may overlap on occasion. 7. Placing the appliances in order of use simplifies the circulation and reduces the distance travelled by the user. Using sensor-operated appliances should encourage hygiene. a. Single entrance/exit plans work satisfactorily provided the path of the users do not cross each other and the entrance is wide enough. Dispensing with the entrance door to the public toilet helps to improve the ventilation within the toilet. b. Electronic products for toilets such as flush valves and faucets require minimum maintenance but offer enhanced operations that promote sanitation and perceived cleanliness because of hands-free operation. Simultaneously it have lot of challenge in Public domain. c. Directional signs leading to the toilets should not be too remote from main traffic area to avoid long distance walking for the aged with weak knees. It has to be easily accessible for those with urgency and for better personal safety for the user. d. Signage’s used should be sufficient and prominently displayed in all main

Executive Engineer (PC-4) Concessionaire Page 45

traffic passageways, so that the user does not need to ask for directions. e. Signage’s used should show contrast of dark solid figure against a white background and significant to be seen by the visually handicapped and the aged. f. The ratio of fittings in male and female toilets should be 1 W.C & 1 Urinal for male: 2W.C.s for female. As far as possible, fixtures such as urinals and W.C.s should be fitted back-to-back with common pipe ducts in between. All public toilets should be mechanically ventilated with an exhaust fan . g. Lighting A well-designed lighting system will save electrical energy and improve the appearance of the toilet. Dark and shadowy, off-cultured lighting can create the impression that a toilet isn‟t clean. Natural lighting can be used to help create a softer, friendlier environment. h. All public toilets should be provided with warm-color lighting for general lighting as well as down lights above the wash basin/mirror. The minimum general lighting level is 300 lux. Warm-color lighting aids in creating a better ambience in the toilets, which in turn encourages more care and responsibility from the users. i. Materials shall be used of durable, resistant to vandalism and neglect. j. Detailed specification item wise are already given 8. Specifications & standards Table under 34 h. Examples of good materials: - Floor shall be of Non-slip Granite, natural stone, vitrified tiles, terrazzo etc. Wall shall be of vitrified tiles, natural stone, homogeneous tiles, stainless steel, enameled steel panels, glass block, aluminum panels, phenolic cladding etc. Ceiling shall be of Mineral fiber board, fibrous plaster board, Aluminum panels or strips etc. Carefully selected, durable materials minimize maintenance and prevent misuse. It is highly desirable that painted finishes are avoided, together with any materials, which are affected by moisture or corrosion (e.g. woodchip products and ferrous metals). Floor finishes are important material support the image being presented. The finishes must be sufficiently durable. The toilet-cleaning frequency should also be sufficient to keep the floor looking well maintained and clean. Non-slippery granite/homogeneous tiles are often selected because they are durable and are relatively easy to clean. The walls should be tiled, allowing the cleaners to sponge down the walls and floors thoroughly with little difficulty. Wall and floor slabs tiles of large surface areas are encouraged for easy maintenance. Use colors to brighten the toilet, create interest, and produce a conducive environment. Color, achieved with materials and lighting, is one of the vital ingredients in creating ambience. 8. Urinals All Urinals should be fitted with a flush valve and may be with an automatic flushing device. The fixture should be concealed for easy maintenance and to deter vandalism. If two or more urinals are installed, one should be installed at child’s height. As a further enhancement to keep the urinal areas dry, stainless steel grating could be installed over the drainage and below the urinal bowls. 9. Water Closets All W.C.s should be wall hung or seated / stand and should be fitted with flushing device. The fixture should be concealed for easy maintenance

Executive Engineer (PC-4) Concessionaire Page 46

and to deter vandalism. W.C. cubicles should be 850mm (min) x 1500mm (min). An ablution tap coupled with hose and a spring-loaded nozzle should be installed in at least 1 W.C compartment in male and female toilets. Floor trap should be provided within the W.C. where it is fitted with the ablution tap. The flooring of W.C. cubicles should be properly graded towards the floor trap so as to keep the floor as dry as possible.

