You are on page 1of 129

Delhi Transport Infrastructure Development Corporation Limited

REQUEST FOR QUALIFICATION AND PROPOSAL

FOR

APPOINTMENT OF A TECHNICAL CONSULTANT FOR


DESIGN OF BUS QUEUE SHELTER THROUGH A DESIGN
COMPETITION

Issued by

AGM (Works),
Delhi Transport Infrastructure Development Corporation Limited
DELHI

Tel: 011-23866301; Fax: 011- 23865321; email: agmw2.dtidc@delhi.gov.in

1
TABLE OF CONTENTS

Particulars Page No.


Section 1: Letter of Invitation 03
Schedule of Bidding Process 04
Section 2: Instructions to Consultants 05
A) General Provisions 05
B) Preparation of Proposals 09
C) Submission, Opening and Evaluation 11
D) Negotiations and Award 14
E) Data Sheet 17
Section 3: Prequalification Proposal 25
Section 4: Technical Proposal – Standard Forms 28
Section 5: Financial Proposal – Standard Forms 41
Section 6: Eligible Countries 42
Section 7: Policy – Corrupt and Fraudulent Practices 43
Section 8: Terms of Reference 45
Section 9: Standard Forms of Contract (Consultants Service) 49
I. Form of Contract 50
II. General Conditions of Contract 52
III. Special Conditions of Contract 66
IV. Appendices
Appendix A – Terms of Reference 70
Appendix B – Key Experts 70
Appendix C – Payment to the Consultant 70
Appendix D – Declaration against Blacklisting 71
Section10: Annexures
Annexure-1: Locations of Proposed Bus Queue Shelters for 73
Construction
Annexure-2: Performance Indicators 126

2
Section: 1
(Letter of Invitation)

Delhi Transport Infrastructure Development Corporation Ltd. (“DTIDCL”) invites


Proposals, from suitable entities in accordance with Request for Qualification and Proposal
(RFQP) Document for Appointment of Technical Consultant for Design of Bus Queue Shelter
through a Design Competition. The business entity shall be selected through bidding process.
Interested professional consulting firm or an entity will be required to submit: (i) Pre-
Qualification Proposal (ii) Technical Proposal; (iii) Financial Proposal as part of their Proposal
through e-procurement portal i.e. www.eprocurement.gov.in. The Successful Bidder would then
be required to enter into a Agreement with DTIDCL.

The RFQP documents shall be available for sale/ downloading from 29/08/2018. The
RFQP Document can be downloaded from the following website: www.eprocurement.gov.in.
The Parties using the downloaded document, should (1) inform DTIDCL and (2) submit Demand
Draft amounting Rs.10,000/- in favour of Executive Director, DTIDCL alongwith their Proposal.

The RFQP Document can also be obtained by post/courier/in person upon a written
request to DTIDCL at the address mentioned below, accompanied by the cost of the RFQP
Document (Rs. 10,000/-), in the form of demand draft in favour of Executive Director, DTIDCL.
Delhi Transport Infrastructure Development Corporation Ltd. (DTIDCL) will not be responsible
for any delay, loss or non-receipt of any request for RFQP document sent by post/courier. Parties
using the downloaded RFQP Document should submit the cost at the time of submitting their
Proposal.

All subsequent, notification changes and amendments would be posted only on the
following websites: www.eprocurement.gov.in

Potential entities can submit their Proposal till 24.09.2018 upto 15.00 hrs IST.

AGM (Works)
DTIDCL

3
Schedule of Bidding Process

DTIDCL would endeavour to adhere to the following schedule:

S. No. Event Description Date


1 Last date and time for sale of tender bid 24.09.2018 at 15.00 hrs.
2 Pre bid meeting 11.09.2018 at 15.00 hrs.
3 Date & time of submission of tender bid 24.09.2018 at 15.00 hrs.
Date & time of opening of
4 24.09.2018 at 15.30 hrs.
Prequalification proposal
Date & time of opening of Technical Will be communicated on e-portal
5
proposal system
Date & time of opening of Financial Will be communicated on e-portal
6
proposal system

4
Section: 2
Instructions to Consultants
A. General Provisions
1. Definitions

a. “Affiliate(s)” means an individual or an entity that directly or indirectly controls, is


controlled by, or is under common control with the Consultant.

b. “Applicable Guidelines” means the policies of the Government of the National Capital
Territory of Delhi (GNCTD) and other applicable laws governing the selection and
Contract award process as set forth in this RFQP.

c. “Applicable Law” means the laws and any other instruments having the force of law in
the Client’s country, or in such other country as may be specified in the Data Sheet, as
they may be issued and in force from time to time.

d. “Client” means the implementing agency that signs the Contract for the Services with
the selected Consultant.

e. “Complete Streets” means streets, which aim to achieve equitable distribution of road
space between pedestrians, non-motorized vehicles, public transport and personal motor
vehicles. Road widening projects, flyovers, foot over bridges do not constitute part of
Complete Streets projects

f. “Consortium” shall mean an association of two (2) entities / firms formed specifically
for the purpose of bidding for this RFQP. However, it is essential for the lead firm to be a
legally-established entity paying its taxes in India.

g. “Consultant” means a legally-established professional consulting firm or an entity that


may provide or provides the Services to the Client under the Contract

h. “Contract” means a legally binding written agreement signed between the Client and the
Consultant and includes all the attached documents listed in its Clause 1 (the General
Conditions of Contract, the Special Conditions of Contract (SCC), and the Appendices).

i. “Data Sheet” means an integral part of the Instructions to Consultants (ITC) Section 2
that is used to reflect specific country and assignment conditions to supplement, but not
to over-write, the provisions of the ITC.

j. “Day” means a calendar day.

k. “Experts” means, collectively, Key Experts, Non-Key Experts, or any other personnel of
the Consultant, Sub-consultant.

l. “Government” means the government of the Client’s country.

5
m. “Key Expert(s)” means an individual professional whose skills, qualifications, knowledge
and experience are critical to the performance of the Services under the Contract and
whose CV is taken into account in the technical evaluation of the Consultant’s proposal.

n. “ITC” (this Section 2 of the RFQP) means the Instructions to Consultants that provides
the Consultants with all information needed to prepare their Proposals.

o. “LOI” (this Section 1 of the RFQP) means the Letter of Invitation being sent by the
Client to the Consultants.

p. “Non-Key Expert(s)” means an individual professional provided by the Consultant or its


Sub-consultant and who is assigned to perform the Services or any part thereof under the
Contract and whose CVs are not evaluated individually.

q. “Proposal” means the Prequalification Proposal, Technical Proposal and the Financial
Proposal of the Consultant.

r. “RFQ & RFQP” means the Request for Proposal prepared by the Client for the selection
of Consultant(s).

s. “Services” means the work to be performed by the Consultant pursuant to the Contract.

t. “Sub-consultant” means an entity to whom the Consultant intends to subcontract any


part of the Services while remaining responsible to the Client during the performance of
the Contract.

u. “TORs” (this Section 8 of the RFQP) means the Terms of Reference that explain the
objectives, scope of work, activities, and tasks to be performed, respective
responsibilities of the Client and the Consultant, and expected results and deliverables of
the assignment.

2. Introduction

a) The Client named in the Data Sheet intends to select a Consultant, in accordance with
the method of selection specified in the Data Sheet.

b) Consultants are invited to submit, a Prequalification Proposal, Technical Proposal and a


Financial Proposal, for consulting services required for the assignment named in the Data
Sheet. The Proposal will be the basis for negotiating and ultimately signing the Contract
with the selected Consultant.

c) The Consultants should familiarize themselves with the local conditions and take them
into account in preparing their Proposals, including attending a pre-proposal conference if
one is specified in the Data Sheet. Attending any such pre-proposal conference is
optional and is at the Consultants’ expense.

6
3. Conflict of Interest

a) The Consultant is required to provide professional, objective, and impartial advice, at all
times holding the Client’s interests paramount, strictly avoiding conflicts with other
assignments or its own corporate interests, and acting without any consideration for
future work.

b) The Consultant has an obligation to disclose to the Client any situation of actual or
potential conflict that impacts its capacity to serve the best interest of its Client. Failure to
disclose such situations may lead to the disqualification of the Consultant or the
termination of its Contract and/or sanctions by the Client.

c) Without limitation on the generality of the foregoing, the Consultant shall not be hired
under the circumstances set forth below:

Conflict of activities:
Conflict between consulting activities and procurement of goods, works or non-
consulting services: a firm that has been engaged by the Client to provide goods,
works, or non-consulting services for a project, or any of its Affiliates, shall be
disqualified from providing consulting services resulting from or directly related
to those goods, works, or non-consulting services. Conversely, a firm hired to
provide consulting services for the preparation or implementation of a project, or
any of its Affiliates, shall be disqualified from subsequently providing goods or
works or non-consulting services resulting from or directly related to the
consulting services for such preparation or implementation.

Conflict of assignments:
Conflict among consulting assignments: a Consultant (including its Experts and
Sub-consultants) or any of its Affiliates shall not be hired for any assignment that,
by its nature, may be in conflict with another assignment of the Consultant for the
same or for another Client.

4. Unfair Competitive Advantage


Fairness and transparency in the selection process require that the Consultants or their
Affiliates competing for a specific assignment do not derive a competitive advantage
from having provided consulting services related to the assignment in question. To that
end, the Client shall indicate in the Data Sheet and make available to all Consultants
together with this RFQP all information that would in that respect give such Consultant
any unfair competitive advantage over competing Consultants.

5. Corrupt and Fraudulent Practices


a) The Client requires compliance with its policy in regard to corrupt and fraudulent
practices as set forth in Section 7.

7
b) In further pursuance of this policy, Consultant shall permit and shall cause its agents,
Experts, Sub-consultants, sub-contractors, services providers, or suppliers to permit the
Client to inspect all accounts, records, and other documents relating to the submission of
the Proposal and contract performance (in case of an award), and to have them audited by
auditors appointed by the Client.

6. Eligibility
a) The Client permits consultants (individuals and firms) from all countries to offer
consulting services for this project. However, it is mandatory for international consultants
to enter into a Joint Venture/Consortium with a lead firm that is a legally-established
entity paying its taxes in India.

b) Furthermore, it is the Consultant’s responsibility to ensure that its Experts, Sub-


consultants, agents (declared or not), sub-contractors, service providers, suppliers and/or
their employees meet the eligibility requirements as established by the Client in the
Applicable Guidelines.

c) As an exception to the foregoing Clauses 6.a and 6.b above:

6.1 Sanctions:
A firm or an individual sanctioned by the Government of India or any other State
Government within India or globally shall be ineligible to be awarded this contract, or to
benefit from any subsequent work under this contract

6.2 Prohibitions:
Firms and individuals of a country or goods manufactured in a country may be ineligible if
so indicated in Section 6 (Eligible Countries) and:
a) as a matter of law or official regulations, the Borrower’s country prohibits commercial
relations with that country; or

b) by an act of compliance with a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits
any import of goods from that country or any payments to any country, person, or entity
in that country.

Restrictions for Government-owned Enterprises:


None.

Restrictions for public employees


Government officials and civil servants are not eligible to be included as Experts in the
Consultant’s Proposal unless such engagement does not conflict with any employment or other
laws regulations, or policies of the India, and they

a) Are on leave of absence without pay, or have resigned or retired;

8
b) Are not being hired by the same agency they were working for before going on leave of
absence without pay, resigning, or retiring (in case of resignation or retirement, for a
period of at least 6 (six) months, or the period established by statutory provisions
applying to civil servants or government employees in India, whichever is longer. Experts
who are employed by government-owned universities, educational or research institutions
are not eligible unless they have been full time employees of their institutions for a year
or more prior to being included in Consultant’s Proposal; and

c) Their hiring would not create a conflict of interest.

B. Preparation of Proposals

7. Eligibility
In preparing the Proposal, the Consultant is expected to examine the RFQP in detail.
Material deficiencies in providing the information requested in the RFQP may result in
rejection of the Proposal.

8. Cost of Preparation of Proposal


The Consultant shall bear all costs associated with the preparation and submission of its
Proposal, and the Client shall not be responsible or liable for those costs, regardless of the
conduct or outcome of the selection process. The Client is not bound to accept any
proposal, and reserves the right to annul the selection process at any time prior to
Contract award, without thereby incurring any liability to the Consultant.

9. Language
The Proposal, as well as all correspondence and documents relating to the Proposal
exchanged between the Consultant and the Client shall be written in the language (s)
specified in the Data Sheet.

10. Documents Comprising the Proposal


a) The Proposal shall comprise the documents and forms listed in the Data Sheet.

b) If specified in the Data Sheet, the Consultant shall include a statement of an undertaking
of the Consultant to observe, in competing for and executing a contract, the Client
country’s laws against fraud and corruption (including bribery).

11. Only One Proposal


The Consultant shall submit only one Proposal.

12. Proposal Validity


a) The Consultant’s Proposal must remain valid for a period not less than 120 days from the
proposal due date.

b) During this period, the Consultant shall maintain its original Proposal without any
change.

9
Extension of Validity Period
a) The Client will make its best effort to complete the negotiations within the proposal’s
validity period. However, should the need arise, the Client may request, in writing, all
Consultants who submitted Proposals prior to the submission deadline to extend the
Proposals’ validity.

b) If the Consultant agrees to extend the validity of its Proposal, it shall be done without any
change in the original Proposal and with the confirmation of the availability of the Key
Experts.

The Consultant has the right to refuse to extend the validity of its Proposal in which case
such Proposal will not be further evaluated.

13. Clarification and Amendment of RFQP


a) The Consultant may request a clarification of any part of the RFQP in the pre-bid
meeting and the same will be replied /resolved by the client then and there or through
Minutes of the pre-bid Meeting.

b) At any time before the proposal submission deadline, the Client may amend the RFQP by
issuing an amendment, if any and shall be uploaded on e-procurement portal. The
amendment shall be sent to Consultants and will be binding on them. The Consultants
shall acknowledge receipt of all amendments in writing.

• If the amendment is substantial, the Client may extend the proposal submission
deadline to give the Consultants reasonable time to take an amendment into account
in their Proposals.

The Consultant may submit a modified Proposal or a modification to any part of it at any
time prior to the proposal submission deadline. No modifications to the Prequalification,
Technical or Financial Proposal shall be accepted after the deadline

14. Preparation of Proposals – Specific Considerations


While preparing the Proposal, the Consultant must give particular attention to the
following:
a) If a Consultant considers that it may enhance its expertise for the assignment by entering
into a Joint Venture/Consortium with a maximum of one other consultant, it may do so.
Further, for any particular expertise for the assignment the consultant may also associate
with other consultants in the form of Sub-consultancy.

b) The Client has indicated in the Data Sheet the estimated Key Experts’ time input
(expressed in person-month). This estimate is indicative and the Proposal shall be based
on the Consultant’s own estimates for the same.

10
15. Three Cover Bid System
Bidders should examine all Instructions, Scope of Work and Terms and Conditions as
given in the RFQP document. The RFQP should be uploaded on the e-procurement portal
http://govtprocurement.delhi.gov.in such as:-

1. Pre-qualification Proposal
2. Technical Proposal
3. Financial Proposal

16. Envelope 1: Pre-qualification Criteria


a) The Pre-qualification Criteria Submission shall not include any information pertaining to
the Financial Proposal. A Pre-qualification Criteria Submission containing material
pertaining to the Financial Proposal shall be declared non-responsive.

17. Envelope 2: Technical Proposal Submission


a) The Technical Proposal shall not include any information pertaining to Financial
Proposal. A Technical Proposal containing material pertaining to Financial Proposal shall
be declared non-responsive.

18. Envelope 3: Financial Proposal


The Financial Proposal shall be prepared using the Standard Forms provided in Section 5
of the RFQP. It shall list all costs associated with the assignment, including (a)
remuneration for Key Experts and Non-Key Experts, (b) reimbursable expenses indicated
in the Data Sheet.

Price Adjustment: A price adjustment is not possible for this assignment.

Taxes: The Consultant and its Sub-consultants and Experts are responsible for meeting all tax
liabilities arising out of the Contract unless stated otherwise in the Data Sheet. Information on
taxes in the Client’s country is provided in the Data Sheet.

Currency of Proposal: The Consultant shall express the price for its Services in the currency or
currencies as stated in the Data Sheet.

Currency of Payment: Payment under the Contract shall be made in the currency or currencies
in which the payment is requested in the Data Sheet.

C. Submission, Opening and Evaluation

19. Submission, Sealing, & Marking of Proposals


a) The Consultant shall upload signed scanned and complete Proposal comprising the
documents and forms in accordance with RFQP on e-procurement portal. The Consultant
shall also submit the Pre-qualification Proposal and Technical Proposal in the form of
hard copies and duly signed by the Bidder to the Client. The Financial Proposal shall only
be uploaded on the e-portal.

11
b) The original Pre-qualification Proposal and Technical Proposal as per RFQP duly signed
by the Consultant/ authorized representative of the Consultant shall be submitted to the
Client. The Financial Proposal shall only be uploaded on e-portal and no hardcopy is to
be submitted to the Client.

c) Any modifications, revisions, interlineations, erasures, or overwriting in the original


submission shall be valid only if they are signed or initialed by the person signing the
Proposal and its scanned copies are uploaded on the e-portal.

d) The Financial Proposal shall be uploaded online through e-procurement solution only.

e) The sealed envelopes containing: 1. Pre-qualification Proposal 2. Technical Proposal


should be submitted to the Client in separate envelopes. The outer envelope shall bear
the submission address, RFQP reference number, the name of the assignment,
Consultant’s name and the address, and shall be clearly marked (Do not open before the
scheduled opening date).

If the envelopes of the Proposal are not sealed and marked as required, the Client will
assume no responsibility for the misplacement, loss, or premature opening of the Proposal.

20. Confidentiality
a) From the time the Proposals are opened to the time the Contract is awarded, the
Consultant should not contact the Client on any matter related to its Pre-qualification,
Technical and/or Financial Proposal. Information relating to the evaluation of Proposals
and award recommendations shall not be disclosed to the Consultants who submitted the
Proposals or to any other party not official concerned with the process, until the
publication of the Contract award information.

b) Any attempt by Consultants or anyone on behalf of the Consultant to influence


improperly the Client in the evaluation of the Proposals or Contract award decisions may
result in the rejection of its Proposal.

c) Notwithstanding the above provisions, from the time of the Proposals’ opening to the
time of Contract award publication, if a Consultant wishes to contact the Client on any
matter related to the selection process, it should do so only in writing

21. Opening of Envelope 1: Pre-qualification Criteria Submission


a) The Client’s evaluation committee on scheduled date & time shall conduct the opening
by downloading scanned copies of the Pre-qualification from e-portal as well as original
hard copies submitted to the Client in Envelope No. 1 in the presence of the Consultants /
authorized representatives who choose to attend.

b) At the opening of the Pre-qualification Proposal, the following shall be read out: (i) the
name and the country of the Consultant and the names and the countries of all members;
(ii) the presence or absence of Pre-qualification and Technical Proposal and (iii) any
other information deemed appropriate

12
22. Proposals Evaluation
a) The evaluators of the Pre-qualification and Technical Proposals shall have no access to
the Financial Proposals until the Pre-qualification and technical evaluation is concluded.

b) The Consultant is not permitted to alter or modify its Proposal in any way after the
proposal submission deadline.

c) The Pre-qualified bidders will be selected by the Evaluation Committee.

The Technical Proposal of declared Pre-qualified bidders will be opened by the


Committee

23. Evaluation of Technical Proposals through Design Competition


a) All the bids received for this tender would be scrutinized based on the Pre-qualification
Criteria & other relevant tender conditions mentioned in this tender. The Technical
Proposal of only those bidders meeting the pre-qualification criteria will be opened, and
the Client shall invite them to make a presentation on the Design Approach, Methodology
and Concept Design at a predetermined date, time and location.

b) The opened Technical Proposals and Presentations will be evaluated by a Jury through a
Design Competition and marked based on the guidelines mentioned in the Data Sheet.
The Jury will be composed of eminent architects, academics and experts in the field and
appointed by Transport Department, Government of NCT of Delhi.

c) The Bidders with the top 5 scores under “Design Evaluation”, provided they have
received a minimum of 55 out of 70 possible marks, shall be declared as “Technically
Qualified Bidders” and other bids shall be declared as “Technically Disqualified
Bidders.” All “Technically Qualified Bidders” shall be eligible for Prize Money of
Design Competition as mentioned in the Data Sheet, except for the Bidder that is finally
awarded the contract.

24. Public Opening of Financial Proposals


a) After the technical evaluation is complete, the Client shall notify the technically qualified
bidders on e-procurment portal. The opening of the Financial Proposals through e-portal
will be done by the Client. The technical qualified bidders may witness the opening of
Financial Proposal on the schedule date.

25. Correction of Errors


a) No correction of the errors shall be permitted after the due date of proposal and
uploaded/submitted documents.

26. Taxes
The rates quoted in Financial Proposal should be exclusive of applicable taxes

13
27. Conversion to Single Currency
a) For the evaluation purposes, prices shall be converted to a Indian Currency using the
selling rates of exchange at the time of evaluation.

28. Combined Quality and Cost Evaluation


a) Quality- and Cost- Based Selection (QCBS). For Quality 80% and for Cost 20% are
assigned.

D. Negotiations and Award of Contract


a) After completing the tender process; the Client shall award the work and the Contract
Agreement will be signed by both the parties.

b) The Consultant is expected to commence the assignment on the date and at the location
specified in the Data Sheet.

c) Negotiation if any; at the sole discretion of client will be permitted as per CVC
Guidelines/GFR/CPWD Manual and Government Guidelines

29. Conclusion of Negotiations

a) Conclusion of the negotiation if any; shall be conveyed to the Consultant by the Client.

30. Award of Contract

a) After completing the negotiations the Client shall sign the Contract; publish the award
information as per the instructions in the Data Sheet; and promptly notify the other
Consultants through the website or standard electronic or written means.

b) The Consultant is expected to commence the assignment on the date and at the location
specified in the Data Sheet.

