PART C: REQUEST FOR PROPOSAL (RFP)

Similar documents
5.1 LETTER OF ACCEPTANCE

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

COMMERCIAL TERMS AND CONDITIONS

Last Date of submission of Tender: up to A.M.

TENDERER S COPY TENDER NO.: DLI/SALAL/RUNN/08_047 DT S P E C I F I C A T I O N FOR

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE

Annexure-22 BANK GUARANTEE

SOCIAL INFRASTRUCTURE DEVELOPMENT FUND

Tender. for. Indian Institute of Technology Jodhpur

REQUEST FOR PROPOSAL For Food Plaza for Leasing

Standard Bid Document

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

F.No: Pr-12012/41/2018-PPP/NMCG Dated: 5 th September Addendum No. 1

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

TERMS & CONDITIONS TO APPLY AS CONSORTIUM

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Sl. No. Query/ Concern Clarification/ Information/ Amendment

SUMMARY SHEET ADDENDUM-1

CEYLON ELECTRICITY BOARD EASTERN PROVINCE

Circular to all trading and clearing members of the Exchange

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

(TO BE OBTAINED ON 100/- STAMP PAPER

Anneuxure -II: Amendments - 03 Amendments (BID No: SECI/C&P/IITB/SoUL/ Amendment - 03) NIT: SECI/C&P/IITB/SoUL/102016

FORMAT OF BANK GUARANTEE AGAINST BID SECURITY, ADVANCE PAYMENT, SECURITY CUM PERFORMANCE GUARANTEE BID SECURITY (EMD) FORM

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER FOR PROVIDING CONSULTANCY SERVICES FOR MASTER PLAN FOR THE ESTABLISHMENT OF MEDICAL DEVICES PROJECT AT THONNAKKAL, THIRUVANANTHAPURAM

SECTION III. LIST OF ANNEXURES [ I TO XII ] [ PAGE 01 TO 20 ]

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY Materials Management Division For IIT Goa

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

BID DOCUMENT SECTION I

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

ANNEXURE - C TO OT E/ FOR CYLINDR, COVER AND ADJ.DISC CASTINGS CHECK LIST STANDARD COMMERCIAL TERMS & CONDITIONS S

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

UV-Visible Spectrophotometer

AGREEMENT FOR INSTALLATION OF MOBILE/TELECOM TOWER

Certificate by Chartered Accountant on letter head

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

The last date for submission of the bids is at

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

CENTRE FOR INDUSTRIAL CONSULTANCY AND SPONSORED RESEARCH (IC&SR) IIT MADRAS CHENNAI BID INVITATION

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

As Implementing Agency INVITES OF TENDER FOR RESTAURANT SERVICES ON LICENSE BASIS

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

Hiring of Commercial Vehicle for Official Use at STPI

NOTICE INVITING TENDER (NIT)

HOSTEL OFFICE. Web: Phone: : within 30 days from the date of purchase order

ABSTRACT. G.O.(Ms) No.234 Dated: The appended Notification shall be published in the next issue of the Tamil Nadu Government Gazette.

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

Air Conditioner Maintenance Committee

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

LEAVE AND LICENCE AGREEMENT

Addendum-I to the RFQ-cum-RFP document

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT ASSAM REGIONAL OFFICE, GUWAHATI NAME OF TENDER

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

INDEX. S. No. PAGE DETAIL 1. 2 INFORMATION & INSTRUCTION NIT INSTRUCTION TO BIDDERS INTEGRITY PACT

Supply and Installation of A3 Size Scanner

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Notice for inviting E-Tender for hiring of vehicles

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

a. Supply of Room AC along with accessories. b. Installation/fitting of Indoor and Outdoor units.

NOTICE INVITING TENDER (NIT)

Tender. For. Scrub Stations

PROFORMA OF POWER OF ATTORNEY BY THE JOINT VENTURE/ CONSORTIUM MEMBERS (Non Judicial Stamp of Rs.100/- duly notarized)

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

Notice for inviting Tender for hiring of vehicle

Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20..,

NLC TAMILNADU POWER LIMITED

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

Tender No.3558/H/2012/Roots Dated:

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Type of Organisation : Service Provider (Aviation Industry) Tender Ref. No. : PHL:ER:ENGG:ATR2:HK2:2016 dated 10/11/2016

TAMIL NADU TEXTBOOK AND EDUATIONAL SERVICES CORPORATION TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF

TENDER DOCUMENT. Name of Work : Extensionn of chamber of General Manager in Basement Floor, Office Complex, Vikas Bhawan, Port Blair.