Wash Basins The basins should have a minimum size of 500mm in length and 400mm in width.

All wash basins should be installed into vanity tops, and located beneath the vanity. Vanity tops should have backsplash and apron edges. All wash basin taps should be to conserve water. The water pressure and tap/wash basin position should not cause water to splash onto user’s body during activation. Where there are two or more basins, one should be installed at child’s height. 10. In order to keep the floor dry, the vanity top-cum-wash basin should be installed outside the toilets for common use by all users. Liquid soap dispensers, paper towel dispenser or hand dryer and litter bins should be installed adjacent to the washbasins. Provision of Facilities All public toilets should be fitted with: Waste bins inside each male and female toilet. Either paper towel dispenser or hand dryer, directly above or in close proximity to the washbasin. Suitable air fresheners to promote a fragrant, pleasing environment. Sanitizers in each W.C bowl/ urinal fitting. 11. SPECIAL NEEDS FOR UNIVERSAL ACCESSIBLE TOILET FOR PHYSICALLY CHALLENGED PERSON The provision of toilet for the handicapped in each PTUs. Where sanitary provisions are to be made for wheelchair users, such provisions shall be in accordance with the requirements stipulated for Barrier- Free Accessibility for PTUs. The wash basin in handicap toilets should be within reach from a seated position so that the handicapped can do his washing without shifting himself. SPECIFICATIONS Gentle Slope for ramps : 1:12 max Landing : every 750mm of vertical rise Width & Depth: Toilet clear inner size 1500mm to 1800mm. Surface (ramp + landing) should be slip resistant. A ramp should be accompanied by a flight of easygoing steps. 12. HANDRAILS Hand rails should be circular in section with a diameter of 40-50mm of Stainless Steel, at least 45 mm clear from the surface to which they are attached, at the height of 850-900mm from the floor, extend by at least 300mm beyond the head and foot of the flight and ramp, in the line of travel and firmly grouted in the ground. 13. TACTILE SURFACE Ground surface of a different texture through tactile be provided for allowing/ guiding/warning for persons with vision impairment by a tactile signal. Line-type blocks indicate the correct path/route to follow. Dot type blocks indicate warning signal, to screen off obstacles, drops-offs or other hazards, to discourage movement in an incorrect directions and to warn of a corner or junction. Tactile should be placed 300 mm at the beginning and end of the ramps, stairs, and entrance to any door. DOOR Should provide a clear opening of 1100 mm, clear opening of at least Executive Engineer (PC-4) Concessionaire Page 47

1050 mm with the door swing outwards Be fitted with lever action locks and D- handles of circular section, between 850mm and 1100mm from floor level. Also be fitted with vision panels at least between 900mm and 1500mm from floor level. A distance of 450mm to 600mm should be provided beyond the leading edge of door to enable a wheelchair user to maneuver and to reach the handle. Be provided with a horizontal pull bar at least 600mm long on the inside and 140mm long on the outside at a height of 700mm. 14. WATER CLOSET (WC) An unobstructed space 900mm wide should be provided from the edge of the WC to the rear wall to facilitate side transfer, together with a clear space 1200mm in front of the WC Be located between 460mm to 480mm from the center line of the WC to the adjacent wall. The top of the WC to be 475mm to 490 mm from the floor. Have a back support. Grab bars at the rear and the adjacent wall. On the transfer side-swing away/up type and on the wall side L-shape grab bars should be provided. WASHBASIN • Be of dimensions 520mm and 410mm, so mounted that the top edge is between 700mm- 800mm from the floor have a knee space of at least 760mm wide by 200 mm deep by 65mm- 680mm high. Lever type handles for taps are recommended Mirror’s bottom edge to be 1000 mm from the floor and mirror may be inclined to an angle. 15. Installation Standards All pipe works should be concealed, except for final connections to the fixtures. Pipework exposed to view should be chrome-plated. Avoid surface mounting of cables. They should be fully concealed. Avoid sharp corners or edges. Coved tiles or PVC strips should be provided along these edges as far as possible. Access panels to pipe ducts should be located as far as possible in inconspicuous areas. Mirrors should be flush with the wall surface.