31. Liquidated Damages (LD)


a. Liquidated Damage will be levied at the rate of 1% per week subject to a maximum of
10% on the total value of the contract for non-fulfillment of delivery schedule. Any delay
due to the Force Majeure conditions or delay not due to the Successful Bidder will be
excluded from the delivery schedule.

b. In the event of failure by the Successful Bidder to fulfill the delivery conditions, Tender
Inviting Authority at its discretion may initiate any of the actions as given below:
i) Extension of time may be permitted to complete the work
ii) Additional resources will be requested for speeding up the work
iii) Liquidated Damages will be levied
iv) Contract with the Successful Bidder may be terminated as per the Termination clause
v) Any other action as may be deemed fit by Tender Inviting Authority in the best
interest of the department.

14
32. Penalty for Non-Fulfillment of Tender: A penalty will be levied for milestone/stage
deliverable as mentioned in deliverable subject to a maximum of 1% of the total contract value
for every week of delay in the event of non-fulfillment or non-observance of any of the
conditions stipulated in the Tender at the discretion of Tender Inviting Authority.
33. Force Majeure Clause: Neither the Client nor the Successful Bidder shall be liable for any
delay or failure in the performance of their respective obligations except causes or contingencies
beyond their reasonable control due to Force Majeure conditions such as:
a) Any act of God such as lighting, earthquake, landslide, etc or other events of natural
disaster of rare severity

b) Meteorites or objects falling from aircraft or other aerial devices, travelling at high speeds

c) Fire or explosion, chemical or radioactive contamination or ionizing radiation

d) Epidemic or plague

e) Act of war (whether declared or undeclared), threat of war, invasion, armed conflict or
act of foreign enemy, unexpected call up of armed forces, blockade, embargo, revolution,
riot, religious strife, bombs or civil commotion, sabotage, and terrorism.

34. Legal/Arbitration Clause


a) Except as otherwise provided elsewhere in the Contract, if any dispute, difference,
question or disagreement arises between the parties hereto or their respective
representatives or assignees, at any time in connection with construction, meaning,
operation, effect, interpretation or breach thereof, the same shall be decided by a Sole
Arbitrator to be appointed by the Tender Inviting Authority.

b) If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any reason
from the proceedings, another Arbitrator shall be appointed by the Tender Inviting
Authority. The Arbitrator so appointed shall proceed with the reference from the stage
where his predecessor had left if both parties consent for the same, otherwise, he shall
proceed de novo.

c) It is a term of the contract that the party invoking arbitration shall specify all disputes to
be referred to arbitration at the time of invocation of arbitration and not thereafter.

d) It is also a term of the contract that neither party to the contract shall be entitled to seek
interest and the arbitrator should not grant interest.

e) The Arbitral Tribunal shall give reasoned award and the same shall be final, conclusive
and binding on the parties.

15
f) The venue of the arbitration shall be the client’s city and language English.

g) The fees of the arbitrator and expenses incidental to the arbitration proceedings shall be
borne equally by the parties.

h) Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act 1996 and
any statutory modifications or re-enactment in lieu thereof shall apply to the arbitration
proceedings under this clause.

i) Subject to the above, the Courts in client’s city alone shall have jurisdiction in this matter

16
E. Data Sheet
A. General
ITC Clause
Reference
1 .1 NAME OF THE PROJECT – APPOINTMENT OF TECHNICAL CONSULTANT FOR
DESIGN OF BUS QUEUE SHELTER THROUGH A DESIGN COMPETITION
1.2 RFQP Reference No: 50/2018-19
1.3 Tender ID No: 2018_DTIDC_157616
1.4 Procuring Entity – Chairperson, Delhi Transport Infrastructure Development Corporation
Limited
1.5 Mode of tendering – e-tender through e-procurement portal of Government of National
Capital Territory of Delhi at (https://govtprocurement.delhi.gov.in)
2.1 Name of the Client: Chairperson, Delhi Transport Infrastructure Development Corporation
Limited an Enterprise of Government of NCT of Delhi
Method of selection: Quality and Cost Based Selection (QCBS)
Quality (80%) and Cost (20%)
2.2 1. Pre-qualification, Technical Proposal and Financial Proposal are to be uploaded through e-
procurement portal.
Note: The original proposals of Pre-qualification Proposal and Technical Proposal are also be
submitted to DTIDC in sealed envelope.
2.3 A pre-bid meeting will be held: Yes

Date of pre-proposal conference: 11.09.2018


Time: 15.00 hrs.
Address: Office of the AGM (W)/DTIDC at 2nd Floor ISBT Kashmere Gate, Delhi

Phone : 011-23866301
Fax: 011-23865321
E-Mail:- agmw2.dtidc@delhi.gov.in

Contact Person: Shri Vijay Kumar, Executive Engineer/AGM, Delhi Transport Infrastructure
Development Corporation Limited, 2nd floor, Maharana Pratap Interstate Bus Terminus, Kashmere
Gate, Delhi – 110006
2.4 The Client will provide the following information to facilitate the preparation of the
Proposals:
Names and location of bus shelters and other relevant information.
B. Preparation of Proposals
2.5
This RFQP has been issued in the English language.
Proposals shall be submitted in English language and all correspondence exchange shall be in
English language.
2.6 The PRE-QUALIFICATION PROPOSAL shall comprise the following:
1st Envelope with the Pre-Qualification Proposal:
(1) Section 3. Pre-qualification Proposal - Standard Forms
For TECHNICAL PROPOSAL:
2nd Envelope with the Technical Proposal:
(1) Power of Attorney to sign the Proposal
(2) TECH – 1

17
(3) TECH – 2
(4) TECH – 2A
(5) TECH – 2B
(6) TECH – 3
(7) TECH – 3A
(8) TECH – 3B
(9) TECH – 4
(10) TECH – 5
(11) TECH – 6
(12) ANNEXURE
(13) Meeting with all the conditions of the Pre-Qualification requirements.
Note: Prequalification Proposal and Technical Proposal are to be uploaded on e-procurement
portal and hard copies duly signed are required to be submitted in sealed envelopes to
DTIDCL on or before the proposal date.
2.7 Statement of Undertaking is required
Yes
2.8 Bidder can submit more than one Proposal
No
2.9 Proposals must remain valid for 120 calendar days after the proposal submission deadline.
2.10 Clarifications may be requested no later than two days prior to the pre-proposal meeting.
2.11 Joint Venture/Consortium:
Joint Venture is allowed with a maximum of one other registered company, sole proprietorship or
partnership. However, it is mandatory for the lead firm to be a registered entity paying its taxes in
India. The Joint Venture will have a designated "Project Leader” which would be the primary point
of contact.
2.12 Estimated input of Key Experts time:
Team members A and B shall be available for the entire duration of the project.
2.13 Time-based contract
2.13 (a) The Evaluation committee will evaluate the Envelope 1: Pre-qualification proposals / Forms on the
basis of the following criteria:

ORGANISATIONAL CREDENTIALS:
1. Registration: Be a registered company under the Indian Companies Act, Sole
Proprietorship or Partnership operating in India for the past 3 years (2015-16, 2016-17 and
2017-18).
Please attach a copy of the Registration Certificate, PAN card, GST registration, Council of
Architecture registration of the Project Leader, if applicable. For international firms, an equivalent
certificate in the country of incorporation.

2. Average annual turnover: Have an average annual turnover of at least Indian Rupees
Fifty (50) lakhs for the past three audited Accounting Years (2015-16, 2016-17 and 2017-
18) FOR SINGLE BIDDER. In case of ‘JV/CONSORTIUM', the average annual turnover
should be at least Indian Rupees Fifty (50) lakhs for the lead firm in the past three audited
accounting years (2015-16, 2016-17 and 2017-18).
Please attach a certificate from the Chartered Accountant.

3. Black-listing: The Bidder should not hold any sanction / black-listing by any government
/quasi government agency or any Multi-Lateral Donor Body (World Bank, ADB, JICA,
etc.).
Please attach a self-declaration stating the above, duly signed by authorized signatory.

18
RELEVANT EXPERIENCE:
4. Experience (Number of projects): The JV/consortium/Professional Consulting firms shall
have provided design and project management consulting services amounting to Rs 50
lakhs in the last 10 years for ongoing/ completed projects for public transport infrastructure,
complete streets (including concept and detailed design, construction drawings, technical
specifications and preparation of bill of quantities) or similar works. Works performed by
the Urban Design Experts/ Firm directly for the Client shall only be considered.

Please attach project citations with the project title, the value of the contract, design brief, the contract
duration and a copy of work orders / completion certificates.
2.13 (b) Earnest Money Deposit (EMD) of Two Lakh (Indian Rupees) in the form of separate Banker’s
cheque or Demand Draft from a Scheduled bank in India and drawn in favour of Executive Director,
DTIDCL and payable at New Delhi, must be submitted along with the Proposal.
EMD amount in form of separate Banker’s cheque or Demand Draft original should reach to
Executive Engineer/AGM (Works), Delhi Transport Infrastructure & Development Corporation
Limited, 2nd Floor, Maharana Pratap Interstate Bus Terminus, Kashmere Gate, Delhi - 110006 on or
before the date and time of closing of the bid (by 1500 hours on 24.09.2018). Withdrawal of
proposal before validity period or any fraudulent/mis-representation of facts will lead to forfeit
EMD.
This EMD shall be returned to all unsuccessful bidders post the award of contract to the successful
bidder under this RFQP.
The DTIDCL will require the selected bidder to provide a Performance Bank Guarantee (PBG),
within 15 days from the notification of award, for a value equivalent to 10% of the cost of the work
award/bid. The Performance Guarantee should be valid for a period of 24 months. The Performance
Guarantee shall be kept valid till completion of the project. The Performance Guarantee shall
contain a claim period of three months from the last date of validity. The selected bidder shall be
responsible for extending the validity date and claim period of the Performance Guarantee as and
when it is due on account of non-completion of the project and warranty period. In case the selected
bidder fails to submit performance guarantee within the time stipulated, the DTIDCL, at its
discretion may cancel the order placed on the selected bidder without giving any notice. DTIDCL,
shall invoke the performance guarantee in case the selected vendor fails to discharge their
contractual obligations during the period or DTIDCL, incurs any loss due to Vendor’s negligence in
carrying out the project implementation as per the agreed terms and conditions.
2.14 The format of the Technical Proposal to be submitted is: Full Technical Proposal
2.15 A price adjustment provision applies to remuneration rates:
No
2.16 Information on the Consultant’s tax obligations in the Client’s country can be found with
Government of India.
2.17 The Financial Proposal shall be stated in the following currencies:
Indian Currency.
C. Submission, Opening and Evaluation
2.18 The Consultants shall submit their Prequalification, Technical & Financial Proposals
separately only through e-procurement portal of Government of NCT of Delhi at
(http://govtprocurement.delhi.gov.in) . It must be ensuring that the Financial Proposal/ copy
of the Financial Proposal is not included in the Technical Proposal, otherwise the bid will
stand rejected. The technical bid and financial bids received through e-tender shall only be
considered for evaluation and award of work.
2.19 The Consultant must submit 1 hard copy duly signed in sealed covered of the prequalification,
technical proposal. However, it is clarified that the prequalification, technical bid and
financial bids received through e-tender shall only be considered for evaluation and award of
work.

19
2.20 and The Proposals must be submitted no later than:
2.21
Date: 24.09.2018
Time: 15.00 hrs.

AGM (Works) / DTIDCL


Address 2nd Floor, ISBT/Kashmere Gate/Delhi - 110006
Telephone Ph: 011-23866301
Email agmw2.dtidc@delhi.gov.in
2.22 and The opening of prequalification and technical proposals shall take place at:
2.23 “Same as the Proposal submission address”
Date: 24.09.2018
Time: 15.30 hrs.

2.24: Technical Evaluation Criteria (TEC) - Criteria, sub-criteria, and point system for the evaluation of the
Technical Proposals.

# Evaluation Parameter Marks Max.


Marks

1 Experience in providing design and project management consulting services for executed projects for public transport
infrastructure and complete streets or similar works in the last 10 years with value of each consulting project not less than
Rs 10 lakhs. The Consultant has to submit completion certificate from the client.

A 2 projects or less 3 10

B 3 projects 5

C 4 projects 7

C More than >4 projects 10

2 Experience in providing design and project management consulting services for ongoing projects for public transport
infrastructure and complete streets or similar works with value of each consulting project not less than Rs 10 lakhs. The
Consultant has to submit phase completion certificate from the client.

A 1 project 1 5

B 2 projects 3

C 3 or more projects 5

3 Experience of Key Experts


For all the below positions:
General qualifications (education, training, and overall experience) and adequacy for the assignment (relevant experience
in the sector/similar assignments) must be met or else zero marks shall be awarded.
‘A’,’B’ are mandatory personnel to be part of single bidder or either lead or member firm in case of JV/consortium. ‘C’,
‘D’, ‘E’ can be part of lead or member firms in case of JV/consortium or sub-consulted. All these personnel covered under

20
‘A’, ‘B’, ‘C’, ‘D’, ‘E’ shall provide documentary evidence from the employer/organization for the completed projects.

A Project Masters in Industrial Minimum 10 years of Led at least 5 completed 5 15


Leader Design/ Architecture relevant experience projects in the design of
public transport
infrastructure or
complete streets.

B Project Bachelor/Masters in 8 years of relevant Coordinated at least 3 3


Coordinator Architecture/ Urban experience completed projects in the
Design design of public transport
infrastructure or
complete streets.

C Project Bachelors or Masters in Minimum 8 years of At least 3 completed 3


Management Civil Engineering/ relevant experience projects in bid process
Consultant Project Management management and project
management of public
transport infrastructure or
complete streets.

D Transport Bachelors/ Masters in Minimum 8 years of At least 3 completed 2


Planner Transport Planning relevant experience. projects related to public
transport infrastructure or
complete streets.

E Graphic Bachelors/ Masters in Minimum 5 years of At least 3 completed 2


Designer Architecture/Design relevant experience projects in public
signages and graphic
design .

4 Design Evaluation

A Design Approach, Methodology and 1. Context responsiveness (10) 60 70


Concept Design
2. Passenger comfort and information (10)
(As per compliance to Annexure 2.
Performance Criteria) 3. Women’s safety and universal accessibility
(10)

4. Cost effectiveness (20)

5. Environment Sustainability (5)

6. Innovative features (5)

B Detailed Work Plan 5

21
Technical Presentation and Model: All qualified bidders will make a
C 5
presentation before the jury and, would submit a physical model at 1:25
scale of the design of the BQS to enable the jury to have a better
assessment.

Grand Total 100

2.24A: Design Approach, Methodology and Concept Design Evaluation Criteria (JURY GUIDELINES)

SNo Approach and Methodology Evaluation Criteria Total Marks

I Context responsiveness 10

1 Prototype of bus shelters Design shall have a clear rationale for the bus shelter
prototype along with suggested variations in design based
on context. It shall maintain a balance between simplicity,
innovation and context responsiveness.
2 Footpaths and cycle tracks Design accommodates pedestrians and cyclist movement

3 Vandalism Design is resistant to vandalism

4 Street furniture Design and placement considers existing trees and other
street furniture and does not obstruct passenger’s view of
the bus, pedestrian and cyclist movement or result in
removal of trees
II Passenger comfort and 10
information
6 Weather protection Bus shelter shall provide protection from the afternoon
sun (12pm-4pm) and monsoon rain
7 Seating and waiting supports All passengers waiting for more than 5 minutes in the
evening peak hours have either seating or resting support
8 Information system Design considers static and real time information catering
to multiple users
9 Emergency response system Design provides for emergency response systems

10 Street vendors and furniture Design incorporates dust bins and street vendors, where
relevant
III Women’s safety and universal 10
accessibility
11 Visibility Design does not create dead or unusable spaces on the
footpath
12 Universal accessibility (as per Design provides for persons with visual and hearing
relevant guidelines) impairment
In case of a level difference between the footpath and
floor of the bus shelter, the design provides access ramps
13 Illumination Design provides pedestrian lighting and illuminates the
area around it, without creating glare

22
14 Seating/ waiting At least 75% of the seating is clearly demarcated for the
elderly, pregnant and other women and persons with
disabilities
IV Cost-effectiveness 20
15 Material and design innovation Bus shelter is cost-effective without compromising on its
function, experience and appearance

16 Modular design to expedite Bus shelter can be expanded with ease for future use and
implementation is replicable industrially
17 Durability and ease of Bus shelter is durable and easy to maintain
maintenance of the bus shelter
materials
V Environment Sustainability 5
18 Energy efficiency Design has elements to reduce energy costs and integrates
the use of solar panels for future consideration
VI Innovative features 5

19 Smart design features Use of innovative design elements, place making and use
of technology to enhance commuter’s public transport
experience
Grand Total 60

Total marks (Tm):100 marks, which includes 30 marks (Experience and Team
Composition) + 70 Marks (Design evaluation)
The Technical Proposal shall be scored by the Jury constituted by Government of NCT of Delhi
at appropriate time during the bidding process based on:
A. Design Approach, Methodology and Concept Design Evaluation Criteria as specified in
2.24A
B. Detailed Work Plan
C. Technical Presentation and Q&A
After the Technical Presentations, the Bidders with the top 5 scores under “Design
Evaluation”, provided they have received a minimum of 55 out of 70 possible marks, shall be
declared as “Technically Qualified Bidders” and other bids shall be declared as “Technically
Disqualified Bidders.”These shortlisted Bidders shall only be considered for further evaluation,
including the Financial Proposal. All “Technically Qualified Bidders” shall be eligible for Prize
Money of Rs.2 lakh for Design Competition, except for the Bidder that is finally awarded the
contract.

2.25 The Prequalification, Technical & Financial proposals shall be accepted only through
e-procurement portal of Government of NCT of Delhi at http://govtprocurement.delhi.gov.in
The Consultant must submit 1 hard copy duly signed in sealed covered of the prequalification,
technical proposal. However, it is again clarified that the prequalification, technical bid and
financial bids received through e-tender shall only be considered for evaluation and award of
work.

23
2.26 The DTIDCL/Client will select the Consultant with the highest cumulative technical and financial
score.

2.27 Public Opening of Financial proposals


The DTIDCL/Client shall only notify to Technically Qualified Bidders for the date and time for
opening of financial proposals.

The Financial Proposals shall be opened through e-procurement portal of Government of


NCT of Delhi at http://govtprocurement.delhi.gov.in

Evaluation of Financial Proposals


The bids of Technically qualified Bidders shall be evaluated as follows:
The Technical Score (Ts) shall be calculated as below:
Ts = Tm * 0.8

Where Ts = Technical Score; Tm = Technical marks


Bidders should quote the required cost exclusive of GST and other taxes to fulfill the requirements
in the scope of work. The cost should be quoted in Indian Rupees (INR).
Fs = (Fls/Fm)*100*0.2

Where Fs= Final Financial Score, Fm=Quoted financial bid; Fls=Lowest quoted financial bid
Total Score = Technical Score (Ts) + Financial Score (Fs)
The Client will select the Consultant with the highest cumulative technical and financial score.
In the event that two or more Bidders have the same cumulative score, the Client will:
iii. Accept the proposal of the Technically Qualified Bidder with the highest Technical Score and
shall declare the Successful Bidder.

2.28 The rates to be quoted by the consultant should be exclusive of all indirect taxes such as sales tax,
excise tax, GST, or similar taxes.

2.29 The single currency for the conversion of all prices expressed in various currencies into a
single one is: Indian Rupees
The official source of the selling (exchange) rate is: State Bank of India Selling Exchange Rate on
the Closing Date and Time of Submission of Bid.

D. Negotiations and Award


2.30 Negotiations: Negotiations on the quoted rates, if required shall be done as per CVC / Tender
Guidelines.

2.31 The contract award information shall be provided in writing to the successful bidder.

2.32 Expected date for the commencement of the Services: As per Award Letter

E. PRIZE MONEY FOR DESIGN COMPETITION

2.33 Prize Money for Design Competition Winners


Value: Rupees Two (2) Lakhs each

24
Section: 3
Pre-qualification Proposal
Letter head of Consultant

To
The Chairperson
Delhi Transport Infrastructure Development Corporation Limited,
2nd Floor, Maharana Pratap Interstate Bus Terminus,
Kashmere Gate,
Delhi – 110006.

Subject: Request for Qualification and Proposal (RFQP) for appointment of Technical Consultant for
design of Bus Queue Shelter through a design competition and Project Development &
Management Consultant.

Madam/Sir,

We, the undersigned, offer to provide the consulting services for the above assignment in accordance with
your Request for Qualification and Proposal (RFQP) vide advertisement dated __________. We are submitting our
Prequalification Proposal through e-procurement portal of Government of NCT of Delhi. In addition, 1 hard copy of
the pre-qualification proposal duly signed, cost of RFQP document and earnest money deposit in the shape of
ORIGINAL banker cheque or demand draft are enclosed herewith.

We have gone through the RFQP documents and understand the terms and conditions. We understand that you are
not bound to accept any proposal you receive.

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:


Name of Firm:
Address:

Certificate as to Authorize Signatories


I, _________________________ certify that I am the Company Secretary of __________
and that who signed the above response is authorized to bind corporation/company by authority
of its Governing Body.

Single Bidder /
3A General Lead Member Member 2
Name of the consulting firm along with Registration
1 Details/Documents
2 Consulting firm’s registered address in India
Consulting firm’s address for correspondence regarding this
3 project, including phone numbers (mention city code), fax
numbers and email addresses

25
4 Details of the authorized signatory of the consulting firm for
communication regarding this project

a Name

b Designation, Firm name

c Contact details of the authorized signatory

d Office Phone (Direct Line/ Extension) Number

e Fax Number

f Mobile Phone Number

g Email Id

Please mention the audited aggregate turnover of the Consulting


Firm in the preceding three financial years (Lakhs INR). The
statements should be duly certified by the Chartered
5 Accountants.