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Transcription:

1 PART C: REQUEST FOR PROPOSAL (RFP)

2 TABLE OF CONTENTS PART C:... 1 TABLE OF CONTENTS... 2 C-1 SCOPE OF WORK... 4 Bus Shelter (BS) specifications have also been made the part of the tender documents. 4 (1) Preparation of Construction Drawings... 5 (2) Construction Works... 5 (3) Operational Management... 5 (4) Maintenance Works... 5 (5) Services to be Provided... 6 C-2 PROJECT COST... 6 C-3 REVENUE GENERATION SOURCES... 6 Advertisement is the identified and permitted source of revenue from the Bus Shelters... 6 C-4 DETAILS TO ACCOMPANY RFP... 6 4.1 TECHNICAL PROPOSAL... 6 4.1.1 Organizational Structure during Construction and Operation... 7 4.1.2 Construction Schedule... 7 4.1.4 Maintenance Schedule... 7 4.1.5 Employment Schedule... 7 4.1.6 Conformity and Improvements... 7 4.1.7 Cost estimates of the Bus Shelter... 7 4.2 FINANCIAL PROPOSAL... 8 The bidder shall submit the financial proposal giving the following details;... 8 Table1 Construction Price Schedule... 8 Table 2: Operation and Maintenance Price Schedule... 10 Table 3: Grand Total Summary... 10 Appendix 6... 11 FORMAT FOR CONCESSION FEE... 11 Authorized Signatory... 11

3 ANNEXURES... 12 FORMS OF SECURITIES... 12 Annex A: Bid Security (Bank Guarantee)... 12 Annex A... 13 EMD/BID SECURITY (BANK GUARANTEE)... 13 (To be furnished by the Bidder along with the Bid )... 13 PERFORMANCE SECURITY FOR CONSTRUCTION (BANK GUARANTEE)... 15 PERFORMANCE SECURITY FOR OPERATION & MAINTENANCE (BANK GUARANTEE)... 18

4 C-1 SCOPE OF WORK 1.1 Description Bus Shelter (BS) specifications have also been made the part of the tender documents. 1. The dimension of Bus Shelters for Three Pole shelters shall be and 10 m x 2 m. Prospective bidder can physically inspect the model Bus Shelter erected by the IT Expressway Ltd, at various locations in Rajiv Gandhi Salai from SRP Tools junction to Siruseri for reference purposes. 2. All the structural members of the Bus shelters shall be of Stainless Steel of ASTM 304 Grade. 3. The list of locations of Three pole shelters are enclosed in Annexure 2 and may be modified as per site conditions 4. The covering of the roof shall be made of polycarbonate sheet, not less than 10 mm thick, and colour of the roof shall be approved prior to construction (preferably transparent) from the Engineer-in-Charge of ITEL. The fixing of roof shall be performed in a manner so as to make the roof leak-proof and shall withstand wind-loading under all conditions and as per standard specifications as applicable. 5. Coloured shade pre-fabricated cement concrete tiles shall be provided in the flooring over the base of plain cement concrete in the area not less than or 50 sq. m., as appropriate considering the dimensions of the Bus Shelter. Colour of the flooring tiles shall be approved by the Engineer-in-Charge of ITEL prior to construction. 6. The minimum clear roof height between the flooring and the ceiling shall be 3.60 metres. 7. The area for advertisement in each Three Pole Bus Shelter is restricted to 180 Sq.Ft. (Back Panel size of (21 0 length) x (5 0 height) and Top Panel Size of (25 0 length) x (3 0 height) only. 8. Bus route numbers, public awareness slogans and postal index No. shall be displayed at top side of the Bus Shelter. 9. Advertisement(s) shall be mounted only on the Back Panel and Top panel (Facing the road) in accordance with the area specified above. 10. Advertisement(s) will not be allowed on angular or side panels. 11. Stand alone panels will not be allowed. 12. Space shall also be reserved for provision of a clock and route map at the location within each Bus Shelter as directed by the Engineer-in-charge of ITEL. 13. Hand-rails of Stainless Steel ASTM 304 grade shall be provided in the Bus Shelters parallel to the kerb. Height of installation, arrangement of rails, spacing and related requirements shall be as directed by the Engineer-in-charge of ITEL. 14. Suitable seating arrangement shall be provided for a minimum of ten (10) persons in each bus shelter. 15. Suitable kerb shall be constructed to facilitate ease of boarding and alighting of passengers, particularly physically challenged and senior citizens. Ramps shall also be provided on both sides of the Bus Shelter for ease of access for physically challenged persons and Senior Citizens with a minimum slope of 1:40. 16. Materials used for construction including items such as fasteners, ties etc. as applicable, shall be vandalism proof.