16. Ventilation System Proper ventilation of a public toilet is one of the highest priorities. Ineffective ventilation can make a public toilet unbearable, even if it is well designed. Effective ventilation ensures that vitiated air is quickly extracted, and helps to avoid dampness and subsequent growth of mould on floors and walls. The toilet air should be extracted to the outside by a mechanical ventilation system at a rate not less than 15 air charges per hour through exhaust fan. 17. Landscaping The ambience of public toilets can be enhanced further by placing of wall pictures and illuminated by delicate lighting on them. The planters and aquarium shall also be provided inside the Toilet Block and aesthetic landscaping surrounding the toilet / near ingress / egress be developed. 18. Maintenance Sequence of Cleaning General cleaning should be carried out daily. It should follow a systematic sequence to avoid areas, which were previously cleaned from becoming wet and soiled again before the cleaning process is completed. 18. The general cleaning should be divided into spot and thorough cleaning. Spot cleaning refers to the process whereby only specific areas are cleaned, Thorough

Executive Engineer (PC-4) Concessionaire Page 48

cleaning refers to the cleaning of the entire restroom and is usually carried out once a day. The sequence of cleaning should follow this checklist: (a) Replace all expendable supplies (b) Pick up litter and sweep floor (c) Clean and sanitize commodes and urinals (d) Clean and sanitize basins (e) Clean mirrors and polish all bright work (f) Spot-clean walls, ledges, vents and partitions (g) Wet-mop floors (h) Inspect work and correct any errors 19. An inspection card should be used in the supervising and monitoring of the daily maintenance of the toilet. This card should be placed at the back of the entrance door to the toilet. Schedule Cleaning Scheduled cleaning should be carried out periodically on a weekly, fortnightly or monthly basis (different surfaces, wares and fittings require different cleaning periods to maintain their cleanliness).

Scheduled cleaning should be carried out during off-peak hours to avoid inconveniencing the user. Timing and Frequency of Cleaning The timing and frequency of cleaning should be determined by the crowd flow. Cleaning should be done more often during peak hours and less during off-peak hours. Basic Equipment and Supplies Different equipment for different joints and corners, as well as different disinfectants, should be used in the cleaning of different sanitary wares and fittings. Correct Use of Cleaning Agents Cleaners of public toilets should be trained in the proper usage of specific cleaning, agents and equipment for different types of materials and finishes in the toilets, e.g. tiles, mirrors, stainless steel.

19. Mechanical Ventilation System Mechanical ventilation systems should be: - (a) Properly maintained to ensure maximum efficiency and optimal operating conditions. (b) Checked and serviced on a monthly basis. Cleaning of the systems should also be done weekly via wiping or dusting.

20. Training Toilet cleaners / Toilet attendant should be properly trained and certified to perform the task well. Supervisors should also be trained with the right knowledge and skills to effectively supervise the cleaners. Performance-Based Contracts Toilet operators who engage cleaning labour / staff for toilet cleaning should specify in their contract a performance-based outcome rather than headcount-based outcome. The performance-based contract should also stipulate a requirement for trained cleaners. User Education Having public education messages in the toilets can help persuade users to do their part in keeping toilets clean. And other social message help to commuters as well maintained hygienic conditions as well as comfort to all. 3.1 Persuading Users to do their Part Persuading Users to do their Part Having public education messages in the toilets can help persuade users to do their part in keeping toilets clean In order to be effective in persuading people to do their part, a message has to be (a) attended to (b) assimilated (c) remembered (for future action) 21. SIGNAGES FOR Smart PTUs / CTUs:-

Executive Engineer (PC-4) Concessionaire Page 49

(a) Each PTUs displays a sign board “Maintained by (Name of Agency) for BBMP ” along with the BBMP logo and well lit at inconspicuous area. The e-mail address of concessionaire and Engineer-in-charge with telephones numbers for any suggestion and complaint by the user. (b) LED signage of appropriate size at least in two number, shall be put on the PTUs as most visible locations for general public display „‟Public Toilets ” in Kannada & English language.