1. FY 2015-16:

2. FY 2016-17:

3. FY 2017-18:

6 Black-listing (Y/N)

26
3B Team Composition Single Bidder / Member 2 Sub-
Lead Member contracted

1 Project Leader: Masters in Architecture/ Industrial Design [Name, years of NA


relevant experience]

2 Project Coordinator: Bachelors or Masters in Architecture/ Urban Design NA


[Name, years of relevant experience]

Transport Planner: Bachelors or Masters in Transport Planning [Name, years of


3 relevant experience]

4 Project Management Expert: Bachelors or Masters in Civil Engineering/ Project


Management [Name, years of relevant experience]

3C Relevant Experience
List consulting services amounting to Rs 50 lakhs in the last 10 years for ongoing/ completed projects for design of public
transport infrastructure and complete streets (concept and detailed design, construction drawings, technical specifications and
preparation of bill of quantities).

S.No Title of the Client name Consultancy Consultant’s Project start Project Area (sqm) Any other
project Fee (Rs in name date status(complete and number relevant
Lakhs) d /on-going-as of units informatio
scheduled/ on- n
going-delayed /
stopped) as on
date

Total

27
Section: 4
Technical Proposal
{Notes to Consultant shown in brackets { } throughout Section 4 provide guidance to the
Consultant to prepare the Technical Proposal; they should not appear on the Proposals to be
submitted.}
NOTE TO BIDDERS
The Bidders may note the following for preparation of the Proposal Documents

1. Standard A4 size paper should be used for printing and all pages must be serially
numbered.

2. Font size should be at least 11 for any popular font. Please use paper judiciously and print
on both sides.

As part of technical proposal, please ensure adherence of the page limit. The client will not read
any additional pages of information submitted. Please attach any additional information as a
separate documents / annexure.

CHECKLIST OF REQUIRED FORMS


FORM DESCRIPTION Page
Limit
TECH-1 Technical Proposal Submission Form.
TECH-2 Consultant’s Organization and Experience.
TECH-2A A. Consultant’s Organization 10 pages
TECH-2B B. Consultant’s Experience 1 project
per page
TECH-3 Comments or Suggestions on the Terms of Reference and on 3 Pages
Counterpart Staff and Facilities to be provided by the Client.
TECH-3A A. On the Terms of Reference
TECH-3B B. On the Counterpart Staff and Facilities
TECH-4 Description of the Approach, Methodology, and Work Plan for 25 Pages
Performing the Assignment
TECH-5 Work Schedule and Planning for Deliverables
TECH-6 Team Composition, Key Team Member Inputs, and attached 5 Pages
Curriculum Vitae (CV) Per CV
Annexure

28
FORM TECH-1
TECHNICAL PROPOSAL SUBMISSION FORM

{Location, Date}

To:
The Chairperson
Delhi Transport Infrastructure Development Corporation Limited,
2nd Floor, Maharana Pratap Interstate Bus Terminus,
Kashmere Gate, Delhi – 110006.

Dear Madam/Sir
We, the undersigned, offer to provide the Consultancy Services for Request for Qualification and
Proposal (RFQP) for appointment of Technical Consultant for design of Bus Queue Shelter through a
design competition and Project Development & Management Consultant dated [Insert Date]. We are
hereby submitting our Proposal, which includes this Technical Proposal Proposal through e-procurement
portal of Government of NCT of Delhi. One hard copy of the proposal duly signed in sealed envelop is
also being submitted to DTIDCL.
We hereby declare that:
(a) All the information and statements made in this Proposal are true and we accept that any
misinterpretation or misrepresentation contained in this Proposal may lead to our
disqualification by the Client.
(b) Our Proposal shall be valid and remain binding upon us for the period of time specified in
the Data Sheet.
(c) We meet the eligibility requirements as stated in ITC 6, and we confirm our
understanding of our obligation to abide by the Client’s policy in regard to corrupt and
fraudulent practices as per ITC 5.
(d) In competing for (and, if the award is made to us, in executing) the Contract, we
undertake to observe the laws against fraud and corruption, including bribery, in force in
the country of the Client.
(e) Our Proposal is binding upon us and subject to any modifications resulting from the
Contract negotiations.
We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services
related to the assignment no later than the date indicated in the Data Sheet. We understand that the Client
is not bound to accept any Proposal that the Client receives.
We remain,
Yours sincerely,

29
Authorized Signature {In full and initials}:
Name and Title of Signatory:
Name of Consultant:
In the capacity of:

Address:
Contact information (phone and e-mail): _____________________________________

30
FORM TECH-2
CONSULTANT’S ORGANIZATION AND EXPERIENCE

Form TECH-2: a brief description of the Consultant’s organization and an outline of the recent
experience of the Consultant that is most relevant to the assignment. For each assignment, the
outline should indicate the names of the Consultant’s Key Experts and Sub-consultants who
participated, the duration of the assignment, the contract amount, and the Consultant’s
role/involvement.
A - Consultant’s Organization
1. Provide here a brief description of the background and organization of your company
2. Include organizational chart, a list of Board of Directors, and beneficial ownership
B - Consultant’s Experience

1. List only previous similar completed and ongoing assignments (public transport infrastructure
and street design) separately, for providing design (concept design, detailed design, construction
and working drawings and bill of quantities) consulting services.
2. List only those assignments for which the Consultant was legally contracted by the Client as a
company. Assignments completed by the Consultant’s individual experts working privately or
through other consulting firms cannot be claimed as the relevant experience of the Consultant, or
that of the Consultant’s partners or sub-consultants, but can be claimed by the Experts
themselves in their CVs. The Consultant should be prepared to substantiate the claimed
experience with references if so requested by the Client.

31
B. Consultant’s Experience
List of completed projects

S.No Title of the Client name Consultancy Consultant’s Project start Project Area (sqm) Any other
project Fee (Rs in name date completion date and number relevant
Lakhs) of units information

Total

List of ongoing projects

S.No Title of the Client name Consultancy Consultant’s Project start Project Area (sqm) Any other
project Fee (Rs in name date status(on- and number relevant
Lakhs) going-as of units information
scheduled/ on-
going-delayed /
stopped) as on
date

Total

32
Details of Contracts of Similar Nature and Complexity

{Use a separate sheet for each contract}

Name of Bidder :
Project Citation #:
1. Number of contract
Name of contract
Country
2. Name of Client
3. Client’s address
4. Nature of assignment and special features relevant to the contract for which the
Bidding Documents are issued
5. Project area (sqm)
6. Contract role
7. Amount of the total contract/subcontract/partner share (in specified currencies at
completion, or at date of award for current contracts)

Currency Currency Currency


8. Equivalent amount INR
Total contract: INR_______; Subcontract: INR_______; Partner share:
INR_______;
9. Date of award/completion
10. Contract was completed _____ months ahead/behind original schedule (if behind,
provide explanation).
11. Contract was completed INR _________ under/over original contract amount (if
over, provide explanation).
12. Special contractual/technical requirements
13. Special design features proposed by the Consultant
14. Indicate the approximate per cent of total contract value (and INR amount).
15. Relevant documents - design brief, relevant design and construction drawings,
before/after photos, the completion certificates

33
FORM TECH-3

COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE, COUNTERPART STAFF, AND


FACILITIES TO BE PROVIDED BY THE CLIENT

Form TECH-3: comments and suggestions on the Terms of Reference that could improve the
quality/effectiveness of the assignment; and on requirements for counterpart staff and facilities,
which are provided by the Client, including: administrative support, office space, local
transportation, equipment, data, etc.

A - On the Terms of Reference

{Improvements to the Terms of Reference, if any}

B - On Counterpart Staff and Facilities


{Comments on counterpart staff and facilities to be provided by the Client. For example,
administrative support, office space, local transportation, equipment, data, background reports,
etc., if any}

Note: It is the sole discretion of the Client to agree or not agree the comments and
suggestion as mention in A: On the Terms of Reference, B: On Counterpart Staff and
Facilities.

34
FORM TECH-4
DESCRIPTION OF APPROACH, METHODOLOGY, CONCEPT DESIGN AND WORK PLAN IN
RESPONDING TO THE TERMS OF REFERENCE

Form TECH-4: A description of the approach, methodology, concept design and work plan for
performing the assignment.

{Suggested structure of your Technical Proposal:

a) Technical Approach, Methodology and Concept Plan


b) Work Plan
c) Organization and Staffing

a) Technical Approach, Methodology and Concept Plan:{Please explain your


understanding of the objectives of the assignment as outlined in the Terms of Reference
(TORs), the technical approach and methodology you would adopt for implementing the
tasks to deliver the expected output(s), as well as a concept design for a bus shelter prototype
and its variations. Please do not repeat/copy the TORs in here.}
b) Work Plan:{Please outline the plan for the implementation of the main activities/tasks of
the assignment, their content and duration, phasing and interrelations, milestones (including
interim approvals by the Client), and tentative delivery dates of the reports. The proposed
work plan should be consistent with the technical approach and methodology, showing your
understanding of the TOR and ability to translate them into a feasible working plan. A list of
the final documents (including reports) to be delivered as final output(s) should be included
here. The work plan should be consistent with the Work Schedule Form.}
c) Organization and Staffing:{Please describe the structure and composition of your team,
including the list of the Key Experts, Non-Key Experts and relevant technical and
administrative support staff.}

35
FORM TECH-5
WORK SCHEDULE AND PLANNING FOR DELIVERABLES
Months
Deliverables 1
No (D-..)
1 2 3 4 5 6 7 8 9 .... n TOTAL

D1 Prepare Design
Report

Incorporate
comments

Prepare
Detailed Project
D2 Report and bid
documents for
tender

Incorporate
comments

Assist DTIDC
D3 in bid process
management

Project
management
D4 and
Construction
supervision

1. List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the
Client’s approvals. For phased assignments, indicate the activities, delivery of reports, and benchmarks separately for
each phase.
2. Duration of activities shall be indicated in a form of a bar chart.
3. Include a legend, if necessary, to help read the chart

36
FORM TECH-6

TEAM COMPOSITION, ASSIGNMENT, AND TEAM INPUTS

Expert’s input (in person/month) per each Deliverable (listed in Total time-input
Name
TECH-5)
N (in Months)
o
D-2 D-3 ........ D-... Office Field Total
Position D-1

KEY EXPERTS

{e.g., Mr. XXX} [Team [Office] [2 month] [1.0] [1.0]


Leader]

[Field] [0.5 m] [2.5] [0]


K-1

K-2

K-3

Subtotal

NON-KEY EXPERTS

[Office]

N-1
[Field]

37
N-2

Subtotal

Total

1 For Key Experts, the input should be indicated individually for the same positions as required under the Data Sheet 2.24A.

2 Months are counted from the start of the assignment/mobilization. One (1) month equals twenty two (22) working (billable)
days. One working (billable) day shall be not less than eight (8) working (billable) hours.

3 “Office” means work in the office in the expert’s country of residence. “Field” work means work carried out in the Client’s
country.

38
FORM TECH-6
(CONTINUED)
CURRICULUM VITAE (CV)

Position Title and No. {e.g., K-1, TEAM LEADER}

Name of Expert: {Insert full name}

Date of Birth: {day/month/year}

Country of Citizenship/Residence

Education: {List college/university or other specialized education, giving names of educational


institutions, dates attended, degree(s)/diploma(s) obtained}
________________________________________________________________________
________________________________________________________________________
Employment record relevant to the assignment: {Starting with present position, list in reverse
order. Please provide dates, name of employing organization, titles of positions held, types of
activities performed and location of the assignment, and contact information of previous clients
and employing organization(s) who can be contacted for references.}

Period Employing organization and your Country Summary of activities


title/position. Contact information performed relevant to
for references the Assignment

[e.g., May [e.g., Ministry of ……,


2005- advisor/consultant to…
present]

For references: Tel…………/e-


mail……; Mr. Hbbbbb, deputy
minister]

Membership in Professional Associations and Publications:


______________________________________________________________________
Language Skills (indicate only languages in which you can work): ______________
______________________________________________________________________

39
Adequacy for the Assignment:

Detailed Tasks Assigned on Consultant’s Reference to Prior Work/Assignments


Team of Experts: (Refer Data Sheet 2.24A)

{List all deliverables/tasks as in TECH- 5


in which the Expert will be involved)

Expert’s contact information: (e-mail…………………., phone……………)


Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience, and I am available to undertake the
assignment in case of an award. I understand that any misstatement or misrepresentation
described herein may lead to my disqualification or dismissal by the Client, and/or sanctions by
the Client.

Name of Expert Signature Date{day/month/year}

Name of authorized signatory Signature Date{day/month/year}

40
Section: 5
Financial Proposal

FINANCIAL PROPOSAL

Tender Inviting Authority: AGM (Works), DTIDCL


Name of Work: Appointment of a Technical Consultant for Design of Bus Queue
Shelter through a Design Competition

RFQP No:

Name of the Bidder/Bidding


Firm/Company

Price Schedule

Rate quoted by the bidder in Indian


Sr. No. Item Description Currency excluding applicable taxes
In Figure In Words

1. Appointment of a Technical
Consultant for Design of Bus Queue
Shelter through a Design
Competition

Signature of the authorized signatory with stamp

Note: The scanned copy duly filled and signed by the bidder to be uploaded in the e-
procurement portal i.e. http://govtprocurement.delhi.gov.in.

41
Section: 6
Eligible Countries
In reference to ITC 6.2, for the information of Consultants, at the present time firms, goods and
services from the following countries are excluded from this selection:

Under the ITC 6.2 (a): None

Under the ITC 6.2 (b): None

42
Section: 7
Policy – Corrupt and Fraudulent Practices
Fraud and Corruption
It is a requirement that Consultants, and their agents (whether declared or not),
subcontractors, sub consultants, service providers, or suppliers, and any personnel thereof,
observe the highest standard of ethics during the selection and execution of contracts In
pursuance of this policy, the Client:
a. defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii.
iii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain
financial or other benefit or to avoid an obligation;
iv.
v. “collusive practices” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
vi.
vii. “coercive practices” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party1;
viii.
ix. “obstructive practice” is
I. deliberately destroying, falsifying, altering, or concealing of evidence
material to the investigation or making false statements to investigators in
order to materially impede a Client investigation into allegations of a
corrupt, fraudulent, coercive, or collusive practice; and/or threatening,
harassing, or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the
investigation, or
II. acts intended to materially impede the exercise of the Client’s inspection
and audit rights;

b. will reject a proposal for award if it determines that the consultant recommended for
award or any of its personnel, or its agents, or its sub-consultants, sub-contractors,
services providers, suppliers, and/or their employees, has, directly or indirectly, engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the
contract in question;

43
c. will sanction a firm or an individual at any time, in accordance with prevailing
procedures, including by publicly declaring such firm or an ineligible, either indefinitely
or for a stated period of time: (i) to be awarded a contract, and (ii) to be a nominated sub-
consultant, supplier, or service provider of an otherwise eligible firm being awarded a
contract. 1

1
For the purpose of this sub-paragraph, “party” refers to a participant in the selection process or contract execution.

44
Section: 8
Terms of Reference
INTRODUCTION
1.1 Bus stop or bus stand is a place appointed by the District Magistrate in any street or any
road in an Urban Area from where stage carriages shall take up or get down passengers.
As on date, the District Magistrate has notified 4627 places in National Capital Territory
of Delhi as bus stops. At many places, different agencies have erected bus queue shelters
for the protection of the bus commuters from the varying weather condition and to have
sitting place for the elderly persons and women. Earlier, bus queue shelters were
constructed by Delhi Transport Corporation all over the city. In the year, 2002, the New
Delhi Municipal Council took an initiated to construct 197 numbers of modern stainless
steel bus queue shelters in its area on PPP model. Thereafter, DTC and Transport
Department also constructed similar bus queue shelters on PPP mode as well as from the
Government funds during the Commonwealth Games, 2010.

1.2 During 2010, Government of NCT of Delhi had incorporated Delhi Transport
Infrastructure Development Corporation Limited (DTIDCL) as a Company under the
Companies Act, 1956 having 100% equity of Government of NCT of Delhi. Secretary-
cum-Commissioner (Transport), Government of NCT of Delhi is the Chairperson of the
DTIDCL. Transport Department, Government of NCT of Delhi act as Administrative
Department of the DTIDCL to deal with all the policies matters. The objectives of the
said company inter-alia include planning, development and maintenance of transport
infrastructure.

1.3 All the modern stainless steel BQSs, other than lying in the jurisdiction of NDMC area
were subsequently handed over to DTIDCL for marketing and maintenance against
advertisement rights on them. Out of 1887 modern stainless steel BQSs, 1300 BQSs are
on PPP mode having concession rights with the concessionaire(s). Demand for
construction of modern BQSs arising from the public as well as people representative to
erect modern BQSs in their area. Owing to site conditions, especially the width of the
footpath, DTIDCL identified that BQS can be made at 1397 places. 4 attempts were made
by DTIDCL to identify a Vendor who can built BQSs at these places on PPP mode
against advertisement rights to them for 15 years. These attempts could not fructify. The
main reasons of failures of tenders of DTIDCL might be the high cost of stainless steel
BQS and geographical condition of these 1397 places to have less potential to attract
revenue from advertisement or saturation of advertisement potential on BQSs. As such,
Government of NCT of Delhi has decided to construct BQSs on these identified locations
through Design Competition by incorporating cost energy technology, universal human
comfort, cost effectiveness and robust design.

1.4 The BQSs being managed by DTIDCL are at the core of a bus-based public transport
system. The objective of this RFQP is to build upon the existing bus shelter design to
improve passenger comfort and convenience, women’s safety, promote environmental
sustainability, provide public transport information and ensure cost-effectiveness in
construction and maintenance.

45
1.5 The Delhi Transport Infrastructure Development Corporation Ltd (DTIDCL) is inviting
bids for the design of BQSs of international standard/state of the art and to construct
BQSs as per the final selected design at 1397 places, with the overall goal of improving
public transport experience in the National Capital Territory of Delhi.

Objective of the Project


1.6 The objective of the project is to ensure that bus shelters are designed based on the
following principles:

i) Passenger comfort and convenience - Passenger comfort is catered through


ergonomic design and layout considering Delhi’s weather conditions. Bus shelters
provide up-to-date and real time information of public transport through other
Vendors deployed by Transport Department, Government of NCT of Delhi and
Delhi Transport Corporation.
ii) Women’s safety: Bus shelters are designed to prioritize women and girls’
perceptions and experience of personal security and safety.
iii) Universal accessibility - Bus shelters are accessible by the elderly and persons with
limited mobility, visual and hearing impairments.
iv) Environmental sustainability - Bus shelters are environmentally sustainable by
incorporating existing trees and landscape in their design, while being energy
efficient.
v) Smartness: Bus shelters leverage latest technology to improve passenger
convenience.
vi) Cost-effective and durable - Bus shelters are cost effective, vandal-proof and
require low maintenance.
vii) The locations of the bus shelters are specified in Annexure 1.

Scope of Work
1.7 The Scope of Work includes 5 stages:
i) Conceptual Design and Proof of Concept Stage
ii) Review by Technical Committee and Incorporating Comments
iii) Preparation of Bid Documents
iv) Review by Technical Committee and Incorporating Comments
v) Bid Process Management, Project Management and Construction Supervision
Conceptual Design and Proof of Concept Stage
1.8 The Consultant will conduct a rapid assessment of a sample of the 1397 bus shelter
locations, create a 1:1 physical prototype (proof of concept) of a bus shelter and suggest
variations in design based on context, as per Annexure 2 Performance Indicators. The design
shall indicate the modular framework, choice of materials, durability along with site related
proposals and before and after 3D rendered views in at least 15 different locations. The
consultant will also clearly illustrate how the proposed design improves upon the existing bus
shelter design. The concept design stage will culminate with construction of a 1:1 physical
prototype of a bus shelter and submission of a Design Report.

46
Review by Technical Committee and Incorporating Comments
1.9 The Technical Review Committee constituted by the Transport Department, Government
of NCT of Delhi will visit the 1:1 physical prototype and review the report within 15 days and
the consultant shall incorporate the comments within 7 days of receiving the comments

Preparation of Bid Documents


1.10 The consultant shall prepare tender documents for appointment of contractors and the
related detailed design, construction drawings, technical specifications and bill of quantities.

Bid Process Management and Supervision


1.11 The consultant shall assist DTIDCL in bid process management.

Project Management and Construction Supervision


1.12 The consultant shall prepare a work plan for the phased installation of the bus shelters
and conduct regular supervision of their design, placement and construction quality, as per
design guidelines

Project Timeline

Phase Deliverable Timeline

Date of Contract Signing Issue of Letter of Acceptance (LOA) T

I Submission of Design Report and construction of 1:1 physical T + 6weeks


prototype (proof of concept)

II Incorporate Comments and Submission of the report T+ 9 weeks

III Preparation of Bid Documents T + 11 weeks

IV Incorporate Comments and Finalization of Bid Documents T + 14weeks

V Support during Bid Process Management for selection of contractor 1 month

ThV Project Management and Construction Supervision During execution (18


months)

VI Audit & Sign-off of the Commissioning of Bus Queue Shelters Audit & Sign-off Service
(~15 days)

47
Payment Schedule
1.13 The payment terms are detailed below:-
# Deliverable Payment %

1 Approval of Design Report 15% of total contract value

2 Submission of RFQP for “Manufacturing and 20% of total contract value


Installation of Bus Queue Shelters in Delhi”, including
technical specifications, drawings required and bid
documents for selection of a Contractor

3 Project management, periodic monitoring and approval 20% of total contract value
of installation of 400 Bus Queue Shelters as per design
guidelines along with as-built drawings and report

4 Periodic monitoring and approval of installation of 400 20% of total contract value
Bus Queue Shelters as per design guidelines along with
as-built drawings and report

5 Periodic monitoring and approval of installation of 597 20% of total contract value
Bus Queue Shelters along with as-built drawings and
report

6 Audit & Sign-off of the Commissioning of Bus Queue 5% of total contract value
Shelters

1.14 The consultants shall submit soft copy and 10 hard copies of all the above reports. All
reports shall be printed back to back pages. The Reports will be placed before the Technical
Review Committee for review and approval.
1.15 The consultants should make presentations with their Key Experts for all review
meetings, discussions with various departments / agencies as and when required.
1.16 The consultant shall prepare tender documents for appointment of contractors and the
related detailed design, construction drawings, technical specifications and bill of quantities. The
consultant shall assist DTIDCL in bid process management and shall prepare a work plan for the
phased installation of the bus shelters and conduct periodic supervision of their design and
placement, as per design guidelines. The consultant shall also ensure and certify that the
contractor has installed the BQSs at 1397 places as per the approved design, specifications,
architectural and aesthetical manner

48
Section: 9

Standard Forms of Contract

Consultant’s Services

49
I. Form of Contract
TIME-BASED
This CONTRACT (hereinafter called the “Contract”) is made the [number] day of the month of
[month], [year], between, on the one hand, on-behalf of Delhi Transport Infrastructure
Development Corporation Limited, (hereinafter called the “Client”) and, on the other hand,
[name of Consultant] (hereinafter called the “Consultant”).