5 The construction drawings, including foundation drawings are to be prepared by the successful bidder as applicable and supported by necessary calculations and estimates and utilizing most recent version of standard specifications and requirements and submitted for approval from the Engineer-in-Charge, ITEL. 1.2 Facility Planning The Concessionaire shall construct structurally sound and aesthetically appealing facilities as per plans provided by the ITEL. However, in areas where deviations are necessitated due to space or location constraints, the ITEL shall consider permitting such variations with prior approval in Consultation with Engineer-in-Charge. The requisite services as may be essential from the users points of view would be provided by the Concessionaire. 1.3 Specific Scope of Work The project scope would include the following major activities: (1) Preparation of Construction Drawings This includes the following: (a) Preparation of Construction drawings as per the specifications and requirements including structural designs and obtaining approval of the ITEL. (2) Construction Works This includes the following: (a) Necessary site clearing, restoration and preparation of working surface. (b) Removing and relaying of paver block, sand & other crust materials, once the work is completed. (c) Construction of modern user and environment friendly Bus Shelters as per the design, drawings and specifications provided by ITEL. (3) Operational Management This includes Bus Shelters operations i.e. regular cleaning of the shelter and its surrounding areas, functioning of user amenities, provision of dedicated security personnel who will also assist physically challenged and senior citizens, handling emergency situations, functioning of information and communication systems, if any, availability of basic infrastructure requirements such as electricity for lighting purposes, proper drainage, removal of municipal solid waste, and telecommunication would form part of operations. (4) Maintenance Works It will include, but not necessarily be limited to, routine and periodic maintenance works in the Bus Shelters as listed below: (a) Civil, electrical and mechanical works for the Bus Shelters (b) Furniture and Equipment maintenance and servicing

6 (5) Services to be Provided i. Water Supply: The Concessionaire shall ensure cost and supply of adequate water for general cleanliness of the Bus Shelter ii. Electricity Supply: The Concessionaire shall ensure adequate electricity supply and cost for proper lighting of the Bus Shelter and advertisements. iii. Cleaning of the Bus Shelter: The Concessionaire shall ensure daily cleaning of the Bus Shelter. iv. Garbage Disposal: The Concessionaire shall install litter-bins as specified near the Bus Shelter and safe disposal of the collected municipal solid waste in accordance with ITEL stipulated waste handling rules shall be the responsibility of the Concessionaire. v. Safety & Security: The safety and security of the Bus Shelter rests with the Concessionaire. The Concessionaire shall maintain security personnel, gadgets as required as part of the maintenance services. vi. Other Facilities: The Concessionaire shall construct/provide structurally sound and aesthetically appealing passenger facilities such as clock, route maps, ramps, hand rails and beepers to visually challenged persons as per plans approved by the ITEL. However, in areas where deviations are necessitated due to space or location constraints, the ITEL shall consider permitting such variations with prior approval. C-2 PROJECT COST The project cost would include the cost of Construction comprising civil, electrical and other costs. There will be recurring annual cost associated with operation and maintenance of the Bus Shelters which shall be the responsibility of the Concessionaire, including cost of Water, Electricity and other connected items. C-3 REVENUE GENERATION SOURCES Advertisement is the identified and permitted source of revenue from the Bus Shelters. Note: The data given herein is for general information and guidelines of the bidder. Bidder is expected to make his own estimates of revenue before submitting their Proposals. No Claim shall be entertained in this regard at any stage. C-4 DETAILS TO ACCOMPANY RFP 4.1 TECHNICAL PROPOSAL The Bidder shall submit the following along with the Proposal in sufficient details to enable evaluation of their grasp of the work and ability to execute it within the Time of Completion.