(c) All the signage shall be preferably in Stainless Steel Plate for the following information : Hand Dryers, Gents Toilet, Ladies Toilet, Toilet for Divyang, Dustbin, No Smoking area, Water ATM, „¨BBMP area‟. (d) Social Message „keep the Toilet Clean‟, „Save Water‟ „Use Dustbin‟ „Don‟t Spit‟ „Wash your Hand‟ etc. 88. Message Design The message shall be readable for people readily attend to visuals. This makes the use of visuals an important part of the design of the message. Generally, visuals should be

(a) Simple and uncluttered (b) Attractive (c) Eye-catching

22. The language of public education has to be kept simple. This helps ensure that the message reaches all regardless of their educational level. It also ensures that the message is attended to, understood and remembered for future action. Jargon, big words and long sentences should be avoided. Slogans can be very effective because they are short, catchy and easy to remember. Message Placement The usual means of message placement in public toilets are posters and stickers. To maximize the effectiveness of the message, the right medium and manner of displace should be selected. Placed strategically at the spot where the problem behavior occurs. For example: on the wall above the urinal – to encourage better aiming; At the wash basin area – to discourage flinging of water everywhere. Posters can be used to convey generic messages such as “Help Keep This Toilet Clean and Nice”

23. Safety & Security: The safety and security of the Public Toilets rests with the Concessionaire . The Concessionaire shall maintain security personnel, gadgets and required as part of the maintenance services. 24. Fire and safety: The Concessionaire shall take all the necessary steps and install required firefighting equipment and maintain them also during concession period. 25. The constructed toilet block/building/premises should be used only for permitted use of Public Toilet/Urinal and any type lease/mortgaging/ sub letting is not allowed under any circumstances.

26. Provisions should be made for display of Government and BBMP logo or any other information in the interest of citizens.

Executive Engineer (PC-4) Concessionaire Page 50

VOLUME-3 COMMERCIAL SPECIFICATIONS

Executive Engineer (PC-4) Concessionaire Page 51

Bidding specifications

Locations individually are being implemented under this RFP document as mentioned in volume 2 of the tender document. Each prospective bidder can submit tenders for each location or for all locations individually as per section 2 with separate proposal and necessary bid security for each Location. The award will made to the highest bidder for each location or maximum benefit to BBMP. The agencies have to show their capabilities for each of the location separately both Technical and Financial as indicated in Volume 2 and Volume 3. The award of number of location to each successful bidder depends upon the bidder meeting the required tender capacity. If the bidder has participated in more than one location and if his tender capacity fulfills for only one location, then the BBMP will have the right to award one location that gives highest benefit to BBMP Bidders are encouraged and urged to verify the revenue potential and arrive at their own assessment before submission of bids. The term of the concession is determined as 20 years from the Date of award of work including construction period, the construction period shall be 6 months for each location which includes designs, obtaining approvals, construction and completion. The Operation is deemed to be effective when all the works are completed in all respects including obtaining necessary statutory approvals and certified after a test run. BBMP and or its nominated agency will conduct the “Acceptance Test” wherein the specifications and construction aspects would be subject to detailed examination. The successful completion of Acceptance Test for each location by BBMP would signify the Commencement of Operation. The Date of Operation for each location would be indicated in the formal certificate that would be issued by BBMP upon successful completion of the Acceptance Test. The Operation Date shall correspond to the date when pedestrians start using the walkway and all advertisements must be put up and displayed only after the Operation Date. NOC for Commercial operation can be issued by BBMP in case the concessionaire has completed the work in all respects to the Satisfaction of the Client. In case the concessionaire fails to complete the said work, then a penalty of Rs. 50,000/- per month for each non completed location will be levied till NOC is obtained for a particular location. The bidders must make available the certificates and warranties provided by the equipment suppliers along with their commitment to provide annual maintenance contract for the entre concession period. Commitment to supply spares and upgrades should also form part of the documents to be provided by the equipment suppliers. Bidders must obtain a secured contract for the maintenance Public Toilets and other critical component in the Public Toilets system for a minimum period of three years initially and in three years blocks thereafter, and enclose the same with the contract to be entered between BBMP and the Concessionaire. Putting up of advertisements must comply with the advertisement byelaws issued by BBMP and or any other appropriate agency. Neither special concession nor exemption from compliance to rules and regulations would be provided to boost the revenue earning potential. Failure to operate and maintain the Public Toilets in entirety would entail the Contract to become defunct and liable for termination at risk and cost. Under no circumstance would the Concessionaire would be allowed to carry on the business of using