WHEREAS
(a) the Client has requested the Consultant to provide certain consulting services as defined
in this Contract (hereinafter called the “Services”);
(b) the Consultant, having represented to the Client that it has the required professional
skills, expertise and technical resources, has agreed to provide the Services on the terms
and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:


1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
(a) The General Conditions of Contract;
(b) The Special Conditions of Contract;
(c) Appendices:
Appendix A: Terms of Reference
Appendix B: Key Experts
Appendix C: Payment to the Consultant
Appendix D: Declaration against Blacklisting
In the event of any inconsistency between the documents, the following order of
precedence shall prevail: the Special Conditions of Contract; the General Conditions of Contract;
Appendix A; Appendix B; Appendix C and Appendix D. Any reference to this Contract shall
include, where the context permits, a reference to its Appendices.

2. The mutual rights and obligations of the Client and the Consultant shall be as set
forth in the Contract, in particular:
(a) the Consultant shall carry out the Services in accordance with the provisions of
the Contract; and

50
(b) the Client shall make payments to the Consultant in accordance with the
provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.

For and on behalf of The Chairperson, DTIDCL

[Authorized Representative of the Client – name, title and signature]

For and on behalf of [Name of Consultant]

[Authorized Representative of the Consultant – name and signature]

51
II. General Conditions of Contract
A. GENERAL PROVISIONS
1. Definitions 1.1. Unless the context otherwise requires, the following terms
whenever used in this Contract have the following meanings:
(a) “Applicable Guidelines” means the Guidelines for Selection and
Employment of Consultants under the rules of Government of
India and Government of the National Capital Territory of Delhi.
(b) “Applicable Law” means the laws and any other instruments
having the force of law in the Client’s country, or in such other
country as may be specified in the Special Conditions of Contract
(SCC), as they may be issued and in force from time to time.
(c) “Client” means the implementing agency that signs the Contract
for the Services with the Selected Consultant.
(d) “Consultant” means a legally-established professional consulting
firm or entity selected by the Client to provide the Services under
the signed Contract.
(e) “Contract” means the legally binding written agreement signed
between the Client and the Consultant and which includes all the
attached documents listed in its paragraph 1 of the Form of
Contract (the General Conditions (GCC), the Special Conditions
(SCC), and the Appendices).
(f) “Day” means a working day unless indicated otherwise.
(g) “Effective Date” means the date on which this Contract comes into
force and effect pursuant to Clause GCC 11.
(h) “Experts” means, collectively, Key Experts, Non-Key Experts, or
any other personnel of the Consultant, Sub-consultant assigned by
the Consultant to perform the Services or any part thereof under
the Contract.
(i) “Foreign Currency” means any currency other than the currency of
the Client’s country.
(j) “GCC” means these General Conditions of Contract.
(k) “Government” means the government of the Client’s country.
(l) “Key Expert(s)” means an individual professional whose skills,
qualifications, knowledge and experience are critical to the
performance of the Services under the Contract and whose
Curricula Vitae (CV) was taken into account in the technical
evaluation of the Consultant’s proposal.
(m) “Local Currency” means the currency of the Client’s country.
(n) “Non-Key Expert(s)” means an individual professional provided by
the Consultant or its Sub-consultant to perform the Services or any
part thereof under the Contract.
(o) “Party” means the Client or the Consultant, as the case may be, and
“Parties” means both of them.
(p) “SCC” means the Special Conditions of Contract by which the
GCC may be amended or supplemented but not over-written.
(q) “Services” means the work to be performed by the Consultant
pursuant to this Contract, as described in Appendix A hereto.

52
(r) “Sub-consultants” means an entity to whom/which the Consultant
subcontracts any part of the Services while remaining solely liable
for the execution of the Contract.
(s) “Third Party” means any person or entity other than the
Government, the Client, the Consultant or a Sub-consultant.
2. Relationship 2.1. Nothing contained herein shall be construed as establishing a
between the Parties relationship of master and servant or of principal and agent as between
the Client and the Consultant. The Consultant, subject to this Contract,
has complete charge of the Experts and Sub-consultants, if any,
performing the Services and shall be fully responsible for the Services
performed by them or on their behalf hereunder.
3. Law Governing 3.1. This Contract, its meaning and interpretation, and the relation
Contract between the Parties shall be governed by the Applicable Law in India.
4. Language 4.1. This Contract has been executed in the language specified in the
SCC, which shall be the binding and controlling language for all matters
relating to the meaning or interpretation of this Contract.
5. Headings 5.1. The headings shall not limit, alter or affect the meaning of this
Contract.
6. Communications 6.1. Any communication required or permitted to be given or made
pursuant to this Contract shall be in writing in the language specified in
Clause GCC 4. Any such notice, request or consent shall be deemed to
have been given or made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or
when sent to such Party at the address specified in the SCC.

6.2. A Party may change its address for notice hereunder by giving
the other Party any communication of such change to the address
specified in the SCC.
7. Location 7.1. The Services shall be performed at such locations as are specified
in Annexure-1 hereto and, where the location of a particular task is not
so specified, at such locations, whether in the Government’s country or
elsewhere, as the Client may approve.
8. Authorized 8.1. Any action required or permitted to be taken, and any document
Representatives required or permitted to be executed under this Contract by the Client or
the Consultant may be taken or executed by the officials specified in the
SCC.
9. Corrupt and 9.1 The Client requires compliance with its policy in regard to corrupt
Fraudulent Practices and fraudulent practices.
10. Commissions and 10.1.Commission or fees paid by Consultant to his agents shall not be
Fees reimbursed by the Client.

53
B. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT
11. Effectiveness of 11.1. This Contract shall come into force after 10 days of Award
Contract Letter to the Consultant by the Client.
12. Termination of 12.1. If this Contract has not become effective within such time
Contract for Failure period after the date of Contract signature as specified in the SCC,
to Become Effective either Party may, by not less than twenty two (22) days written
notice to the other Party, declare this Contract to be null and void,
and in the event of such a declaration by either Party, neither Party
shall have any claim against the other Party with respect hereto.
13. Commencement of 13.1. The Consultant shall confirm availability of Key Experts and
Services begin carrying out the Services not later than the number of days
after the Effective Date specified in the SCC.
14. Expiration of 14.1. Unless terminated earlier pursuant to Clause GCC 19 hereof,
Contract this Contract shall expire at the end of such time period after the
Effective Date as specified in the SCC.
15. Entire Agreement 15.1. This Contract contains all covenants, stipulations and
provisions agreed by the Parties. No agent or representative of either
Party has authority to make, and the Parties shall not be bound by or
be liable for, any statement, representation, promise or agreement
not set forth herein.
16. Modifications or 16.1. Any modification or variation of the terms and conditions of
Variations this Contract, including any modification or variation of the scope of
the Services, may only be made by written agreement between the
Parties. However, each Party shall give due consideration to any
proposals for modification or variation made by the other Party.
17. Force Majeure
a. Definition 17.1. For the purposes of this Contract, “Force Majeure” means an
event which is beyond the reasonable control of a Party, is not
foreseeable, is unavoidable, and makes a Party’s performance of its
obligations hereunder impossible or so impractical as reasonably to
be considered impossible under the circumstances, and subject to
those requirements, includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action
confiscation or any other action by Government agencies.

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

17.3. Force Majeure shall not include insufficiency of funds or


failure to make any payment required hereunder.

54
b. No Breach of 17.4. The failure of a Party to fulfil any of its obligations hereunder
Contract shall not be considered to be a breach of, or default under, this
Contract insofar as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event has taken
all reasonable precautions, due care and reasonable alternative
measures, all with the objective of carrying out the terms and
conditions of this Contract.

c. Measures to be 17.5. A Party affected by an event of Force Majeure shall continue


Taken to perform its obligations under the Contract as far as is reasonably
practical, and shall take all reasonable measures to minimize the
consequences of any event of Force Majeure

17.6. A Party affected by an event of Force Majeure shall notify


the other Party of such event as soon as possible, and in any case not
later than fourteen (14) calendar days following the occurrence of
such event, providing evidence of the nature and cause of such
event, and shall similarly give written notice of the restoration of
normal conditions as soon as possible.

17.7. Any period within which a Party shall, pursuant to this


Contract, complete any action or task, shall be extended for a period
equal to the time during which such Party was unable to perform
such action as a result of Force Majeure.

17.8. During the period of their inability to perform the Services as


a result of an event of Force Majeure, the Consultant, upon
instructions by the Client, shall either:
(a) demobilize, in which case the Consultant shall be
reimbursed for additional costs they reasonably and
necessarily incurred, and, if required by the Client, in
reactivating the Services; or
(b) continue with the Services to the extent reasonably
possible, in which case the Consultant shall continue to be
paid under the terms of this Contract and be reimbursed
for additional costs reasonably and necessarily incurred.
17.9. In the case of disagreement between the Parties as to the
existence or extent of Force Majeure, the matter shall be settled
according to Clauses GCC 48 & 49.

18. Suspension 18.1. The Client may, by written notice of suspension to the
Consultant, suspend all payments to the Consultant
hereunder if the Consultant fails to perform any of its
obligations under this Contract, including the carrying out of

55
the Services, provided that such notice of suspension (i) shall
specify the nature of the failure, and (ii) shall request the
Consultant to remedy such failure within a period not
exceeding thirty (30) calendar days after receipt by the
Consultant of such notice of suspension.
19. Termination 19. 1 This Contract may be terminated by either Party as per
provisions set up below:

a. By the Client 19.1.1 The Client may terminate this Contract in case of the
occurrence of any of the events specified in paragraphs (a) through
(f) of this Clause. In such an occurrence the Client shall give at least
thirty (30) calendar days’ written notice of termination to the
Consultant in case of the events referred to in (a) through (d); at least
sixty (60) calendar days’ written notice in case of the event referred
to in (e); and at least thirty (30) calendar days’ written notice in case
of the event referred to in (f):
(a) If the Consultant fails to remedy a failure in the
performance of its obligations hereunder, as specified in a
notice of suspension pursuant to Clause GCC 18;
(b) If the Consultant becomes (or, if the Consultant consists
of more than one entity, if any of its members becomes)
insolvent or bankrupt or enter into any agreements with
their creditors for relief of debt or take advantage of any
law for the benefit of debtors or go into liquidation or
receivership whether compulsory or voluntary;
(c) If the Consultant fails to comply with any final decision
reached as a result of arbitration proceedings pursuant to
Clause GCC 49.1;
(d) If, as the result of Force Majeure, the Consultant is
unable to perform a material portion of the Services for a
period of not less than sixty (60) calendar days;
(e) If the Client, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract;
(f) If the Consultant fails to confirm availability of Key
Experts as required in Clause GCC 13.
19.1.2 Furthermore, if the Client determines that the Consultant
has engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, then the Client may, after giving fourteen (14)
calendar days written notice to the Consultant, terminate the
Consultant's employment under the Contract.

56
b. By the 19.1.3 The Consultant may terminate this Contract, by not less than
Consultant thirty (30) calendar days’ written notice to the Client, in case of the
occurrence of any of the events specified in paragraphs (a) through
(d) of this Clause.
(a) If the Client fails to pay any money due to the Consultant
pursuant to this Contract and not subject to dispute
pursuant to Clauses GCC 49.1 within forty-five (45)
calendar days after receiving written notice from the
Consultant that such payment is overdue.
(b) If, as the result of Force Majeure, the Consultant is unable
to perform a material portion of the Services for a period
of not less than sixty (60) calendar days.
(c) If the Client fails to comply with any final decision
reached as a result of arbitration pursuant to Clause GCC
49.1.
(d) If the Client is in material breach of its obligations
pursuant to this Contract and has not remedied the same
within forty-five (45) days (or such longer period as the
Consultant may have subsequently approved in writing)
following the receipt by the Client of the Consultant’s
notice specifying such breach.
c. Cessation of 19.1.4 Upon termination of this Contract pursuant to Clauses GCC
Rights and 12 or GCC 19 hereof, or upon expiration of this Contract pursuant to
Obligations Clause GCC 14, all rights and obligations of the Parties hereunder
shall cease, except (i) such rights and obligations as may have
accrued on the date of termination or expiration, (ii) the obligation of
confidentiality set forth in Clause GCC 22, (iii) the Consultant’s
obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause GCC 25, and (iv) any right
which a Party may have under the Applicable Law.
d. Cessation of 19.1.5 Upon termination of this Contract by notice of either Party to
Services the other pursuant to Clauses GCC 19a or GCC 19b, the Consultant
shall, immediately upon dispatch or receipt of such notice, take all
necessary steps to bring the Services to a close in a prompt and
orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to
documents prepared by the Consultant and equipment and materials
furnished by the Client, the Consultant shall proceed as provided,
respectively, by Clauses GCC 27 or GCC 28.
e. Payment upon 19.1.6 Upon termination of this Contract, the Client shall make the
Termination following payments to the Consultant:
(a) remuneration for Services satisfactorily performed prior to the
effective date of termination, and reimbursable expenditures for

57
expenditures actually incurred prior to the effective date of
termination; and pursuant to Clause 42;
(b) in the case of termination pursuant to paragraphs (d) and (e) of
Clause GCC 19.1.1, reimbursement of any reasonable cost incidental
to the prompt and orderly termination of this Contract, including the
cost of the return travel of the Experts.

58
C. OBLIGATIONS OF THE CONSULTANT

20. General
a. Standard of 20.1 The Consultant shall perform the Services and carry out the
Performance Services with all due diligence, efficiency and economy, in
accordance with generally accepted professional standards and
practices, and shall observe sound management practices, and employ
appropriate technology and safe and effective equipment, machinery,
materials and methods. The Consultant shall always act, in respect of
any matter relating to this Contract or to the Services, as a faithful
adviser to the Client, and shall at all times support and safeguard the
Client’s legitimate interests in any dealings with the third parties.

20.2 The Consultant shall employ and provide such qualified and
experienced Experts and Sub-consultants as are required to carry out
the Services.
20.3 The Consultant may subcontract part of the Services to an
extent and with such Key Experts and Sub-consultants as may be
approved in advance by the Client. Notwithstanding such approval,
the Consultant shall retain full responsibility for the Services.
b. Law Applicable 20.4 The Consultant shall perform the Services in accordance with
to Services the Contract and the Applicable Law and shall take all practicable
steps to ensure that any of its Experts and Sub-consultants, comply
with the Applicable Law.
20.5 Throughout the execution of the Contract, the Consultant
shall comply with the import of goods and services prohibitions in
the Client’s country when
(a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country;
or
(b) by an act of compliance with a decision of the United
Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s Country
prohibits any import of goods from that country or any
payments to any country, person, or entity in that country.
20.6 The Client shall notify the Consultant in writing of relevant
local customs, and the Consultant shall, after such notification,
respect such customs.
21. Conflict of Interests 21.1 The Consultant shall hold the Client’s interests paramount,
without any consideration for future work, and strictly avoid conflict
with other assignments or their own corporate interests.
a. Consultant Not to 21.1.1 The payment of the Consultant pursuant to GCC F (Clauses
Benefit from GCC 41 through 46) shall constitute the Consultant’s only payment in
Commissions, connection with this Contract and, subject to Clause GCC 21.1.3, the
Discounts, etc. Consultant shall not accept for its own benefit any trade commission,
discount or similar payment in connection with activities pursuant to

59
this Contract or in the discharge of its obligations hereunder, and the
Consultant shall use its best efforts to ensure that any Sub-
consultants, as well as the Experts and agents of either of them,
similarly shall not receive any such additional payment.

21.1.2 Furthermore, if the Consultant, as part of the Services, has the


responsibility of advising the Client on the procurement of goods,
works or services, the Consultant shall comply with the Client’s
Applicable Guidelines, and shall at all times exercise such
responsibility in the best interest of the Client. Any discounts or
commissions obtained by the Consultant in the exercise of such
procurement responsibility shall be for the account of the Client.
b. Consultant and 21.1.3 The Consultant agrees that, during the term of this Contract
Affiliates Not to and after its termination, the Consultant and any entity affiliated
Engage in Certain with the Consultant, as well as any Sub-consultants and any entity
Activities affiliated with such Sub-consultants, shall be disqualified from
providing goods, works or non-consulting services resulting from or
directly related to the Consultant’s Services for the preparation or
implementation of the project, unless otherwise indicated in the
SCC.
c. Prohibition of 21.1.4 The Consultant shall not engage, and shall cause its Experts
Conflicting Activities as well as its Sub-consultants not to engage, either directly or
indirectly, in any business or professional activities that would
conflict with the activities assigned to them under this Contract.
d. Strict Duty to 21.1.5 The Consultant has an obligation and shall ensure that its
Disclose Conflicting Experts and Sub-consultants shall have an obligation to disclose any
Activities situation of actual or potential conflict that impacts their capacity to
serve the best interest of their Client, or that may reasonably be
perceived as having this effect. Failure to disclose said situations
may lead to the disqualification of the Consultant or the termination
of its Contract.
22. Confidentiality 22.1 Except with the prior written consent of the Client, the
Consultant and the Experts shall not at any time communicate to any
person or entity any confidential information acquired in the course
of the Services, nor shall the Consultant and the Experts make public
the recommendations formulated in the course of, or as a result of,
the Services.
23. Liability of the 23.1 Subject to additional provisions, if any, set forth in the SCC, the
Consultant Consultant’s liability under this Contract shall be as determined under
the Applicable Law.
24. Insurance to be Taken 24.1 The Consultant (i) shall take out and maintain, and shall cause
out by the Consultant any Sub-consultants to take out and maintain, at its (or the Sub-
consultants’, as the case may be) own cost but on terms and
conditions approved by the Client, insurance against the risks, and for
the coverage specified in the SCC, and (ii) at the Client’s request,
shall provide evidence to the Client showing that such insurance has

60
been taken out and maintained and that the current premiums
therefore have been paid. The Consultant shall ensure that such
insurance is in place prior to commencing the Services as stated in
Clause GCC 13.
25. Accounting, Inspection 25.1 The Consultant shall keep, and shall make all reasonable efforts
and Auditing to cause its Sub-consultants to keep, accurate and systematic
accounts and records in respect of the Services.

25.2. The Consultant shall permit and shall cause its Sub-
consultants to permit, the Client and/or persons appointed by the
Client to inspect the Site and/or all accounts and records relating to
the performance of the Contract and the submission of the Proposal
to provide the Services, and to have such accounts and records
audited by auditors appointed by the Client.
26. Reporting Obligations 26.1 The Consultant shall submit to the Client the reports and
documents specified in Appendix A, in the form, in the numbers and
within the time periods set forth in the said Appendix.
27. Proprietary Rights of 27.1 Unless otherwise indicated in the SCC, all reports and
the Client in Reports relevant data and information such as maps, diagrams, plans,
and Records databases, other documents and software, supporting records or
material compiled or prepared by the Consultant for the Client in the
course of the Services shall be confidential and become and remain
the absolute property of the Client. The Consultant shall, not later
than upon termination or expiration of this Contract, deliver all such
documents to the Client, together with a detailed inventory thereof.
The Consultant may retain a copy of such documents, data and/or
software but shall not use the same for purposes unrelated to this
Contract without prior written approval of the Client.
28. Equipment, Vehicles 28.1 Equipment, vehicles and materials shall be arranged by the
and Materials Consultant at his own expenses.

D. CONSULTANT’S EXPERTS AND SUB-CONSULTANTS

29. Description of Key


Experts 29.1 The title, agreed job description, minimum qualification and
time-input estimates to carry out the Services of each of the
Consultant’s Key Experts are described in Appendix B.

30. Replacement of Key


Experts 30.1 Except as the Client may otherwise agree in writing, no
changes shall be made in the Key Experts.
30.2 Notwithstanding the above, the substitution of Key Experts
during Contract execution may be considered only based on the
Consultant’s written request and due to circumstances outside the
reasonable control of the Consultant, including but not limited to

61
death or medical incapacity. In such case, the Consultant shall
forthwith provide as a replacement, a person of equivalent or better
qualifications and experience.
31. Approval of Additional 31.1 If during execution of the Contract, additional Key Experts are
Key Experts required to carry out the Services, the Consultant shall submit to the
Client for review and approval a copy of their Curricula Vitae
(CVs). If the Client does not object in writing (stating the reasons
for the objection) within twenty two (22) days from the date of
receipt of such CVs, such additional Key Experts shall be deemed to
have been approved by the Client.
32. Removal of Experts or 32.1 If the Client finds that any of the Experts or Sub-consultant has
Sub-consultants committed serious misconduct or has been charged with having
committed a criminal action, or shall the Client determine that
Consultant’s Expert of Sub-consultant have engaged in corrupt,
fraudulent, collusive, coercive or obstructive practice while
performing the Services, the Consultant shall, at the Client’s written
request, provide a replacement.
32.2 In the event that any of Key Experts, Non-Key Experts or
Sub-consultants is found by the Client to be incompetent or
incapable in discharging assigned duties, the Client, specifying the
grounds therefore, may request the Consultant to provide a
replacement.
32.3 Any replacement of the removed Experts or Sub-consultants
shall possess better qualifications and experience and shall be
acceptable to the Client.
33. Replacement/ Removal 33.1 Except as the Client may otherwise agree, (i) the Consultant
of Experts – Impact on shall bear all additional travel and other costs arising out of or
Payments incidental to any removal and/or replacement.
34. Working Hours, 34.1 Working hours and holidays for Experts are set forth in
Overtime, Leave, etc. Appendix B. To account for travel time to/from the Client’s country,
experts carrying out Services inside the Client’s country shall be
deemed to have commenced or finished work in respect of the
Services such number of days before their arrival in, or after their
departure from, the Client’s country as is specified in Appendix B.