7 4.1.1 Organizational Structure during Construction and Operation The Bidder shall submit their proposed organizational structure during Construction, operation and maintenance stages commensurate with targeted Project Completion Schedule, which will form the basis of Employment Schedule. The Bidder shall also enclose CV s of the key persons including tasks assigned to them. 4.1.2 Construction Schedule This shall consist of a detailed program of construction with supporting calculations, deployment of man and machine showing bar chart showing in sufficient details, completion of various section of Work and the date and order in which the Bidder Proposed to carry out different parts of the Works. This construction schedule shall form the basis for preparation of detailed CPM schedule to be furnished after the award of the Concession. 4.1.3 Operation Schedule The operational schedule will consist of the procedures and practices to be followed in keeping the facility working and the processes followed for operations. Daily operational schedules for the Bus Shelters including housekeeping, security/ watch ward, lease agreement monitoring will form part of this schedule. 4.1.4 Maintenance Schedule Maintenance schedules would contain time schedules and scope of maintenance work to be taken up, under the routine maintenance and regular maintenance. 4.1.5 Employment Schedule This shall consist of a chart showing deployment of monthly manpower (including skilled and unskilled labour of various categories) commensurate with the Construction Schedule and the Operation and Maintenance schedule. 4.1.6 Conformity and Improvements In conformity to the fixed parameters, technical specification and performance standards, the Concessionaire can propose need based additional facilities to users in the bus shelters. For e.g., options to equip a specified number or all of the Bus Shelters with solar panels for generation of electricity shall also be indicated in the Proposal. In case the bidder proposes additional facility in the bus shelters, the bidder should submit details of additional facilities, for review and approval of ITEL. However, all such additional facilities are to be performed at the Bidder s own cost and at no additional cost to the ITEL nor reduction or change in the Annual Concession Fee. 4.1.7 Cost estimates of the Bus Shelter Cost estimates of the Bus Shelter, based on the Design and details provided by ITEL, shall be furnished in the RFP. The bidder shall prepare a cost (item wise) and cash flow estimates for executing the work, along with a break-up of the O&M expenses for the Concession Period.

8 4.2 FINANCIAL PROPOSAL The bidder shall submit the financial proposal giving the following details; Concession Fee The bidder shall quote the Concession Fee to be paid by the Concessionaire per year on a lump sum basis in Indian Rupees with the specified annual compounded increase of five percent (5%) that the bidder would pay to ITEL on an annual basis during the entire concession period in the prescribed format given in Appendix 6. Financing Arrangement for the Project Bidder shall enclose the probable means of financing the project such as sanction order/commitment letter from the Banks/ Financial Institutions should be enclosed. Table1 Construction Price Schedule (Item-wise break up of construction cost to be indicated under the following heads) Sl. No. Brief Item Description Unit Quantity Rate (Rs.) Amount (Rs.) Sub Total (Rs. Lakh) 1 Preparation of Construction Drawings CIVIL WORKS 2. Sub Total for Civil Works ELECTRICAL WORKS 3 Sub total for Electrical Works 4 Horticulture Works Sub-total for Horticulture Works A TOTAL CONSTRUCTION COST (1+2+3+4)

9 Sl. No. Brief Item Description Unit Quantity Rate (Rs.) Amount (Rs.) Sub Total (Rs. Lakh) 4 Contingencies 5 Interest During Construction (IDC) 6 7 Pre-Operative Expenses Taxes, Works Tax etc 8 Supervision Costs 9 Any Other Cost Head B TOTAL LANDED PROJECT COST (A+4+5+6+7+8+9)

10 Table 2: Operation and Maintenance Price Schedule Sl. No. Item Unit Quantity Rate (Rs.) Amount (Rs.) 1 Operation and Maintenance cost of BS and facilities 2 Operation and Maintenance cost of Electrical Equipments 3 Operation and Maintenance cost towards Manpower deployed 4 Operation and Maintenance cost towards Administration 5 Operation and Maintenance cost towards Security Per year Per year Per year Per year Per year 6 Any Other Costs Per year TOTAL O&M COST Per year Table 3: Grand Total Summary Sl. No. Schedule Sub Total (Rs. Lakh) 1. TOTAL LANDED PROJECT COST (Schedule 1) 2. TOTAL ANNUAL O&M COST (Schedule 2) GRAND TOTAL