Executive Engineer (PC-4) Concessionaire Page 52

advertisement space for hoarding if the Public Toilets for use by public get affected. The right to use and the Concession to display advertisements would be liable for termination if and when the Public Toilets project through use of Public Toilets becomes malfunctioned and or non-functional.

Financing Financing of the project is entirely the responsibility of the successful bidder who is selected based on the bidding process. Bidders must indicate the funding mechanism proposed in the bid itself and later keep BBMP informed of the actual funding pattern. Failure to inform BBMP within a reasonable time would be deemed to be a breach of contract. BBMP would not provide for any guarantee or any other document that may be required by the financial institution of the bidders. Bidders should seek funding based on the strength of the contract entered between BBMP and the Concessionaire. Establishment of economic and commercial viability of the project is entirely the responsibility of the bidder. Though the determination of capital cost and operating costs fall under the purview of the Concessionaire , BBMP may seek clarifications to justify such costs since in the event the Contract is terminated BBMP would have to take recourse to the assets and assign them to other Concessionaire s. Revenue Model The bidders shall submit for each of the location for which they are submitting offers a revenue model showing the year wise revenue potential – from advertisements and other commercial activities and expenses towards operation, maintenance, administrative machinery, financial charges, taxes, rentals, depreciation etc. The revenue model should also provide details of capital expenditure and operational expenses for 20 years comprising the construction period and a Commercial Operation period. The model shall indicate the committed payments by the Concessionaire to BBMP as concession fee on a yearly basis (Concession Fee) during the Concession period of 20 years. The concession fee shall be payable on a yearly basis to BBMP on a committed payment basis and not on the actual performance of the Concessionaire . Thus the risk of realizing less or more revenue and incurring of less or more costs would be assigned to the Concessionaire exclusively. The assumptions for estimating each line item of the revenue model shall be indicated in the offer. The revenue model after negotiation shall form part of the Contract to be entered in to between BBMP and the Concessionaire and shall be a binding document. Revenue Model would be the key evaluation criterion for each of the packages submitted. A bid that provides the highest price to BBMP in terms of concession payments would be rated as number one in the commercial evaluation. Commercial evaluation would be carried out for each location independently and would not be combined under any circumstances. Implementation Schedule

The bidders shall submit a detailed implementation schedule for carrying out each of the locations clearly indicating the activities and the scheduled date of completion with indicative commitment of resources. The Schedule shall be detailed for each site with a time table. Implementation Schedule would be one of the aspects on which the bid would be evaluated for selection. Implementation Schedule once negotiated and agreed would form part of the Contract to be entered in to between the Concessionaire and BBMP.

Executive Engineer (PC-4) Concessionaire Page 53

Contract Terms The Contract to be entered in to between the Concessionaire and BBMP shall include the following clauses: Effective Date and Term Performance security Warranty Payment Prices Assignment Sub-contracts Liquidated damages Applicable law Notices Change orders, scope changes Taxes and duties Confidentiality Arbitration and Dispute Resolution Force Majeure Termination and Consequences of Termination Limitation of liability Technical Documentation Project Management Bidder's obligations BBMP’s Obligations The content of the Contract would be based on the standard terms and conditions for contract award practiced by BBMP for such concession contracts. More specifically the important aspects of the proposed Contract are detailed below: The Concessionaire shall complete the construction as per the agreed implementation schedule. Any delay in completion and commencement of Commercial Operation shall entail the Concessionaire to pay liquidated damages at the rate of Rs 50, 000/- per month of delay for each location reckoned from the date of scheduled date of completion of construction. BBMP and or its nominated agencies shall have access to the premises at all times for the purpose of inspection and performance measurement. The Concessionaire shall maintain a log of books recording the performance and up time of individual components of the Public Toilet system. The Concessionaire shall also obtain periodic Executive Engineer (PC-4) Concessionaire Page 54