34.2 The Experts shall not be entitled to be paid for overtime nor
to take paid sick leave or vacation leave except as specified in
Appendix B, and the Consultant’s remuneration shall be deemed to
cover these items.
34.3 Any taking of leave by Key Experts shall be subject to the
prior approval by the Consultant who shall ensure that absence for
leave purposes will not delay the progress and or impact adequate
supervision of the Services.

62
E. OBLIGATIONS OF THE CLIENT

35. Assistance and 35.1 Unless otherwise specified in the SCC, the Client shall use its
Exemptions best efforts to:
(a) Assist the Consultant with obtaining work permits and
such other documents as shall be necessary to enable the
Consultant to perform the Services in India or other permits to
be obtained by the Consultant from the local/central
authoroties.
(b) Assist the Consultant for obtaining, for the Experts
and, if appropriate, their eligible dependents, all necessary entry
and exit visas, residence permits, exchange permits and any
other documents required for their stay in the Client’s country
while carrying out the Services under the Contract.
(c) Provide to the Consultant any such other assistance as
deemed fit by the Client.
36. Access to Project Site 36.1 The Client warrants that the Consultant shall have, free of
charge, unimpeded access to the project site in respect of which
access is required for the performance of the Services.
37. Change in the 37.1 If, after the date of this Contract, there is any change in the
Applicable Law applicable law in the Client’s country with respect to taxes the same
Related to Taxes and shall be taken into account for payment/reimbursement to the
Duties Consultant.
38. Services, Facilities and 38.1 The Client shall make available to the Consultant and the
Property of the Client Experts, for the purposes of the Services and free of any charge, the
services, facilities and property described in the Terms of Reference
39. Counterpart Personnel 39.1 The Client shall make available to the Consultant free of charge
such professional and support counterpart personnel, to be nominated
by the Client with the Consultant’s advice, if specified.
40. Payment Obligation 40.1 In consideration of the Services performed by the Consultant
under this Contract, the Client shall make such payments to the
Consultant and in such manner as is provided by GCC F below.

F. PAYMENTS TO THE CONSULTANT

41. Ceiling Amount 41.1 The cost of the services shall be made only up-to awarded
rates as per Payment Schedule and applicable taxes.

42. Payment to the 42.1 Payment to the Consultant shall be made by the Client as per
Consultant Payment Schedule

63
43. Taxes and Duties 43.1 The rates shall be quoted by the Consultant without taxes. The
all applicable taxes shall be paid directly/reimburse to the Consultant
by the Client.
44. Currency of Payment 44.1 Any payment under this Contract shall be made in the currency
(ies) specified in the SCC.

45. Mode of Billing and 45.1 Billings and payments in respect of the Services shall be made
Payment as follows:
(a) As per Payment Schedule on receipt of bills and
satisfactory services by the consultant

46. Interest on Delayed 46.1 If the Client had delayed payments beyond fifteen (15) days
Payments after the due date, interest shall be paid to the Consultant on any
amount due by, not paid on, such due date for each day of delay at
the annual rate stated in the SCC.

G. FAIRNESS AND GOOD FAITH

47. Good Faith


47.1 The Parties undertake to act in good faith with respect to
each other’s rights under this Contract and to adopt all reasonable
measures to ensure the realization of the objectives of this Contract.

H. SETTLEMENT OF DISPUTES

48. Amicable Settlement


48.1 The Parties shall seek to resolve any dispute amicably by
mutual consultation.
48.2 If either Party objects to any action or inaction of the other
Party, the objecting Party may file a written Notice of Dispute to the
other Party providing in detail the basis of the dispute. The Party
receiving the Notice of Dispute will consider it and respond in
writing within fourteen (14) days after receipt. If that Party fails to
respond within fourteen (14) days, or the dispute cannot be amicably
settled within fourteen (14) days following the response of that Party,
Clause GCC 49.1 shall apply.

49. Dispute Resolution 49.1 Any dispute between the Parties arising under or related to this
Contract that cannot be settled amicably may be referred to by either
Party to the adjudication/arbitration in accordance with the
provisions specified in the SCC.

64
65
Special Conditions of Contract
[Notes in brackets are for guidance purposes only and should be deleted in the final text of the
signed contract]

Number of GC Amendments of, and Supplements to, Clauses in the General


Clause Conditions of Contract

1.1(b) and 3.1 The Contract shall be construed in accordance with the law of
India.

4.1 The language is: English

6.1 and 6.2 The addresses are:


Client : _________________________________________________

Attention :
Facsimile :
E-mail (where permitted):

Consultant :

Attention :
Facsimile :
E-mail (where permitted) :

8.1 [Note: If the Consultant consists only of one entity, state “N/A”;

OR
The Name of consultant is
___________________________________ [insert name of the
member]

9.1
The Client requires compliance with its policy in regard to corrupt and
fraudulent practices.

66
11.1 This Contract shall come into force after 10 days of Award Letter to
the Consultant by the Client.

12.1 Termination of Contract for Failure to Become Effective:

The time period shall be 30 days

13.1 Commencement of Services: The commencement of the services


shall start after the 10th day of issue of Award Letter.

14.1 Expiration of Contract:

The time period shall be – As per RFQP Document

21 b. The Client reserves the right to determine on a case-by-case basis


whether the Consultant should be disqualified from providing
goods, works or non-consulting services due to a conflict of a
nature described in Clause GCC 21.1.3
Yes

23.1 “Limitation of the Consultant’s Liability towards the Client:


(a) Except in the case of gross negligence or willful
misconduct on the part of the Consultant or on the part of
any person or a firm acting on behalf of the Consultant in
carrying out the Services, the Consultant, with respect to
damage caused by the Consultant to the Client’s property,
shall not be liable to the Client:
(i) for any indirect or consequential loss or damage; and
(ii) for any direct loss or damage that exceeds one times
the total value of the Contract;
(b) This limitation of liability shall not
(i) affect the Consultant’s liability, if any, for damage to Third
Parties caused by the Consultant or any person or firm acting
on behalf of the Consultant in carrying out the Services;
(ii) be construed as providing the Consultant with any
limitation or exclusion from liability which is prohibited by
the applicable law in the Client’s country.

24.1 The insurance coverage against the risks shall be as follows:


[Note: Delete what is not applicable except (a)].
(a) Professional liability insurance, with a minimum coverage
of total ceiling amount of the Contract
(b) Third Party motor vehicle liability insurance in respect

67
of motor vehicles operated in the Client’s country by the Consultant or
its Experts or Sub-consultants, with a minimum coverage of in
accordance with the applicable law in the Client’s country.
(c) Third Party liability insurance, with a minimum coverage of in
accordance with the applicable law in the Client’s country;
(d) employer’s liability and workers’ compensation insurance in
respect of the experts and Sub-consultants in accordance with the
relevant provisions of the applicable law in the Client’s country, as
well as, with respect to such Experts, any such life, health, accident,
travel or other insurance as may be appropriate; and
(e) insurance against loss of or damage to (i) equipment purchased
in whole or in part with funds provided under this Contract, (ii) the
Consultant’s property used in the performance of the Services, and (iii)
any documents prepared by the Consultant in the performance of the
Services.

41.1 Any indirect local taxes chargeable in respect of this Contract for
the Services (on awarded rates) provided by the Consultant shall
reimbursed by the Client to the Consultant.

44.1 The currency of payment shall be the following: Indian Rupees

45.1(a) As per Payment Schedule on receipt of bills and satisfactory services


by the consultant

46.1 The interest rate is: Savings Bank Rate followed by the State Bank of
India.

49. Disputes shall be settled by arbitration in accordance with the


following provisions:
a) Except as otherwise provided elsewhere in the Contract, if any
dispute, difference, question or disagreement arises between
the parties hereto or their respective representatives or
assignees, at any time in connection with construction,
meaning, operation, effect, interpretation or breach thereof, the
same shall be decided by a Sole Arbitrator to be appointed by
the Tender Inviting Authority.
b) If the Arbitrator so appointed dies, resigns, incapacitated or
withdraws for any reason from the proceedings, another
Arbitrator shall be appointed by the Tender Inviting Authority.

68
The Arbitrator so appointed shall proceed with the reference
from the stage where his predecessor had left if both parties
consent for the same; otherwise, he shall proceed de novo.

c) It is a term of the contract that the party invoking arbitration


shall specify all disputes to be referred to arbitration at the
time of invocation of arbitration and not thereafter.

d) It is also a term of the contract that neither party to the contract


shall be entitled to seek interest and the arbitrator should not
grant interest.

e) The Arbitral Tribunal shall give reasoned award and the same
shall be final, conclusive and binding on the parties.

f) The venue of the arbitration shall be the client’s city and


language English.

g) The fees of the arbitrator and expenses incidental to the


arbitration proceedings shall be borne equally by the parties.

h) Subject to as aforesaid, the provisions of the Arbitration and


Conciliation Act 1996 and any statutory modifications or re-
enactment in lieu thereof shall apply to the arbitration
proceedings under this clause.

i) Subject to the above, the Courts in client’s city alone shall


have jurisdiction in this matter.

69
APPENDIX A – TERMS OF REFERENCE
[This Appendix shall include the final Terms of Reference (TORs) worked out by the Client and
the Consultant during the negotiations; dates for completion of various tasks; location of
performance for different tasks; detailed reporting requirements; Client’s input, including
counterpart personnel assigned by the Client to work on the Consultant’s team; specific tasks that
require prior approval by the Client.
Insert the text based on the Section 8 (Terms of Reference) of the ITC in the RFQP and modified
in the Consultant’s Proposal. Highlight the changes to Section 8 of the RFQP.
If the Services consist of or include the supervision of civil works, the following action that
require prior approval of the Client shall be added to the “Reporting Requirements” section of
the TORs: Taking any action under a civil works contract designating the Consultant as
“Engineer”, for which action, pursuant to such civil works contract, the written approval of the
Client as “Employer” is required.]
APPENDIX B - KEY EXPERTS
Based on the Consultant’s Technical Proposal and finalized at the Contract’s negotiations.
Attach the CVs (updated and signed by the respective Key Experts) demonstrating the
qualifications of Key Experts.]
[Specify Hours of Work for Key Experts: List here the hours of work for Key Experts; travel
time to/ from the Client’s country; entitlement, if any, to leave pay; public holidays in the
Client’s country that may affect Consultant’s work; etc. In particular: one month equals the
average number of working days of the Client employees. One working (billable) day shall be
not less than eight (8) working (billable) hours. ]

APPENDIX C – PAYMENT TO THE CONSULTANT


Payment to the Consultant shall be made by the Client as per Payment Schedule.

70
APPENDIX D - DECLARATION AGAINST BLACKLISTING
(To be submitted on the Letterhead of the responding agency)
{Place}
{Date}

To:

Chairperson
DTIDCL

Ref : Appointment of a Technical Consultant for Design of Bus Queue Shelter through
a Design Competition
Dear Sir,
We confirm that our company or any employee of our company, ____________, is not
blacklisted in any manner whatsoever by any of the State and/or central Government in India on
any ground including but not limited to indulgence in corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice.
Place:
Date:
Bidder’s Company Seal:
Authorized Signatory’s Signature:
Authorized Signatory’s Name and Designation:

71
Section: 10
ANNEXURES

72
Annexure 1:
LOCATIONS OF PROPOSED BUS QUEUE SHELTERS FOR CONSTRUCTION

List of 1397 Stainless Steel BQSs


While Proceeding
S. No. Name of BQS
Towards (WPT)
1. Old Rajinder Nagar Shankar Road
2. Gurudwara Road Karol Bagh
3. Arya Samaj Road Jhandewalan
4. Videcon Tower Panchkuian Road
5. Pahar Ganj Dispensary Anand Parvat
6. Faiz Road Ajmeri Gate
7. Faiz Road Anand Parvat
8. Dev Nagar, Khalsa College Ajmeri Gate
9. Anand Parvat (T) Anand Parvat
10. Anand Parvat (T) Anand Parvat
11. Dev Nagar Karol Bagh
12. East Park Road G G Singh Marg
13. Filmistan Rani Jhansi Road
14. Filmistan Azad Market
15. Radha Swami Satsang Pusa Road
16. Radha Swami Satsang Karol Bagh
17. Parshad Nagar Karol Bagh
18. Anand Parbat Anand Parvat
19. Anand Parbat Z. Mandir
20. Govt. Quarter A. Parbat
21. Govt. Quarter Z. Mandir

73
22. Chitra Gupta Road Pahar Ganj
23. Chitra Gupta Road Panch Kuian Road
24. Hari Nagar Depot Clock Tower
25. Hari Nagar Depot HND
26. Hari Nagar D.A. Block HND
27. Hari Nagar D.A. Block Clock Tower
28. Hari Nagar Clock Tower HND
29. Hari Nagar Clock Tower Maya Puri
30. D.D.U. Hospital HND
31. D.D.U. Hospital Maya Puri
32. Beri Wala Bagh HND
33. Beri Wala Bagh HND
34. Beri Wala Bagh Maya Puri
35. Swarg Ashram HND
36. Swarg Ashram Maya Puri
37. LIG Flat Maya Puri Maya Puri
38. LIG Flat Maya Puri HND
39. LIG Flat Maya Puri Maya Puri
40. Janta Colony MCD School Raghubir Nagar
41. Janta Colony MCD School Raja Garden
42. Shivaji Enclave Raja Garden
43. Vishal Cinema Shivaji Enclave
44. Palam Rly. Xing Shivaji Enclave
45. Palam Rly. Xing Palam Air Port
46. Mangla Pur Vill. Palam Air Port
47. Mangla Pur (T) Dwarka
48. Mangla Pur (T) Dwarka

74
49. Mangla Pur (T) Dwarka
50. Mangla Pur (T) Dwarka
51. Mangla Puri Dwarka
52. Health Centre Dwarka
53. Health Centre Mangla Puri
54. Dwarka Xing Kakrola Xing
55. Matialya Xing Dwarka Xing
56. Matialya Xing Kakrola
57. D.P.S. Matialya Kakrola
58. D.P.S. Matialya Dwarka Xing
59. Sec-3/4 Dwarka Dwarka Xing
60. Sec-3/4 Dwarka Kakrola
61. Sec-13/3 Dwarka Kakrola
62. Sec-13/3 Dwarka Dwarka Xing
63. Sec-13,M.R.V. School Dwarka Xing
64. Sec-13,M.R.V. School Kakrola
65. Sec-13 Dwarka Kakrola
66. Sec-13 Dwarka Dwarka Xing
67. Sulah Kul Mandir (NSIT) Dwarka Xing
68. Sulah Kul Mandir (NSIT) Kakrola
69. Suraj Vihar Kakrola
70. Suraj Vihar Dwarka
71. Kakrola Xing Dwarka
72. Kakrola Xing Najaf Garh Road
73. Sec-13, Pkt-I, Ph-II Sec-17, Dwarka
74. Sec-14, MIG Flat Dwarka Xing
75. Badic Sampat Bhawan Dwarka Xing

75
76. Badic Sampat Bhawan Sec-17, Dwarka
77. Sec-19, Pkt-3 Dwarka Sec-2, Dwarka
78. Royal Residency Palam
79. Royal Residency Shahbad
80. National Malviya Research Centre Shahbad
81. National Malviya Research Centre Palam
82. Dada Dev Mandir Palam
83. Dada Dev Mandir Shahbad
84. Police Station Dwarka Palam
85. Sec-8, Bagdola Village Palam
86. Bagdola Village Palam
87. Bagdola Village Shahbad
88. SPG-Sec-8 Shahbad
89. SPG-Sec-8 Palam
90. Pochan Pur Dabri Xing
91. DDA Booster Pump Dabri Xing
92. DDA Booster Pump Pochan Pur
93. Sec-19&20 Xing Dwarka Pochan Pur
94. Sec-19&20 Xing Dwarka Dabri Xing
95. Mahalaxmi Apptt. Dabri Xing
96. SFS Flat, Sec-2 Power House Dabri Xing
97. SFS Flat, Sec-2 Power House Pochan Pur
98. Mahavir Enclave-II Pochan Pur
99. Mahavir Enclave-II Dabri Xing
100. Mahavir Enclave-I, II & III Dabri Xing
101. Mahavir Enclave-I, II & III Pochan Pur
102. Vijay Enclave Pochan Pur

76
103. Vijay Enclave Dabri Xing
104. Dwarka Puri / Dashrath Puri Dabri Xing
105. Dwarka Puri Pochan Pur
106. New Dwarka Puri (Sita Puri) Pochan Pur
107. New Dwarka Puri (Sita Puri) Dabri Xing
108. Sita Ram Extn. Dabri Xing
109. Rama Park Najaf Garh
110. Rama Park, M.P. 758 Uttam Nagar
111. Mohan Garden MP-743 Uttam Nagar
112. Mohan Garden MP-743 Najaf Garh
113. Nawada Metro Najaf Garh
114. Nawada Metro Uttam Nagar
115. Om Vihar Uttam Nagar
116. Om Vihar Najaf Garh
117. Uttam Nagar West (Metro Stn.) Najaf Garh
118. Uttam Nagar West (Metro Stn.) Uttam Nagar
119. Uttam Nagar East (Metro Stn.) Uttam Nagar
120. Uttam Nagar East (Metro Stn.) Najaf Garh
121. Uttam Nagar (T) Najaf Garh
122. Uttam Nagar (T)
123. Uttam Nagar (T)
124. Syndicate Bank Paschim Vihar
125. Syndicate Bank Pratap Bagh
126. Punjabi Bagh Extn. Pratap Bagh
127. Punjabi Bagh Extn. Paschim Vihar
128. Punjabi Bagh Extn. Pratap Bagh
129. Punjabi Bagh Extn. Paschim Vihar

77
130. Paschim Puri (Mother Dairy) Paschim Vihar
131. Paschim Puri (Mother Dairy) Pratap Bagh
132. Rd. No.29/30 Xing Pratap Bagh
133. Rd. No.29/30 Xing Pera Garhi
134. Paschim Vihar Ph-II Pratap Bagh
135. Paschim Vihar Ph-II Pera Garhi
136. Paschim Vihar A-III Pratap Bagh
137. Paschim Vihar A-III P. Garhi
138. Water Tank P. Garhi
139. Water Tank P. Bagh
140. Pera Garhi Xing P. Bagh
141. Pera Garhi Xing P. Garhi
142. Pera Garhi District Centre
143. Pera Garhi Depot Peera Garhi
144. Janakpuri D Block Uttam Nagar
145. Check Post Janakpuri Tilak Nagar
146. Hari Nagar G Block Tilak Nagar
147. Karampura Terminal Inside Terminal
148. Karampura Terminal Inside Terminal
149. New Moti Nagar B Block Ring Road
150. C-Block Vikaspuri Vikas Puri
151. M-Block Vikaspuri Vikas Puri
152. Guru Hari Kishan Nagar NL
153. Bhera Enclave / GH-14 P. Vihar PG
154. Bhera Enclave / GH-14 P. Vihar NL
155. Meera Bagh NL
156. Meera Bagh PG

78
157. Ambika Vihar / Meera Bagh NL
158. Sangam Apptt. PG
159. M-Block Xing PG
160. M-Block Xing NL
161. GH-12, Paschim Vihar NL
162. GH-12, Paschim Vihar PG
163. Nihal Vihar PG
164. Nihal Vihar NL
165. Syed Nangloi PG
166. Kakrola Xing N.G.
167. Nangli Dairy N.G.
168. Nangli Dairy K. Xing
169. Arjun Park (State Bank) K. Xing
170. Arjun Park (State Bank) N.G.
171. Kant Darshan Darbar N.G.
172. Kant Darshan Darbar K. Xing
173. Nangli Sakrawali K. Xing
174. Nangli Sakrawali N.G.
175. Sai Baba Mandir N.G.
176. Sai Baba Mandir K. Xing
177. Sai Baba Mandir K. Xing
178. Power House K. Xing
179. Power House K. Xing
180. Najafgarh (T) K. Xing
181. Najafgarh (T) N.G.
182. Najafgarh (T) N.G.
183. Najafgarh Dhansa Stand) Dhansa

79
184. Najafgarh (Dhansa Stand) N.G.
185. Khera Xing N.G
186. Khera Xing Dhansa
187. Prem Nursery N.G.
188. Prem Nursery Dhansa
189. Nanak Piau Dhansa
190. Nanak Piau N.G.
191. Indira Service Station N.G.
192. Indira Service Station Dhansa
193. Mitrau Village Dhansa
194. Mitrau Village N.G.
195. Mitrau School N.G.
196. Mitrau School Dhansa
197. Surhera Xing Dhansa
198. Surhera Xing N.G.
199. Rawata Xing N.G.
200. Rawata Xing Dhansa
201. Mata Dhan Kaur Public School Dhansa
202. Mata Dhan Kaur Public School N.G.
203. Mundela Xing N.G.
204. Mundela Xing Dhansa
205. Bakkar Wala JJ Colony Nangloi
206. Bakkar Garh Xing Dhansa
207. Bakkar Garh Xing N.G.
208. Kaji Pur N.G.
209. Kaji Pur Dhansa
210. Issa Pur Xing Dhansa

80
211. Issa Pur Xing N.G.
212. Fire Station (Dhansa) N.G.
213. Fire Station (Dhansa) Dhansa
214. Dhansa Vill. Dhansa
215. Dhansa Vill. N.G.
216. Sarvodaya Kanya Vidyalya Dhansa
217. Sarvodaya Kanya Vidyalya Dhansa Najafgarh
218. Dhansa Border N.G.
219. Dhansa Border Dhansa
220. Najafgrh (Jharoda Bus Stand) Jharoda
221. Anaj Mandi B.G.
222. Anaj Mandi N.G.
223. Baba Hari Das Nagar N.G.
224. Baba Hari Das Nagar B.G.
225. Kali Piau B.G.
226. Kali Piau N.G.
227. Bangali Colony / Saraswati Kunj N.G.
228. Bangali Colony / Saraswati Kunj B.G.
229. Sainik Enclave / RPF B.G.
230. Sainik Enclave / RPF N.G.
231. CRPF Camp N.G.
232. CRPF Camp B.G.
233. PTS Jharoda Kalan B.G.
234. PTS Jharoda Kalan N.G.
235. Jharoda School/Engg. College N.G.
236. Jharoda School/Engg. College B.G.
237. Bahadur Garh Border B.G.