11 Appendix 6 FORMAT FOR CONCESSION FEE We agree to pay a Concession Fee of IN Rs. (Indian Rupees only) per annum in the first year, for Construction & Maintenance of 54 Nos. of Modern Bus Shelters along Rajiv Gandhi Salai (IT Corridor) from SRP Tools Junction to Siruseri in 17 Km Road under BOT Basis in Chennai, Tamil Nadu. The Concession fee quoted shall be increased on an annually compounded basis by five percent (5%) for the 9 years. Note: In the event of the successful Bidder unable to complete the specified number of shelters due to site conditions attributed to ITEL or Government agencies/ Departments, the concession fee will be calculated proportionately irrespective of numbers of Three Pole or Two Pole Shelters completed by them. Authorized Signatory (With Stamp of the concessionaire)

12 ANNEXURES FORMS OF SECURITIES Acceptable forms of securities are annexed. Bidders should not complete the forms for Performance Security for Construction and Performance Security for Operation and Maintenance at the time of submission of Bids. Only the successful Bidder will be required to provide Performance Security for Construction and Performance Security for Operation & Maintenance in accordance in the prescribed format as specified in the enclosed forms. Annex A: Bid Security (Bank Guarantee) Annex B: Performance Security for Construction (Bank Guarantee) Annex C: Performance Security for Operation & Maintenance (Bank Guarantee)

13 Annex A EMD/BID SECURITY (BANK GUARANTEE) (To be furnished by the Bidder along with the Bid ) WHEREAS (Name of the Bidder) (hereinafter called the Contractor) wishes to submit his tender for Construction & Maintenance of 54 Nos. of Modern Bus Shelters along Rajiv Gandhi Salai (IT Corridor) from SRP Tools Junction to Siruseri in 17 Km Road under BOT Basis in Chennai, Tamil Nadu of herein after called the Tender KNOW ALL MEN by these present that we (Name of Bank) of having our Registered Office at ( ) (hereinafter called the Bank ) are bound unto the IT Expressway Limited (ITEL) (hereinafter called the Concessioning Authority ) the sum of the Rs. (Rupees ) for which payment can truly be made to the said Concessioning Authority. The Bank bind themselves, their successors and assigns by these presents with the common seal of the Bank this day of 2013 and undertake to pay the amount of (Rupees ) to the Concessioning Authority upon receipt of a written demand and without demur and without the Concessioning Authority having to substantiate his demand. The conditions of this obligation are: If the Tenderer withdraws his tender during the period of Tender validity specified in the Form of Tender Or If the Tenderer having been notified of the acceptance of his Tender by the Concessioning Authority during the period of tender validity Or If the Tenderer fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required Or Fails or refuses to furnish the Performance Security, in accordance with the Instruction to Bidders. We undertake to pay the Concessioning Authority up to the above amount upon receipt of his first written demand and without demur and without the Concessioning Authority having to substantiate his demand, provided that in his demand the Concessioning Authority will note that the amount claimed by him is due to the occurrence of any one of the above conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to ----------------------(Date) and including the date 90 days beyond the validity of the bid as such deadline is stated in the Instructions to Bidders or as it may be extended by the Concessioning Authority, at any time prior to the closing date for submission of the Tender Notice of which extension to the Bank is hereby waived. Any demand

14 in respect of this guarantee should reach the Bank not later than the above date of expiry of this guarantee. Notwithstanding anything contained herein. i) Our liability under this Guarantee shall not exceed the guaranteed amount Rs. /- (Rupees -----------------------------------only) This Guarantee shall be valid upto 20 (Expiry date) and ii) We shall be liable to pay the guaranteed amount under this guarantee only and if we receive a written claim or demand duly signed by a duly Authorised official of the Concessioning Authority before the 20 (Expiry date) as mentioned above. SIGNATURE OF AUTHORISED REPRESENTATIVE OF THE BANK NAME AND DESIGNATION SEAL OF THE BANK SIGNATURE OF THE WITNESS NAME OF THE WITNESS ADDRESS OF THE WITNESS