compliance certificates from appropriate authorities for advertisements, hoardings and any other commercial activity. These shall be submitted to BBMP for scrutiny and records periodically. The Concessionaire shall only have the right to use the site earmarked for the Public Toilets project and shall not use the site for any other purpose. The Concessionaire shall submit monthly progress reports to BBMP in respect of progress of work vis-à-vis the implementation schedule agreed in the Contract. The Concessionaire shall highlight the major issues and the impact of the same on completion time and the remedial measures taken to complete the project within the scheduled time. The Concessionaire and BBMP should use reasonable efforts to resolve all disagreements or the disputes arising between them under the Contract or in connection with it by means of direct negotiations. If any dispute remains unresolved for a period more than one month then it shall be referred to the process of Arbitration as envisaged in the Contract. Consistent non-performance and under performance by the Concessionaire with respect to identified performance indicators would be deemed as a breach of Contract and repetitive breaches would entail the Contract liable for termination. The Concessionaire shall carry out repair/maintenance work with respect that impairs the service of Public Toilet system promptly. The Concessionaire shall obtain prior approval of BBMP while engaging the services of Contractors and sub-contractors to ensure compliance to Standard Procedures for such engagements. The Concessionaire shall designate a Project Manager for each location and a coordinator, the Project Manager or coordinator shall be the designated person to deal with BBMP during the construction phase as well as the Operation & Maintenance phase. The Concessionaire shall obtain and maintain insurance of all the assets and personnel at all times during the concession period. BBMP shall be termed as co-beneficiary in all the insurance policies taken by the Concessionaire . The Agency shall pay Concession fee (concession payments) in advance every year as per Advertisement bye laws-2006 or as per modified/updated policy during the concession period. Failure to make the concession payments as per agreed schedule would entail the Contract to be terminated with damages recoverable from the Concessionaire . The Concessionaire shall hand over the assets at the end of the concession period in a good working condition along with spares and other contracts to continue the operation and maintenance. As the locations indicated in serial number 190 to 250 are reserved for SC /ST beneficiaries and NGO administered by SC/ST as per GO No: MNU/718/2014 dated: 13-3-2015. The award winning bidders are prohibited from the subletting the Contract to any other Agency, this shall be the sufficient cause for Termination of the Contract and black listing the Agency.

Executive Engineer (PC-4) Concessionaire Page 55

VOLUME-4 FORMS FOR BID SUBMISSION

Executive Engineer (PC-4) Concessionaire Page 56

ANNEXURE-1 LIST OF Toilet locations. Uploaded separately

Executive Engineer (PC-4) Concessionaire Page 57

Annexure 2: Technical Proposal Forms as per up-loaded in e-procurement portal

Executive Engineer (PC-4) Concessionaire Page 58

Annexure -3 : QUALIFICATION INFORMATION (Financial)

The information to be filled in by the

1.1 Constitution or legal status of Bidder [Attach copy] Place of Registration ______(Attach Copy) Principal place of business:______

1.1 Financial turn over during

Year In Rs. Lakhs 2010-11 2011-12 2012-13 2013-14 2014-15

1.2 Work performed as Prime Concessionaire (in the same name) on works of similar nature over during the five years

Remarks Date Value explaining Contr of Specified Actual Projec Name of Descrip- of reasons act issue period of date of t Employ tion of work for delay Numb of completio Actual Name er Work Rs. in er work n date of Lakhs completio order n of work 1 2 3 4 5 6 7 8 9

1.3 Bidders liquid assets/availability of credit facilities

Executive Engineer (PC-4) Concessionaire Page 59

Annexure 4: Commercial Proposal Form (pl. see in E-procurement portal)

Executive Engineer (PC-4) Concessionaire Page 60

Annexure 5: Details of experience in similar projects

To be furnished for each of the relevant and similar projects executed by the bidder – please do not mention on-going or incomplete projects here.