81
238. Bahadur Garh Border N.G.
239. Nangoli N.G.
240. Nangoli NLD
241. Kamruddin Nagar NLD
242. Kamruddin Nagar N.G.
243. Ram Nagar Colony N.G.
244. Ram Nagar Colony NLD
245. Shiv Ram Park NLD
246. Shiv Ram Park N.G.
247. Nilothi Xing N.G.
248. Nilothi Xing NLD
249. Richal Garden NLD
250. Richal Garden N.G.
251. Ranhole Vill. N.G.
252. Ranhole Vill. NLD
253. Braham puri Colony NLD
254. Braham puri Colony N.G.
255. Tilang Pur Kotla NLD
256. Tilang Pur Kotla NLD
257. Satyam Vihar/ Kotla Vihar Ph-II N.G.
258. Satyam Vihar/ Kotla Vihar Ph-II NLD
259. Bakar Wala Xing NLD
260. Bakar Wala Xing N.G.
261. Bakar Wala Xing Bakar Wala
262. Karuna Sindhu Dharmarth Hospital Sanoth more school
263. Karuna Sindhu Dharmarth Hospital Vayu sena STN Ghoga
264. Bakar Wala Vill. Nangloi

82
265. Chanchal Park Najafgarh
266. Chanchal Park Nangloi
267. Shani Dev Mandir
268. Shani Dev Mandir
269. Bakar Wala, JJ Colony (Lok Nayak Puram) Nangloi
270. Pkt-B2, DDA Bakarwala
271. Primary School Baprola NLD
272. Primary School Baprola N.G.
273. Baprola Vill. N.G.
274. Baprola Vill. ND
275. Baprola School ND
276. Baprola School N.G.
277. Air Force Camp N.G.
278. Air Force Camp NLD
279. Jai Vihar NLD
280. Jai Vihar N.G.
281. DK. Depot N.G.
282. DK. Depot NLD
283. Nirmal Vihar NLD
284. Nirmal Vihar N.G.
285. Udasheen Ashram N.G.
286. Udasheen Ashram NLD
287. Najaf Garh Dhansa Xing NLD
288. Surakh Pur Vill. N.G.
289. Kair Vill. N.G.
290. Kair Vill. (College) N.G.
291. Rawta Xing Rawta Vill.

83
292. Rao Tula Ram Hospital Rawta Vill.
293. Rao Tula Ram Hospital Rawta Xing
294. Samesh Pur Khalsa Rawta Xing
295. Samesh Pur Khalsa Rawta Vill.
296. Ujjewa School Rawta Vill.
297. Ujjewa School Rawta Xing
298. Ujjewa Vill. I Rawta Xing
299. Ujjewa Vill. I Rawta Vill.
300. Ujjewa Vill. II Rawta Vill.
301. Ujjewa Vill. II Rawta Xing
302. Malik Pur Xing Rawta Xing
303. Malik Pur Xing Rawta Vill.
304. Malik Pur Vill. Rawta Xing
305. Jhulijhilli Xing Rawta Xing
306. Jhulijhilli Xing Rawta Vill.
307. Sarang Pur Vill. Rawta Xing
308. Rawta Vill. Galib Pur Xing Rawta Xing
309. Galib Pur Vill. Rawta Xing
310. Daurala Border Rawta Xing
311. Daurala Border Rawta Xing
312. Jhuljhulli Xing Rawta Vill.
313. Jhuljhulli Xing Rawta Xing
314. Jhuljhulli (Ghumen Hera Xing) Rawta Rawta Vill.
315. Ghumen Hera Depot R-Xing
316. Ghumen Hera Depot N.G.
317. Ghumen Hera Vill. N.G.
318. Ghumen Hera Vill. G. hera

84
319. Ghumen Hera (Gurgaon Xing) Ghumen Hera Depot
320. Ghumen Hera (Gurgaon Xing) N.G.
321. Ghumen Hera Temple N.G.
322. Ghumen Hera Temple G. Depot
323. Hasan Pur Xing G. Depot
324. Hasan Pur Xing N.G.
325. Khar Khari Bondh N.G.
326. Khar Khari Bondh G. Depot
327. Pandawle Xing (Hans Ngr) G. Depot
328. Pandawle Xing (Hans Ngr) Najaf Garh
329. Kharkari Jat Mal N.G.
330. Kharkari Jat Mal G. Depot
331. Kharkari Jat Mal G. Depot
332. Kharkari Jat Mal N.G.
333. Kharkari Nahar N.G.
334. Khera Vill. N.G.
335. Khera Vill. G. Depot
336. Khera Vill. School N.G.
337. Khera Vill. School G. Depot
338. Arya Niwas G. Depot
339. Arya Niwas N.G.
340. Khera Xing G. Depot
341. Primary Health Centre K.S.
342. Primary Health Centre K.S.
343. Najaf Garh Chawla Stand K.S.
344. New Roshan Pura K.S.
345. BDO Office K.S.

85
346. Deen Pur K.S.
347. Deen Pur N.G.
348. Goyala Xing N.G.
349. Goyala Xing K.S.
350. Santi Gyan School N.G.
351. Goyala Vihar N.G.
352. Goyala Diary N.G.
353. Tajpur Vill. N.G.
354. Chawala School K.S.
355. Chawala School N.G.
356. Rewla Xing N.G.
357. Rewla Xing K.S.
Jhatikra Xing to Nanak
358. Jhatikra Xing Heri Border
Jhatikra Xing to Nanak
359. Jhatikra Xing Heri Border
Jhatikra Xing to Nanak
360. Jhatikra Xing Heri Border
361. Rawla Vill. N.G.
362. Rawla Vill. Xing Jhatikra
363. Prem Nagar Jhatikra
364. Prem Nagar N.G.
365. Arya Dham Society N.G.
366. Arya Dham Society Jhatikra
367. Pandrola Xing N. Heri
368. Pandrola Xing Jhatikra
369. Panwala Khurd N.G.
370. Panwala Khurd Vill N.G.
371. Daulat Pur Xing N.G.

86
372. Daulat Pur Xing N.G.
373. Daulat Pur School Jhatikra
374. Daulat Pur Vill. Daulat Pur Vill
375. Shikar Pur Vill. N.G.
376. Jhatikra Vill. N.G.
377. Kangan Heri Vill. N.G.
378. Badhu Sarai Vill. Nanak Heri
379. Nanak Hari Vill. N.G.
380. Nanak Heri Border N.G.
381. Chawla Vill. K.S.
382. Chawla Vill. (Dispensary) N.G.
383. Shomesh Vihar / Chawala Extn. N.G.
384. Shomesh Vihar / Chawala Extn. K.S.
385. BSF Chawla K.S.
386. BSF Chawla N.G.
387. ITBP Chawla / BSF Chawla N.G.
388. BSF Chawala Camp K.S.
389. Chawala Chungi K.S.
390. Chawala Chungi N.G.
391. Bamnoli Power Station N.G.
392. Bamnoli Power Station K.S.
393. Bamnoli K.S.
394. Bamnoli N.G.
395. Haryana Potteries N.G.
396. Haryana Potteries K.S.
397. Bijwashan (Golak Dham) K.S.
398. Bijwashan (Golak Dham) N.G.

87
399. Kapashera Vill. (Oberai Form) N.G.
400. Kapashera Vill. (Oberai Form) K.S. Xing
401. Kapashera Xing K.S. Xing
402. Peera Garhi T. Border
403. Peera Garhi P. Garhi
404. Udyog Nagar T. Border
405. Udyog Nagar P. Bagh
406. Inder Enclave T. Border
407. Inder Enclave P. Bagh
408. Inder Enclave P. Bagh
409. Jawala Puri T. Border
410. Jawala Puri P. Garhi
411. Nangloi Depot P. Bagh
412. Nangloi J.J. Colony T. Border
413. Nangloi J.J. Colony P. Bagh
414. Sultan Puri Xing P. Bagh
415. Nangloi P. Bagh
416. Nangloi T. Border
417. Lokesh Cinema P. Bagh
418. Lokesh Cinema T. Border
419. Karmuddin Nagar T. Border
420. Karmuddin Nagar P. Garhi
421. Rajdhani Park P. Bagh
422. Rajdhani Park T. Border
423. Swarn Park T. Border
424. Swarn Park P. Bagh
425. Mundka Xing T. Border

88
426. Mundka Xing P. Bagh
427. Mundka Village T. Border
428. Mundka Village P. Bagh
429. Mundka School T. Border
430. Mundka School P. Bagh
431. Mundka (Main Rohtak Rd.) Punjabi Bagh
432. Mundka (Main Rohtak Rd.) T. Border
433. Shiv Shankar Dharm Kanta T. Border
434. Shiv Shankar Dharm Kanta Punjabi Bagh
435. Milk Shiv Factory Tikri
436. Milk Shiv Factory P. Bagh
437. Hiran Kudna Xing T. Border
438. Hiran Kudna Xing P. Bagh
439. Ghewra Xing T. Border
440. Ghewra Xing P. Bagh
441. Azad Hind Gram T.B.
442. Azad Hind Gram P.B.
443. Tikri Hospital P.B.
444. Tikri Hospital T.B.
445. Tikri Vill. T.B.
446. Tikri Vill. P.B.
447. Tikri Border B. Garh
448. Tikri Border P.B.
449. Raghu Nagar Dabri X-ing
Near ESI Dispensary & Local Office - Community
450. Centre BE Block Hari Nagar Maya Puri Depot
451. PRATAP NAGAR OPP HARI NAGAR DEPOT Lajwanti Garden

89
Dharam Kanta, Rawata More, Jaffarpur, New Delhi
452. (Jaffarpur Hosp.) Najafgarh
Const. of BQS Bus Stop between Mamta Public
453. School & Hindon Apartment Dallu Pura
inside Raja Garden
Terminal Checking Office
454. raja garden terminal (West)
455. A-4 Block Paschim Vihar Road No. 29/30 Crossing
Reqiurement of additional BQS at Dwarka fly over Mahavir Enclave near
456. bus stop palam railway crossing Dwarka Sector-1
Rohtak Road in side Madi
457. SABZI MANDI, MADIPUR Pur J.J. Colony
MANGOL PURI RLY STATION Mangol Puri Q-
458. Blk. Peera Garhi
459. Mubarak Pur Vill. Rani Khera
460. Mubarak Pur Vill. Harizon Mubarka Pur
461. Budh Pur Village Jain Mandir
462. Budh Pur Village Ali Pur
463. Najaf Garh Nangloi Stand Nangloi
464. Najaf Garh Nangloi Stand Najaf Garh
465. Durga Chowk Bhalswa JJ Cluster
466. Durga Chowk Outer Ring Road
467. Dabri X-ing Mangla Puri
468. Check Post Janak Puri D-Block Janak Puri
Dwarka Sec-22 Space
469. Classic Apptt. (Dwarka Sec-22) ISBT
470. Classic Apptt. (Dwarka Sec-22) Marwal Mkt
471. Dwarka Sec-22 SPG Palam
472. Dwarka Sec-22 SPG Shah. Mohd. Pur
473. Dwarka Sec-22,23 Dhool Siras
474. Dwarka Sec-22,23 Sec-9 Dwarka

90
475. Dwarka Sec-20,21 X-ing Mahilpal Pur
476. Dwarka Sec-20,21 X-ing Shah. Mohd. Pur
477. Khayala Colony Xing Khayala
478. Khayala JJ Colony Khayala
479. Maya Enclave Zank Market
480. Maya Enclave Vikaspuri H-3
481. Ramesh Nagar Moti Nagar
482. Janak Puri C2B D-Block Janak Puri
483. Janak Puri C2B Moti Nagar
484. Shivaji College Vishnu Garden
485. Shivaji College Raja Garden
486. Jawalaheri Market Sayyed Nangloi
487. Jawalaheri Market Moti Nagar
488. Kirti Nagar Zakhira
489. Kirti Nagar Zakhira
490. Zakhira Flyover Dayabasti Flyover
491. Zakhira Flyover Rampura Nala
492. Tagore Garden Tilak Nagar
493. Tagore Garden Moti Nagar
494. Rajouri garden Moti Nagar
495. Rajouri Garden/Raja Garden Azadpur
496. Rajouri Garden/Raja Garden Dhaula Kuan
497. Rajouri Garden Xing Rajouri Garden
498. Rajouri Garden Xing Karampura
499. Rajouri Garden J- Block Rajouri Garden
500. Rajouri Garden J- Block Karampura
501. Rajouri Garden X-1 Karampura

91
502. Rajouri Garden X-2 Karampura
503. Bali Nagar Tilak Nagar
504. Bali Nagar Moti Nagar
505. Andh Vidhylaya B-3 Raghubir Nagar) Raja Garden
506. Baba Ram Dev Mandir(Raghubir Ngr.) Raghubir Ngr.
507. Baba Ram Dev Mandir(Raghubir Ngr.) Tagore Garden
508. Raghubir Ngr. F Blk. Vishnu Garden
509. Raghubir Ngr. F Blk. Raja Garden
510. Raghubir Ngr. F Blk. Vishnu Garden
511. Raghubir Ngr. F Blk. Raja Garden
512. Raghubir Ngr. F Blk. Vishnu Garden
513. Raghubir Ngr. F Blk. Raja Garden
514. Raghubir Ngr. F Blk. Vishnu Garden
515. Raghubir Ngr.Baba Ram Dev Mandir Vishnu Garden
516. Andh Maha Vidhayala B-3 Raghubir Ngr. Raja Garden
517. Raghubir Ngr. N Blk-1 Raja Garden
518. Raghubir Ngr. N Blk-2 Raja Garden
519. Raghubir Ngr. M. Blk Raja Garden
520. Raja Garden Moti Nagar
521. Railway Reservation Office Kirti Nagar Mayapuri Depot
522. Railway Reservation Office Kirti Nagar Zakhira
523. F- Block kirti Nagar Zakhira
524. F- Block kirti Nagar Mayapuri Depot
525. Janak Puri C-4H D-Block Janak Puri
526. Janak Puri C-4H Moti Nagar
527. Multan Nagar Pujabi Bagh
528. Multan Nagar Tikri Border

92
529. MRV School Dwarka Sec-13 Nehru Place
530. MRV School Dwarka Sec-13 Najafgarh
531. C-4 Janak Puri C-1 Janak Puri
532. Gulabi Bagh Ashok Vihar
533. Gulabi Bagh Karol Bagh
534. Shastri Nagar Ashok Vihar
535. Shastri Nagar (A-Block) Karol Bagh
536. Gulabi Bagh Xing Ashok Vihar
537. Gulabi Bagh Xing Karol Bagh
538. Chowki No.2 (Lila Wati Vidya Mandir_ Karol Bagh
539. Chowki No.2 (Lila Wati Vidya Mandir_ Ashok Vihar
540. Chowki No.2 Ashok Vihar
541. Chowki No.2 Gulabi Bagh
542. Shri Nagar Colony Gulabi Bagh
543. Bharat Nagar More Ashok Vihar
544. Laxmi Bai College Gulabi Bagh
545. Laxmi Bai College Ashok Vihar
546. Water Tank Ashok Vihar Gulabi Bagh
547. Water Tank Ashok Vihar Keshav Puram
548. 1-A Block Ashok Vihar Ashok Vihar
549. AI- Block Ashok Vihar Ashok Vihar
550. I-A Block Ashok Vihar Keshav Puram
551. J-A Block Ashok Vihar Ashok Vihar
552. Major Dhyan Chand (Khel Ground) Keshav Puram
553. Major Dhyan Chand (Khel Ground) Ashok Vihar
554. Water Tank Ashok Vihar Ashok Vihar
555. K-D Block Ashok Vihar Keshav Puram

93
556. K-D Block Ashok Vihar Ashok Vihar
557. Ashok Vihar B-II Keshav Puram
558. Ashok Vihar B-II Satyawati College
559. Central Market Ashok Vihar Ring Road
560. Central Market Ashok Vihar Gulab Singh Marg
561. D-A Block Ashok Vihar Ring Road
562. D-A Block Ashok Vihar Gulab Singh Marg
563. Ashok Vihar Ind. Area / Wazir Pur Ind. Area Ring Road
564. Ashok Vihar Ind. Area / Wazir Pur Ind. Area Gulab Singh Marg
565. Ashok Vihar – Phase-I In side area
566. Ashok Vihar – Phase-I In side area
567. Ashok Vihar – H Block In side area
568. Ashok Vihar – H Block In side area
569. Ashok Vihar – H Block In side area
570. Ashok Vihar – 157 route In side area
571. Nagia Park Roop Nagar
572. Nagia Park Gulabi Bagh
573. Roop Nagar Nagia Park
574. Malka Ganj Roop Nagar
575. Malka Ganj ISBT
576. Old Subji Mandi P.O. Roop Nagar
577. Old Subji Mandi P.O. ISBT
578. Amba Cinema Shakri Nagar
579. Amba Cinema Ghanta Ghar
580. Roshnara Bagh Ghanta Ghar
581. Pul Bangash Ghanta Ghar
582. Burari Xing Kingsway Camp

94
583. Burari Xing By Pass
584. C.V. Raman ITI Kingsway Camp
585. C.V. Raman ITI By Pass
586. Nirankari Colony Kingsway Camp
587. Nirankari Colony By Pass
588. Radio Colony Kingsway Camp
589. Radio Colony By Pass
590. Dhaka Village Kingsway Camp
591. Dhaka Village By Pass
592. Maharishi Balmiki I.D. Hospital Kingsway Camp
593. Maharishi Balmiki I.D. Hospital By Pass
594. Tegore Park Nirankari Colony
595. Mukherji Nagar West Nirankari Colony
596. Pal Colony Subash Place
597. Pal Colony Rohini Sec-24
598. Sec-24, Rohini Rohini Sec-24
599. Sec-24, Rohini Subhash Place
600. Rohini Sec-24/25 xing Rohini Sec-24
601. Rohini Sec-24 /25 xing Subhash Place
602. Rajiv Gandhi Cancer Hospital Avantika
603. Rohini Sec-5, Chotu Ram Park Avantika
604. Rohini Sec-5, Chotu Ram Park Rohini-Sec-1
605. Rithala Xing Rohini-Sec-1
606. Rithala Xing Avantika
607. Vishram Chowk Avantika
608. Vishram Chowk Rohini-2
609. Rohini, Sec-4 Rohini-2

95
610. Rohini, Sec-4 Avantika
611. Avantika Sec-2 Avantika
612. Avantika Sec-1 Rohini-II
613. DDA Office Rohini (Deepali Chowk) Avantika
614. Rohini Sec-7 Avantika
615. Rohini Sec-7 Deepali Chowk
616. Nahar Pur Vill. Deepali Chowk
617. Nahar Pur Vill. Avantika
618. Ayodhya Chowk Avantika
619. Ayodhya Chowk Deepali Chowk
620. Hanuman Mandir Deepali Chowk
621. New Durga Mandir Deepali Chowk
622. Prashant Vihar, F-Block O.R.Rd
623. Prashant Vihar, F-Block Rohini-II
624. Sai Apptt. / Good Will Apartment Rohini-II
625. Good Will Apptt. O.R.Rd
626. Anubav Apptt. O.R.Rd
627. Anubav Apptt. Rohini-II
628. Vidya Marg Xing Rohini-II
629. Dens Apptt. Prashant Vihar
630. ESI Hospital Prashant Vihar
631. ESI Hospital Rohini-II
632. ESI Hospital Rohini-II
633. Rohini Depot-II Shahbad
634. Rohini Depot-II Prashant Vihar
635. Rohini Sec-11 Rohini-II
636. Rohini Sec-11 Shahbad

96
637. Rohini, Sec-7 Xing Rohini, Sec-2
638. Rohini, Sec-7 Xing Sect-14
639. Rohini Sport Complex Sect-14
640. Rohini Sport Complex Sec-7
641. Rohini-9 New Model Apptt.
642. Rohini-9 New Model Apptt.
643. Sarvodaya Vidalya Sec-9
644. Sarvodaya Vidalya Sec-9
645. D.C. Chowk Vidya Marg X-ing Rohini
646. D.C. Chowk Rohini Sec- 9
647. Adarsh Apptt., Sec-9 Rohini-II
648. Adarsh Apptt., Sec-9 Rohini-I
649. Rithala Metro Station Shahbad
650. Rithala Metro Station Rithala
651. Metro Walk Rithala
652. Metro Walk Shahbad
653. Rohini, Sec-11(A-I) Shahbad
654. Rohini, Sec-11(A-I) Rithala
655. Rohini, Sec-11 Rithala
656. Rohini, Sec-11 Rithala
657. Rohini, Sec-17 Shahbad
658. Rohini, Sec-16 Rohini-II
659. Rohini, Sec-17 Rohini-II
660. Rohini, Sec-16 Rohini Sec-15
661. Rohini, Sec-16 Rohini Sec-17
662. Rohini, Sec-15 Prashant Vihar
663. Rohini, Sec-15 Rohini Sec-15

97
664. Rohini, Sec-16 Pocket-A-2 Rohini Sec - 17
665. Alok Kunj Prashant Vihar
666. Alok Kunj Badli
667. Rohini, Sec-15 Badli
668. Rohini, Sec-15 Prashant Vihar
669. Rohini, C-Block / Pkt-I / Sec-15 Prashant Vihar
670. Rohini, C-Block / Pkt-I / Sec-15 Badli
671. West Enclave Mangol Pur
672. West Enclave Britania Chowk
673. Bhagwan Mahavir Hospital Mangol Pur
674. Bhagwan Mahavir Hospital Britania Chowk
675. Keshav Maha Vidyalya Mangol Pur
676. Keshav Maha Vidyalya Britania Chowk
677. PED office Rd. No.43 Mangol Pur
678. PED office Rd. No.43 Britania Chowk
679. Rani Bagh Mangol Pur
680. Rani Bagh Britania Chowk
681. Rani Bagh Mangol Pur
682. Rani Bagh Britania Chowk
683. Raja Park Mangol Pur
684. Raja Park Britania Chowk
685. Mohendra Park Mangol Pur
686. Samrat Enclave Britania Chowk
687. Shakur Pur Mangol Pur
688. Shakur Pur Britania Chowk
689. Samrat Enclave Mangol Pur
690. Mohendra Park Mangol Pur

98
691. Mohendra Park Vaishali
692. Rd. 44 Xing M. Park
693. Chander Lok Vaishali
694. Chander Lok M. Park
695. Lok Vihar Vaishali
696. Lok Vihar M. Park
697. Dipini Colony Vaishali
698. Dipini Colony M. Park
699. Kapil Vihar M. Park
700. A- Block Shalimar Bagh Shalimar Bagh
701. A- Block Shalimar Bagh Ring Road
702. A.E Block Shalimar Bagh Ring Road
703. B.R. Block Shalimar Bagh Ring Road
704. B.R. Block Shalimar Bagh Shalimar Bagh
705. B-J Shalimar Bagh, (CTC Mall) Shalimar Bagh
706. BH Shalimar Bagh Shalimar Bagh
707. Shalimar Bagh DESU Shalimar Bagh
708. Shalimar Bagh DESU Ring Road
709. Shalimar Bagh DESU Ring Road
710. Haider Pur Village Shalimar Bagh
711. Haider Pur Village Outer Ring Road
712. RU Block Pitam Pura Ring Road
713. RU Block Pitam Pura Outer Ring Road
714. CD Block Pitam Pura Outer Ring Road
715. CD Block Pitam Pura Ring Road
716. AP Block Pitam Pura Ring Road
717. AP Block Pitam Pura Outer Ring Road

99
718. RD Block Pitam Pura Outer Ring Road
719. RD Block Pitam Pura Ring Road
720. DAV Public School (ND-Block) Ring Road
721. DAV Public School (ND-Block) Outer Ring Road
722. DDA Office (TV Tower) Ring Road
723. Guru Govihd Singh College Ring Road
724. Guru Govihd Singh College Outer Ring Road
725. Pratap Nagar M Stn Azad Mkt.
726. Shastri Nagar E Block Keshavpuram
727. Shanti Nagar Keshavpuram
728. Kanhaiya Nagar Keshavpuram
729. B-3 Keshavpuram Ring Road
730. Prem Bari Pul Azad Mkt.
731. Azadpur Terminal Inside Terminal
732. Azadpur Terminal Inside Terminal
733. Azadpur Terminal Inside Terminal
734. Azadpur Terminal Inside Terminal
735. Azadpur Mkt Ghanta Ghar
736. Bara Bagh Azadpur
737. Gujrawala Town Azadpur
738. Harmilap Mission Ashram Azadpur
739. Gur Mandi Azadpur
740. Gur Mandi Ghanta Ghar
741. STA (Burari) Burari Xing
742. STA (Burari) B. Pur
743. Jharoda Dairy B. Pur
744. Jharoda Dairy Burari Xing

100
745. A-I, Sant Nagar B. Pur
746. A-I, Sant Nagar Burari Xing
747. Fancies School B. Pur
748. Fancies School B. Xing
749. Sarvodaya School B. Pur
750. Sarvodaya School B. Xing
751. Kamal Vihar B. Xing
752. Kamal Vihar B. Pur
753. Burari Vill. B. Xing
754. Burari Vill. B. Pur
755. Laxmi Vihar-Burari Garhi Xing B. Xing
756. Laxmi Vihar-Burari Garhi Xing B. Pur
757. Kaushik Enclave B. Xing
758. Kaushik Enclave B. Pur
759. Amrit Vihar B. Xing
760. Amrit Vihar B. Pur
761. Nathu Pura Xing B. Pur
762. Nathu Pura Xing B. Xing
763. Ibrahim Pur Xing B. Xing
764. Ibrahim Pur Xing B. Pur
765. Keshav Nagar Xing B. Pur
766. Keshav Nagar Xing B. Xing
767. Darshan Dham B. Xing
768. Darshan Dham B. Pur
769. Burari Garhi B. Pur
770. Burari Garhi B. Xing
771. Hiranki Village B. Xing

101
772. Hiranki Village B. Pur
773. Primary School Bhasktawar Pur B. Pur
774. Garhi Bhaktwar Pur School B. Pur
775. Garhi Bhaktwar Pur School Palla
776. Akbar Pur Majore Xing Palla
777. Akbar Pur Majore Xing B. Pur
778. Palla Police Post B. Pur
779. Palla Village B. Pur
780. Tikri Village Tikri Border
781. Tikri Village Punjabi Bagh
782. Bhakatwar Pur Vill. Chowk GTK By Pass
783. Triveni Colony GTK By Pass
784. Triveni Colony B. Pur
785. Boys Sr. Sec. School Bhaktwar Pur B. Pur
786. Boys Sr. Sec. School Bhaktwar Pur GTK By Pass
787. Mahatma Gandhi Complex GTK By Pass
788. Mahatma Gandhi Complex GTK By Pass
789. Palla Xing B.Pur
790. Holambi Khurd Xing Narela
791. Holambi Khurd Xing A. Pur
792. Holambi Khurd Xing A. Pur
793. Holambi Khurd Xing Narela
794. Qutab Garh Starting Point
795. Shahpur Garhi Narela
796. Shahpur Garhi A. Pur
797. ITI Narela Ind. Area E-Blk. A. Pur
798. ITI Narela Narela

102
799. DSIDC Alipur
800. DSIDC Narela
801. Bhorgarh Vill Narela
802. Bhor Garh Alipur
803. Babu Jagjivan Ram Colony Alipur
804. Babu Jagjivan Ram Colony Narela
805. Munim Ji Ka Bagh Narela
806. Munim Ji Ka Bagh Alipur
807. New Anaj Mandi Alipur
808. New Anaj Mandi Alipur
809. Kureni Vill. Narela
810. Kureni Vill. Alipur
811. Narela Xing Alipur
812. Narela Xing Shinghu
813. MCD School Anaj Mandi-II Alipur
814. P.S. Narela Alipur
815. P.S. Narela Piau Manihari
816. Ch. Ram Dev Chowk Pitori Chowk Piau Manihari
817. Ch. Ram Dev Chowk Pitori Chowk Narela
818. Guru Kul Gaushala Narela
819. Guru Kul Gaushala Piau Manihari
820. Narela Sec-4,5 & 8 Shinghu Border
821. Narela Sec-4,5 & 8 Narela
822. Police Colony Sec-4,5 &8 Narela
823. Police Colony Sec-4,5 &8 GTK Rd
824. Narela DDA Xing Narela
825. Narela DDA Xing GTK Rd

103
826. B-2, DDA Narela Flat Narela
827. B-2, DDA Narela Flat GTK Rd
828. B-4, DDA Narela Flat Narela
829. B-4, DDA Narela Flat GTK Rd
830. DSIDC Xing Narela
831. DSIDC Xing GTK Rd
832. Kashturi Ram Indternational Pur. School Narela
833. Kashturi Ram Indternational Pur. School GTK
834. Shinghu Border Narela
835. Shinghu Border Shinghu
836. Gurudwara Nirankar Siri Ngr Narela
837. Gurudwara Nirankar Siri Ngr Shinghu
838. Narela Sec-5 & 6 Xing Narela
839. Narela Sec-5 & 6 Xing Shinghu
840. Narela Xing Sec-A/6 Pkt. Narela
841. Narela Xing Sec-A/6 Pkt. Shinghu
842. Narela Hospital / Raja Harish chand Hosp. Lampur
843. Narela Hospital / Raja Harish chand Hosp. Narela
844. Narela Hospital Narela
845. Bankner Vill. Narela
846. Bankner Vill. Lampur
847. Sarvodaya Vidyalya Bakner Narela
848. Sarvodaya Vidyalya Bakner Lampur
849. Lampur Lampur
850. Lampur Border Narela
851. Maharaja Agrsain School Bawana
852. Maharaja Agrsain School Narela

104
853. Bharat Mata Public School Narela
854. Bharat Mata Public School Bawana
855. Kaushalya Devi Blind Ashram Bawana
856. Kaushalya Devi Blind Ashram Narela
857. Ghogha Xing / School Narela
858. Ghogha Xing / School Bawana
859. Jain Shukal Bari Mandir Bawana
860. Jain Shukal Bari Mandir Narela
861. Prem Colony Vishal Bagh
862. Prem colony Sanoth / Ghoga
863. Air Force Station Ghoga Bawana
864. Air Force Station Ghoga Narela
865. Bawana Industrial Complex Narela
866. Ishwar Colony Bawana
867. Ishwar Colony Ghewra
868. Krishan Vihar Ghewra
869. Krishan Vihar Bawana
870. Shri Krishan Gaushala Narela
871. Shri Krishan Gaushala Bawana
872. Prem Piau Ghewra
873. Prem Piau Bawana
874. Chand Pur Kalan (Majra Dabas) Bawana
875. Chand Pur Kalan (Majra Dabas) Bawana
876. SDM Court Kanjhawala Ghewra
877. SDM Court Kanjhawala Narela
878. Kanjhawala Bawana
879. Kanjhawala Ghewra

105
880. Kanjhawala Vill Ghewra
881. Kanjhawala Vill. Bawana
882. Kanjhawala Depot. Bawana
883. Kanjhawala Depot Ghewra
884. DESU Sub-Station Ghewra
885. DESU Sub-Station Bawana
886. Kanjhawala Sr. Sec. School Bawana
887. Kanjhawala Sr. Sec. School Ghewra
888. Sir Chotu Ram Rural Institute of Tech. Ghewra
889. Sir Chotu Ram Rural Institute of Tech. Bawana
890. Ghewra Vill. Bawana
891. Ghewra Vill. Ghewra
892. Ghewra Vill. (Rly. Xing) Ghewra
893. Ghewra Vill. (Rly. Xing) Bawana
894. Ghewra Xing Bawana
895. Ghewra Xing Ghewra Xing
896. Samay Pur GTK
897. Samay Pur A. Border
898. Samay Pur Rly Xing A. Border
899. Samay Pur Rly Xing GTK
900. Badli Rly. Station GTK
901. Badli Rly. Station A. Border
902. Rohini Sec-18 A. Border
903. Rohini Sec-18 GTK
904. Rohini Sec-16 Xing GTK
905. Rohini Sec-16 Xing A. Border
906. Delhi College of Engg. A. Border

106
907. Delhi College of Engg. GTK
908. Shahbad Vill GTK
909. Shahbad Vill A. Border
910. Primary School Shahbad Daulat Pur A. Border
911. Primary School Shahbad Daulat Pur GTK
912. St. Xaver School GTK
913. St. Xaver School A. Border
914. Shahbad Dairy (A-Block) A. Border
915. Shahbad Dairy (Shiv Vihar) GTK
916. Shahbad Dairy (B-Block) GTK
917. Shahbad Dairy (B-Block) A. Border
918. Shahbad Dairy A. Border
919. Shahbad Dairy GTK
920. Prahlad Pur GTK
921. Prahlad Pur A. Border
922. Prahlad Pur Vill A. Border
923. Prahlad Pur Vill GTK
924. Sarvodaya Vidyalya (Prahlad Pur) GTK
925. Sarvodaya Vidyalya (Prahlad Pur) A. Border
926. Jain Colony A. Border
927. Jain Colony GTK
928. Barwala School A. Border
929. Barwala School GTK
930. Anand Vihar Barwala GTK
931. Anand Vihar Barwala A. Border
932. Pooth Khurd A. Border
933. Pooth Khurd GTK

107
934. Pooth Khurd (Dharm Shala) School GTK
935. Pooth Khurd (Dharm Shala) School A. Border
936. M.B. Hospital A. Border
937. M.B. Hospital GTK
938. DSIIDC Xing GTK
939. DSIIDC Xing A. Border
940. DSIIDC Sec-I Bawana A. Border
941. DSIIDC Sec-I Bawana GTK
942. DSIIDC Office Bawana GTK
943. DSIIDC Office Bawana A. Border
944. Aditi Mahavidyalya (Bawana) A. Border
945. Aditi Mahavidyalya (Bawana) GTK
946. Panchayat Ghar (Bawana) GTK
947. Panchayat Ghar (Bawana) A. Border
948. Bawana Deptt. A. Border
949. Bawana Deptt. GTK
950. Danya Pur School GTK
951. Danya Pur School A. Border
952. Dariya Pur / Nangal Xing A. Border
953. Dariya Pur / Nangal Xing GTK
954. Dariya Pur Vill. GTK
955. Dariya Pur Vill. A. Border
956. Vatanary Hospital (Dariya Pur) A. Border
957. Vatanary Hospital (Dariya Pur) GTK
958. Harveli Xing GTK
959. Harveli Xing A. Border
960. Auchandi Vill GTK

108
961. Auchandi Vill A. Border
962. Auchandi Border GTK
963. Auchandi Border M. Pur
964. Mangesh Pur M. Pur
965. Mangesh Pur A. Border
966. Navodaya School Mungesh Pur A. Border
967. Navodaya School Mungesh Pur M. Pur
968. Katwaria Xing M. Pur
969. Katwaria Xing A. Border
970. Kutab Garh A. Border
971. Kutab Garh M. Pur
972. Kutab Enclave M. Pur
973. Kutab Enclave A. Border
974. Jat Khore A. Border
975. Jat Khore M. Pur
976. Punjab Khore M. Pur
977. Punjab Khore A. Border
978. Punjab Khore A. Border
979. Punjab Khore M. Pur
980. Bala ji Enclave M. Pur
981. Bala ji Enclave A. Border
982. Tatesar A. Border
983. Tatesar M. Pur
984. Tatesar M. Pur
985. Tatesar A. Border
986. Jounti Vill. A. Border
987. Jounti Vill. M. Pur

109
988. Jounti Xing M. Pur
989. Jounti Xing A. Border
990. Sr. Vivekanand School A. Border
991. Sr. Vivekanand School A. Border
992. Rajender Lakra Primary School (Lad Pur) M. Pur
993. Rajender Lakra Primary School (Lad Pur) A. Border
994. Lad Pur A. Border
995. Lad Pur M. Pur
996. Nirmal Hospital M. Pur
997. Nirmal Hospital A. Border
998. Kanjhawala Chowk A. Border
999. Kanjhawala Chowk M. Pur
1000. Roiopali Enclave (Karala) M. Pur
1001. Roiopali Enclave (Karala) A. Border
1002. Karala Vill. A. Border
1003. Karala Vill. M. Pur
1004. Karala Vill. M. Pur
1005. Karala Vill. A. Border
1006. Karala School A. Border
1007. Karala School M. Pur
1008. Ram Vihar M. Pur
1009. Ram Vihar A. Border
1010. Karala Pathshala A. Border
1011. Karala Pathshala M. Pur
1012. Rajiv Nagar M. Pur
1013. Rajiv Nagar A. Border
1014. Begam Pur A. Border

110
1015. Begam Pur M. Pur
1016. Rohini Sec-21 M. Pur
1017. Rohini Sec-21 A. Border
1018. Sardar Patel lake (Pooth Kalan) M. Pur
1019. Sardar Patel lake (Pooth Kalan) A. Border
1020. Pooth Kalan A. Border
1021. Pooth Kalan M. Pur
1022. Braham Shakti Hospital M. Pur
1023. Braham Shakti Hospital A. Border
1024. Krishna Vihar A. Border
1025. Krishna Vihar M. Pur
1026. Mangol Pur ‘Y’ Block / Mangol Puri Y-Blk. M. Pur
1027. Mangol Pur ‘Y’ Block / Mangol Puri Y-Blk. A. Border
1028. Mangol Pur Khurd A. Border
1029. Mangol Pur Khurd M. Pur
1030. Mangol Pur Khurd M. Pur
1031. Mangol Pur Khurd A. Border
1032. Rajdhani Enclave Britania
1033. Raj nagar (Samrat Enclave) Britania
Nahar Singh Marg (Tri Nagar side) Road No. 37
1034. (Shanti Nagar) Prem Bari Pull
Both bus Stop Bakhtawer
1035. Palla More and Majra bus stand Pur
1036. AC block shalimar bagh Ring Road
1037. road near pradeep vihar burari Burari
1038. phool bagh burari (Nathu Pura Main Bus Stop) Burari
1039. Providing Bus Shelter in Tagore park Model Town
Ring Road NDPL Cly.
1040. DP-BLOCK SHALIMAR BAGH (Desu Colony) Boundary Wall

111
1041. VILLEGE BAKNER, NARELA Narela
TRI NAGAR JJ COLONY (Kanhiya Nagar Metro
1042. Station) Prem Bari Pul
1043. Shakur Pur JJ Cly. Rani Bagh
1044. Shakur Pur JJ Cly. Baritania
1045. Britania Factory I Dhaula Kuan
1046. Britania Factory II Dhaula Kuan
1047. Britania Factory Azad Pur
1048. Ram Pura Power House
1049. Ram Pura Nala Zakhira Flyover
1050. Ram Pura Nala Ram Pura
1051. MANGOLPURI Y - BLK. BUDH VIHAR
1052. MANGOLPURI Y - BLK. MNGOLPUR KHURD
1053. CHHATH PARK(MANGOLPURI) MANGOLPURI BLK-C
1054. CHHATH PARK(MANGOLPURI) MANGOLPURI BLK-S
1055. MANGOLPURI BLK-C MANGOLPURI BLK-D
CHHATH
1056. MANGOLPURI BLK-C PARK(MANGOLPURI)
1057. MANGOLPURI BLK-D MANGOLPURI BLK-E
1058. MANGOLPURI BLK-D MANGOLPURI BLK-C
MANGOLPURI BLK-B
1059. MANGOLPURI BLK-E INNER
1060. MANGOLPURI BLK-E MANGOLPURI BLK-D
1061. MANGOLPURI BLK-B INNER PEERA GARHI
1062. MANGOLPURI BLK-B INNER MANGOLPURI BLK-E
DDA OFFICE
1063. ND BLK PITAMPURA PITAMPURA
1064. Inder Lok Inder Lok Metro Station
1065. Inder Lok Zakhira

112
1066. Inder Lok Shastri Ngr
1067. Inder Lok Zakhira
1068. Inder Lok Tri Nagar
1069. Inder Lok Ajmeri Gate
1070. Inder Lok metro station metro station
1071. Punjab Keshri/S Place Depot Dhaula Kuan
1072. Jonti Village Jonti Border
1073. Jonti Village Jonti Xing
1074. Jonti Border Jonti Village
1075. Jonti Border Jonti Border
1076. Jonti Village Tatesher
1077. Jonti Village Jonti Xing
1078. Mangeshpur Navodya School
1079. Mangeshpur Auchandi Border
1080. Sukh Bir Nagar Ram Vihar
Jain Nagar/ Karala
1081. Sukh Bir Nagar pathsala
1082. Sant Nagar Farancis School
1083. Sant Nagar A-1 Sant Nagar
1084. DSIDC Bawana Sec- 1 Narele
1085. DSIDC Bawana Sec- 1 Bawana
1086. Bawana Chowk Bawana JJ Cly
1087. Bawana Chowk Ishwar Ngr
1088. Bawana JJ Cly (Ishwar Cly) Vayu Sena Stn Ghoga
1089. Bawana JJ Cly (Ishwar Cly) Bawana Chowk
1090. Adity Mahavidyalaya Bawana Bawana
1091. Adity Mahavidyalaya Bawana Maharishi Balmiki Hosp.
1092. Bawana Bawana Depot

113
Adity Mahavidyalaya
1093. Bawana Bawana
1094. Bawana Depot PS Bawana
1095. Bawana Depot Bawana
1096. PS Bawana Dariyapur School
1097. PS Bawana Bawana Depot
1098. Singhola Tikri Khurd
1099. Singhola Singhu Bdr
1100. Tikri Border Bahadur Garh
1101. Tikri Border Punjabi Bagh
1102. Mubarak Pur Vill. Rani Khera
1103. Mubarak Pur Vill. Harizon Mubarka Pur
1104. Budh Pur Village Jain Mandir
1105. Budh Pur Village Ali Pur
1106. Najaf Garh Nangloi Stand Nangloi
1107. Najaf Garh Nangloi Stand Najaf Garh
1108. Durga Chowk Bhalswa JJ Cluster
1109. Durga Chowk Outer Ring Road
1110. East Vinod Nagar Hasan Pur Depot
1111. East Vinod Nagar Trilok Puri
1112. Khichri Pur Village Hasan Pur Depot
1113. Kalyan Puri (Term) Trilok Puri
1114. Kalyan Puri (Term) Trilok Puri
1115. Kalyan Puri (Term) Trilok Puri
1116. Gharoli Dairy Farm Kalyan Puri
1117. Gharoli Dairy Farm Mayur Vihar
1118. Mayur Vihar Terminal
1119. Mayur Vihar Terminal