Name of Value of Type of contract – Status of the project – timely Sl Client the the Turnkey/BOOT/BOO completion / cost over runs / No details project project /DBFOT etc meeting the design objectives

Executive Engineer (PC-4) Concessionaire Page 61

Annexure 6: Format for Providing Previous General Experience

Status of the project – timely completion / Sl Name of Client Value of cost over runs / meeting the design No the project details the project objectives

Executive Engineer (PC-4) Concessionaire Page 62

Annexure 7: Format for Statement of Deviation(s) from Scheduled Requirements

Reference of Clause No. & Deviation in the S.No Brief reasons Page No. proposal

Executive Engineer (PC-4) Concessionaire Page 63

Annexure 8: Request for Clarifications (RFC)

Bidders requiring specific points of clarification may communicate with BBMP during the specified period indicated in the RFP using the following format.

Bruhat Bengaluru Mahanagara Palike Bidders’ Request for Clarification Name of the bidder submitting Full formal address of the bidder including the request contact details Sl. RFP Reference Content of RFP Point of clarification No Volume/Section/Page requiring clarification required 1 2 3 4 5

Executive Engineer (PC-4) Concessionaire Page 64

Annexure 9: Design of the Proposed Public Toilets

Please provide the following in detail for each site in the package:

Concept design and drawings Health & safety considerations Use of failsafe mechanisms Selection of suppliers and sub-contractors Selection of sub-systems, components and material Use of indigenous material and standard components

Executive Engineer (PC-4) Concessionaire Page 65

Annexure 10: Methodology & approach (level of understanding of the RFP)

Understanding of overall concept and design Conformity to local laws and regulations Meeting the standards as in RFP Acceptability of structural design Demonstration of a quality assurance program with emphasis on public service and improvements Reflection of actual ground level data as existing at chosen sites for the Public

Executive Engineer (PC-4) Concessionaire Page 66

Annexure 11: Implementation schedule and plan

Bidders should provide the following details in respect of the implementation schedule:

Gantt chart Critical Activities Resource requirements

Executive Engineer (PC-4) Concessionaire Page 67

Annexure 12: Manpower Details during construction and O&M

Bidders to provide the details of the following to establish credibility for project management and operation and maintenance

Organization chart Details of manpower to be deployed CVs of key personnel

Executive Engineer (PC-4) Concessionaire Page 68

Annexure 13: Bid Security (EMD) (as per E-procurement portal)

Executive Engineer (PC-4) Concessionaire Page 69

Annexure 14: Format for Commercial Bid – (as per e-procurement portal)

Sl. No Concession Fee offered per year in Name of Location and number Rupees 1 Annual Concession fees Offered for Construction of Public Toilet at ------in terms with the RFP document uploaded

Note: The successful bidder should pay all statutory taxes to Central, State, local bodies etc., in addition to the Concession fee and advertisement tax to the BBMP This Concession fee quoted by bidder would be increased by 5% every year starting from fourth year from commercial operation for next 20 years.

Executive Engineer (PC-4) Concessionaire Page 70

Appendix 14: Format of Bank Guarantee For Performance Security

To: Executive Engineer (Project Central-4) Bruhat Bengaluru Mahanagara Palike

WHEREAS ______[name and address of Concessionaire] (hereinafter called "the Concessionaire ") has undertaken, in pursuance of Contract No. _____ dated ______to execute ______[mention name of Contract including brief description of Works] (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Concessionaire shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of Rs.______[amount of guarantee] Rupees______[in words], and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ______[amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Concessionaire shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 30 days from the issue of NOC for Commercial operation

Executive Engineer (PC-4) Concessionaire Page 71

Signature and seal of the guarantor ______Name of Bank ______Address ______Date ______

Executive Engineer (PC-4) Concessionaire Page 72