114
1120. Mayur Vihar Phase-I Noida Road
1121. Mayur Vihar Phase-I Trilok Puri
1122. Mayur Vihar Phase-I (Tr) In Side Terminal
1123. Mayur Vihar Phase-I (Tr) In Side Terminal
1124. Mayur Vihar Phase-I (Tr) In Side Terminal
1125. Mayur Vihar Phase-I (Tr) In Side Terminal
1126. Mayur Vihar Phase-I, Pkt-IV (Arya Samaj) Trilok Puri
1127. Mayur Vihar Phase-I, Pkt-IV (Arya Samaj) Noida Road
1128. Super Bazar Kalyan Puri
1129. Super Bazar PPG
1130. Chand Cinema PPG
1131. Chand Cinema Kalyan Puri
1132. Trilok Puri 13 Block Chand Cinema
1133. Trilok Puri 13 Block PPG
1134. Kotla Village PPG
1135. Kotla Village Chand Cinema
1136. ITI Khichri Pur Chand Cinema
1137. ITI Khichri Pur PPG
1138. Plot – 5 Mayur Vihar-I PPG
1139. Plot – 5 Mayur Vihar-I Chand Cinema
1140. Shashi Garden Xing Chand Cinema
1141. Shashi Garden Xing PPG
1142. P.S. Pandav Nagar PPG
1143. P.S. Pandav Nagar Chand Cinema
1144. PPG Xing Chand Cinema
1145. Mayur Vihar-II East Vinod Nagar
1146. East Vinod Nagar Depot Chand Nagar

115
1147. East Vinod Nagar Depot East Vinod Nagar
1148. Seelam Pur Seelam Pur
1149. Seelam Pur Yamuna Vihar
1150. Jafra Bad Yamuna Vihar
1151. Jafra Bad Seelam pur
1152. Jafra Bad School Seelam Pur
1153. Jafra Bad School Yamuna Vihar
1154. Mouj Pur Seelam Pur
1155. Mandoli Cheak Post Bhajan Pura
1156. Mandoli Sewa Dham Starting Point
1157. Mandoli TT post Ashok Nagar
1158. Mandoli TT post Nand Nagari
1159. ITO BSZ Marg I Pragati Maidan
1160. ITO BSZ Marg II Pragati Maidan
1161. ITO BSZ Marg III Pragati Maidan
1162. ITO BSZ Marg IV Pragati Maidan
1163. ITO BSZ Marg V Pragati Maidan
1164. Chauhan Patte Chauhan Patte
1165. Karawal Nagar (T) I Karawal Nagar (T)
1166. Karawal Nagar (T) II Karawal Nagar (T)
1167. Karawal Nagar (T) III Karawal Nagar (T)
1168. Karawal Nagar (T) IV Karawal Nagar (T)
1169. Mauz Pur C-4 yamuna Vihar
1170. Nathu colony Nand Nagri
1171. Nathu Colony Babur Pur
1172. Krishana Market Marg Seelam Pur
1173. Krishna Marg Yamuna Vihar

116
1174. C-4 Yamuna Vihr Yamuna Vihar
1175. C-4 Yamuna Vihr Seelam Pur
1176. Babar Pur Seelam Pur
1177. Jyoti Nagar Nand Nagari
1178. West Jyoti Nagar Colony Durga Puri
1179. West Jyoti Nagar Colony Loni
1180. LIG DDA Flats Loni
1181. LIG DDA Flats Durga Puri
1182. MIG DDA Flats Durga Puri
1183. MIG DDA Flats Loni
1184. Loni Xing Loni
1185. Loni Xing Durga Puri
1186. Shanti Nagar Durga Puri
1187. Shanti Nagar Loni
1188. Indira Puri Police Post Loni
1189. Indira Puri Police Post Durga Puri
1190. Indira Puri (Terminal) Durga Puri
1191. Govt. School Dilshad Garden GT Road
1192. Dilshad Garden
1193. Shiv Puri Jheel
1194. Shiv Puri Shakar pur
1195. Pocket-1 Dilshad Garden Shahdra Border
1196. Pocket-1 Dilshad Garden GTB Hospital
1197. GTB Hospital Nand Nagari
1198. GTB Hospital GT Road
1199. Sunder Nagar Gagan Cinema
1200. Sunder Nagar Dilshad Garden

117
1201. Anand Gram Ashram Dilshad Garden
1202. Anand Gram Ashram Gagan Cinema
1203. Tahir Pur Dilshad Garden
1204. Tahir Pur GTB Hospital
1205. GTB Enclave GTB Hospital
1206. GTB Enclave Dilshad Garden
1207. Kushat Ashram Dilshad Garden
1208. Kushat Ashram Gagan Cinema
1209. O-Block Dilshad Garden Gagan Cinema
1210. O-Block Dilshad Garden Dilshad Garden
1211. Shalimar Garden Xing Dilshad Garden
1212. Shalimar Garden Xing Gagan Cinema
1213. Seema Puri Depot Gagan Cinema
1214. Seema Puri Depot Dilshad Garden
1215. Old Seema Puri Dilshad Garden
1216. Old Seema Puri Gagan Cinema
1217. J&K Pkt. Dilshad Garden Gagan Cinema
1218. J&K Dilshad Garden Border
1219. Guru Angad Nagar Jheel
1220. Guru Angad Nagar Radhu Place
1221. Radhu Place Jheel
1222. Radhu Place Radhu Place
1223. Business College Girls School Vivek Vihar
1224. Jhilmill Colony PH-II Business College
1225. Jhilmill Colony PH-II Vivek Vihar
1226. Jhilmill Colony B-Block Business College
1227. Jhilmill Colony B-Block Vivek Vihar

118
1228. Dhobi Ghat Jhilmill Vivek Vihar
1229. Dhobi Ghat Jhilmill Business College
1230. Ram Vihar D-Block Border
1231. Vivek Vihar Girls School Border
1232. Vivek Vihar Girls School Vivek Vihar
1233. Vivek Vihar ITI Border
1234. Trilok Puri 36 Block Mayur Vihar
1235. Trilok Puri 36 Block Trilok Puri
1236. Trilok Puri 26 Block Trilok Puri
1237. Trilok Puri 26 Block Mayur Vihar
1238. Kondli Xing Ghazi Pur
1239. Kondli Xing Kondli
1240. Ghazi Pur Dairy Farm Kondli
1241. Ghazi Pur Dairy Farm Ghazi Pur
1242. DDA Mkt. Ghazi Pur Ghazi Pur
1243. DDA Mkt. Ghazi Pur Kondli X
1244. Mayur Vihar-III Khora Colony Noida
1245. CRPF Camp Noida
1246. CRPF Camp Mayur Vihar
1247. A-Block Mayuyr Vihar-III Mayur Vihar
1248. A-Block Mayuyr Vihar-III Noida
1249. Bharti Public School Noida
1250. Bharti Public School Mayur Vihar
1251. New Kondli A-I Mayur Vihar
1252. New Kondli A-I Noida
1253. Mayur Vihar-III Xing Noida
1254. Mayur Vihar-III Xing Mayur Vihar

119
1255. Mayur Vihar-III Xing Kondli
1256. Dallu Pura (Sewage Pump) Kondli
1257. Dallu Pura (Sewage Pump) Mayur Vihar
1258. Multy Gym Mayur Vihar
1259. Multy Gym Dallu Pura
1260. High Land Apartment Dallu Pura
1261. High Land Apartment Mayur Vihar
1262. Doctor Apartment Dallu Pura
1263. Doctor Apartment Mayur Vihar
1264. Rose Wood Apartment OCS Apartment
1265. Rose Wood Apartment Noida Road
1266. Lakshmi Nagar Vikas Marg
1267. Lakshmi Nagar Pandav Nagar
1268. School Block (Shakarpur) Vikas Marg
1269. School Block (Shakarpur) Pandav Nagar
1270. Jagrati Enclave ITO
1271. Anand Vihar Ram Vihar
1272. Shahdara Border Gazipur
1273. Jhilmil Crossing Shahdara Depot
1274. Rajiv Vihar Border
1275. Rajiv Vihar Wazirabad
1276. Khajoori Wazirabad
1277. Khajoori Border
1278. Bhajanpura Border
1279. Yamuna Vihar Brij Puri Border
1280. MIG Flat Loni Road Border
1281. MIG Flat Loni Road Wazirabad

120
1282. Ashok Nagar Wazirabad
1283. Ashok Nagar Border
1284. Nand Nagri Depot Border
1285. Nand Nagri Depot Wazirabad
1286. Bank Colony Wazirabad
1287. Bank Colony Border
1288. Gagan Cinema Border
1289. Gagan Cinema Wazirabad
1290. Harsh Vihar Wazirabad
1291. Harsh Vihar Border
1292. BMD Chowk Rly Stn
1293. Hasan Pur Depot Shaahdara
1294. Gagan Vihar Shaahdara
1295. Shastri Park Khureji
1296. Shastri Park Seelam Pur
1297. Kauth Ware Khajuri Chowk
1298. Kartar Nagar Khajuri Chowk
1299. Kartar Nagar Seelampur
1300. Gamri Extn Khajuri Chowk
1301. Virat Cinema Dakshin Puri
1302. Dakshin Puri Terminal 17 Block Sec-5 Virat Cinema
1303. Madangir Marg / Saket Terminal ANT
1304. Masood Pur Village Mahipal Pur
1305. Masood Pur Village Andheria Moare
1306. Nehru Place Terminal In side Terml.
1307. Nehru Place Terminal In side Terml.
1308. Nehru Place Terminal In side Terml.

121
1309. Haus Khas Terminal In side Terml.
1310. Haus Khas Terminal In side Terml.
1311. Haus Khas Terminal In side Terml.
1312. Govt. Sec. School Dhauli
1313. Govt. Sec. School Virat Cinema
1314. Ambedkar Nagar Sec-4 Virat Cinema
1315. R.K. Puram VVD
1316. Nanak Pura G Block Mkt.
1317. Lado Sarai Terminal In side Terml.
1318. Lado Sarai Terminal In side Terml.
1319. Lado Sarai Terminal In side Terml.
1320. Lado Sarai Terminal In side Terml.
1321. CWS-II Okhla Kalka Ji
1322. Garhi Village Sapna Cinema
1323. Garhi Village Garhi X-ing
1324. Kishangarh Andheria More
1325. Kishangarh Mahipal Pur
1326. Sarita Vihar X-ing Apollo Hospital
1327. Sarita Vihar X-ing Apollo Hospital
1328. Sarita Vihar X-ing Kalindi Kunj
1329. Kalindi Kunj Shahin Bagh
1330. Thokar No.-8 Shahin Bagh
1331. Shahin Bagh Unani Hospital
1332. Nai Basti Okhla
1333. Okhlka Terminal Batla House
1334. Jamia College Holy Family
1335. Ber Sarai Outer ring road

122
1336. Ber Sarai Outer ring road
1337. Adhcini Village Ber Sarai
1338. Adhcini Village Katwaria Sarai
1339. Replacement of BQS Gazipur Dairy Bus Stand East Vinod Nagar
Const of BQS east school block in front of
1340. sarvodaya vidyalaya, mandawali Madhu Vihar
Regarding cons of BQS at SDM office Pusta road,
1341. Shastri Nagar Pusta Road
Const of BQS in Patpar Ganj Village and Janta
1342. garden Mother Dairy
Yamuna Sports Complex
& Karkardooma Metro
1343. Cons of BQS in Surya Niketan Station
1344. Ganesh Nagar Laxmi Nagar
1345. cons of BQS in front of vardaan apartment Mandawali School
1346. Karwal nagar
1347. garhi mandu & chaudhari jagran vatika Khajoori
cunstruction of bus queue shelters at mayur kunj
1348. apartment Noida
1349. KRISHNA NAGAR Krishna Nagar Chowk
1350. KALYANPURI CROSSING Kondli
1351. EAST SCHOOL BLOCK, MANDAWALI Vardhman Apartment
1352. BULAND MASJID, SHASTRI PARK Gandhi Nagar
1353. Babarpur Terminal Out Gate
1354. DDA Munirka IIT Hostel
1355. DDA Munirka VV Depot
1356. Air Force Station Tuglkabad Tuglkabad
1357. Air Force Station Tuglkabad Lado Sarai
1358. JLN Stadium Jal Vihar
1359. JLN Stadium Dayal Singh Collg.

123
1360. Munirka Village Nehru place
1361. Munirka Village Najafgarh
1362. Badar Pur (T) / Rajiv Gandhi Stadium Badar Pur More
1363. Munirka Village VV Depot
1364. Munirka Village IIT Hostel
1365. Vasant Vihar Depot Vasant Vihar Depot
1366. Vasant Vihar Depot Moti Bagh
1367. Vasant Vihar Depot Nehru Plce
1368. Tamoor Nagar Maharani Bagh
1369. Tamoor Nagar Okhla
BQS on BRT Road Near Shiv Mandir, Nizamuddin
1370. Basti Defence Colony
1371. Sirifort Squash stadium Panchsheel Enlcave
1372. Near Sonia Farm, Janapur Asola Fateh Pur Beri
Rajpur Mor( Near Tivoli Garden ) main chhattarpur
1373. Road Chattar Pur Temple
1374. Pocket A-13 and A-14 Kalkaji Extn. Crown Plaza
J.L.N. Stadium &
1375. Block no 12 & 13 near barat ghar lodhi colony Maxmullar Marg
Along the Boundry Wall of munirka enclave at
1376. North East Side Opp. RTA office Munirka vihar
1377. In front of tehkhand depot Kalkaji Depot
1378. Near saket court, gate no 2 and foot over bridge Sheikh Sarai
1379. LAJPAT RAI MARG, NEAR SHIV MANDIR DPS Mathura Road
1380. TEHKHAND DEPOT M.B. Road
1381. Vasant Kunj B-3 Vasant Kunj
1382. Vasant Kunj B-3 Munirka
1383. Vasant Kunj B-3&4 Vasant Kunj
1384. Vasant Kunj B-3&4 Munirka

124
1385. Vasant Kunj B-3&4 Munirka
1386. Yunani Hospital Okhla
1387. Yunani Hospital Kalindi Kunj
1388. Jnu Campus Munirka
1389. Jnu Campus Poorvanchal Hostal
1390. Sewa Ngr. Rly. Bridge Jal Vihar
1391. Sewa Ngr. Rly. Bridge Dayal Singh Collg.
1392. Defence Colony (Kotla) Jal Vihar
1393. Defence Colony (Kotla) Dayal Singh Collg.
1394. New Mangla Puri Aya Nagar
1395. Goyala Vill. Najafgarah
1396. Kapil Vihar vaishali
1397. Ram Pura Rampura Nala

125
Annexure: 2
Performance Indicators
The following design guidelines shall be followed by the Consultants:

I. CRITICAL DESIGN CRITERIA: The following critical design criteria have been
identified:

1. Category of bus shelters:


The Consultant shall create a design prototype of the bus shelter and suggest at least 3
variations based on
○ Land-use within 50m of the bus shelters.
■ High intensity land-use: Regional/city-level nodes such as transit hubs (major
metro or railway stations, bus terminals, bus depots, inter-state bus terminals),
regional landmarks such as hospitals, district shopping centres, high density
housing.
■ Medium intensity land-use: Intermediate transit nodes, neighbourhood centres
such as shopping centres and residential areas/colonies.
■ Low intensity land-use: Low density land-uses.

○ Number of waiting passengers in the peak hours.

○ Frequency of buses

○ Width and availability of footpath (and cycle track, where applicable).

2. Design:
○ The design should be modular for flexible implementation across locations and
placements in the city.

○ Back panel: The back panels shall avoid dark corners and permit visibility especially,
in the night.

○ Side panel: Side panels will not be provided.

○ Roof: The roof must provide shelter from the rain and the afternoon sun (12pm-4pm),
have a slope to drain water away from the kerbside.

○ Floor: The floor shall be of an anti-skid, unglazed material with universally accessible
ramps (where required). It should not accumulate water and enable drainage with
ease. Guiding and warning tactile pavers in contrasting colours to the floor of the bus
shelter and on the access ramps leading to it, shall be provided for persons with visual
impairments. The Harmonized Guidelines for Space Standards for Barrier Free Built
Environment for Persons with Disability and Elderly Persons (2016) shall be referred
to.

126
○ Seating: The seating should be robust and durable.
■ Each bus shelter shall have at least 3 seats (Person with disability, elderly and
pregnant woman).
■ Additional seating shall be considered for passengers waiting for more than 5
minutes in the peak hours. Sheltered space for standing passengers should be
provided in the form of back supports or other ergonomic elements.
■ At least 75% of the seating will be reserved for the elderly, persons with
disabilities, pregnant and other women and space will be provided for persons
on wheelchairs.
■ Seating shall not be more than 450 mm above finish floor level. The finish
floor level shall not exceed 150 mm above the carriageway. Where there is a
level difference between the footpath and the floor of the bus shelter, access
ramps as per IRC: 103-2012 shall be provided.
■ The seating shall provide back support to passengers and discourage sleeping.

○ Lighting: The shelter shall have pedestrian scale lighting, such that the entire bus box
is well-lit in the night, and be protected against vandalism.

○ Information system: The information system shall consist of at least one


information panel, passenger information board and an information pole to provide
the following:
■ The information panel will include the bus stop name, a unique number, road
name, directions to other streets, detailed map of the area within 5 minute and
15 minutes walking distance.
■ The passenger information board will provide LED dynamic information on
the arrival of buses.
■ The information pole shall consist of bus route numbers, origins, destinations,
intermediate stops and scheduled time of arrival.
■ Additionally, a city-level transit map shall be placed in one of the back panels
of the bus shelter.

The consultant shall consider the following performance specifications while designing
the information panel structure.
■ The information panels should be designed as graphics installed inside
openable frames.
■ The detail for the frame should be vandal proof and with secret fixings or
openable only with special tools.
■ The panels to have an accessory to front-light these graphics and become a
part of the kit to install where power is available.
■ The panels should be within the shelter, to provide weather protection to
commuters.
■ The design of the information panel structure, colour features should be in line
with the bus shelter, but these panels should be structurally independent.
■ The panels should be designed to accommodate replaceable graphic prints
which are laminated and placed behind toughened glass and detailed to
replace the graphic. The glass should have anti glare coating.

127
■ The panels should be designed for structurally stability to withstand people
leaning against the sign and accidental impact by bags or moving people or
cycles etc.
■ All electrical wiring and hardware should be concealed and capable to
discourage unintentional tampering by people with higher sense of curiosity.
■ The detailing should ensure no water stagnation or collection should happen
over and inside the structure. Proper arrangements should be done for draining
or sealing the areas as required.

○ Additional information:
■ Audio announcements of the arrival of buses shall be introduced for persons
with visual impairments and will also benefit those who are unable to read the
signage.
■ A push button intercom shall be placed in a visible area to request police
assistance in case of an emergency, harassment, stealing or untoward incident.
■ Emergency phone numbers in a visible area and in legible size and font.

○ Street furniture
■ Dustbins, whose size will be based on the location and use of the bus shelter,.

○ Social Art: Bus stops can be used as canvases of public art conveying public interest
messages about anti-eve teasing, anti-molestation of women, anti sexual abuse.

○ Advertising: The advertisement/s shall not overwhelm the image of the bus shelter yet
provide for adequate revenues to cover the ongoing maintenance of the bus shelter

II. RECOMMENDED DESIGN CRITERIA: The following design elements and criteria
may be considered.
○ Public Amenities
■ Street vending spaces adjacent to the buses can be considered to provide daily
goods and services as well as create “eyes on the street” for women’s safety.

○ Any other innovative design elements or technology can be considered to promote


environment sustainability, improve passenger experience and place making.

III. PLACEMENT GUIDELINES


○ The bus shelters shall be located at a distance of at least 45m from intersections and
placed in the multi-functional zone as per UTTIPEC Street Design Guidelines.

○ Bus shelters shall be placed such they do not encroach on existing pedestrian and
cyclist movement, pedestrian crossings, footpaths and cycle tracks. Where the
footpath is less than 4.5m width, the bus shelter shall be placed towards the property
edge.

○ Where footpaths are more than 4.5m width, the bus shelters shall be placed 2.5m
from the kerb edge.

128
○ Where multiple shelters are located adjacent to each other, these shall be at a distance
of at least 15m c/c from each other. The bus shelters may provide a continuous
waiting area and amenities.

○ The information and advertising panels shall not block pedestrian or cyclist
movement or view of an oncoming bus.

IV. MATERIAL SELECTION GUIDELINES


○ The bus shelter design shall be constructed of a durable, robust material to reduce
maintenance costs with a warranty of at least 15 years. At least 3 manufacturers of
bus shelters should be consulted as to the best and cost effective combination of
materials and finishes for a particular area.

○ Parts should be easy to reorder and replace and should not require removal of other
parts or sections for access to make the repair.

○ Materials should be vandal, graffiti, weather, salt, and rust resistant, and easy to
clean.

V. RECOMMENDED REPORTS AND DESIGN GUIDELINES


○ Safety Audit Report, Delhi (2014); Available at
http://safetipin.com/resources/files/Delhi_Report.pdf

○ Harmonized Guidelines for Space Standards for Barrier Free Built Environment for
Persons with Disability and Elderly Persons (2016); Available at
http://cpwd.gov.in/Publication/Harmonisedguidelinesdreleasedon23rdMarch2016.pdf

○ Better Streets, Better Cities: A guide to street design in urban India; Available at
https://www.itdp.org/wp-content/uploads/2011/12/Better-Streets-Better-Cities-ITDP-
2011.pdf

129

You might also like