15 PERFORMANCE SECURITY FOR CONSTRUCTION (BANK GUARANTEE) BG No dated 2013 To IT Expressway Ltd. Sindur Panthion Plaza, 2 nd Floor, 346 Pantheon Road, Egmore, Chennai 600 008 Bank Guarantee No..dated for Rs. /- (Rupees.only) 1.1.1 WHEREAS vide the Letter of Award no dated 2013 for Construction & Maintenance of 54 Nos. of Modern Bus Shelters along Rajiv Gandhi Salai (IT Corridor) from SRP Tools Junction to Siruseri in 17 Km Road under BOT Basis in Chennai, Tamil Nadu (Hereinafter referred to as the Contract ) M/s..,. (hereinafter referred to as Concessionaire which expression shall unless repugnant to or inconsistent with the context mean and include its successors and assigns) has been awarded by M/s. IT Expressway Ltd, a company incorporated under the Companies Act, 1956 (hereinafter referred to as the Concessioning Authority which expression shall unless repugnant to or inconsistent with the context mean include its successors and assigns), the contract for Construction & Maintenance of 54 Nos. of Modern Bus Shelters along Rajiv Gandhi Salai (IT Corridor) from SRP Tools Junction to Siruseri in 17 Km Road under BOT Basis in Chennai, Tamil Nadu AND WHEREAS it has been stipulated by you in the said contract that the Contractor shall furnish you a Performance Guarantee for construction period for a sum equivalent to 5% of the respective finalized Annual Concession Fee due to ITEL to be furnished simultaneously with the execution of the Agreement valid for a period of 12 months or 3 Months beyond the completion of the Construction Period, from a specified Scheduled / Nationalised Bank, for the sum specified therein as security for compliance with the contractor s obligations in accordance with the Contract and against any breach or non-performance of the terms and conditions contained in the contract.

16 AND WHEREAS we.bank, having its Head Office at and amongst others, a branch office situated at, Chennai, have agreed to furnish a Performance Guarantee for a sum of Rs. --------------/- (Rupees ---------------------------only) (hereinafter referred as the guaranteed amount) as security for compliance of the contractor s obligations under the contract. NOW THEREFORE we hereby affirm that we as the guarantor are responsible to you on behalf of the Contractor, for the guaranteed amount and we irrevocably undertake to pay you upon your first written demand and without demur or argument, any sum or sums within the limits of the guaranteed amount as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified herein. The guaranteed amount shall be payable merely on demand by the Concessioning Authority. Any letter stating that the amount claimed in the demand notice / letter is due and payable, signed by a duly authorized official of the Concessioning Authority to this effect, shall be final, binding or conclusive upon us. We, hereby agree to pay on demand the guaranteed amount without demur by crediting to the Bank Account of the Concessioning Authority, the details of which are to be informed to us by you during the validity of the guarantee. Our liability under this Guarantee shall not be affected by any change in the constitution of the Contractor or of the Guarantor. We hereby undertake that this Guarantee is absolute, irrevocable and unconditional and shall be enforceable against us notwithstanding any security or securities comprised in any instrument executed or to be executed by the contractor in favour of the Concessioning Authority. We hereby also agree that this guarantee shall not be wholly or partially satisfied or exhausted by any payments made to or settled with the Concessioning Authority by the Contractor and shall be valid and binding on us and operative until the expiry of this Guarantee. We, further agree that no change or addition to or other modification of the terms of the contract or of the works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. The jurisdiction in relation to this Guarantee shall be Courts at Chennai and laws of India shall be applicable. This guarantee shall be valid up to 20 (hereinafter referred to us as the Expiry Date ). Notwithstanding anything contained herein. i) Our liability under this Guarantee shall not exceed the guaranteed amount Rs. ------ ---------------/- (Rupees -----------------------------------only) This Guarantee shall be valid up to --------------20 (Expiry date) and ii) We shall be liable to pay the guaranteed amount under this guarantee only and if we receive a written claim or demand duly signed by a duly Authorised official of the Concessioning Authority before the ------------20 (Expiry date) as mentioned above.

17 IN WITNESS WHEREOF we have executed this guarantee on this 2013. Signature of Authorised Representative of the Bank Name and Designation Seal of the Bank.. Signature of Witness Name of Witness

18 PERFORMANCE SECURITY FOR OPERATION & MAINTENANCE (BANK GUARANTEE) BG No dated 2013 To IT Expressway Ltd. Sindur Panthion Plaza, 2 nd Floor, 346 Pantheon Road, Egmore, Chennai 600 008 Bank Guarantee No..dated for Rs. /- (Rupees.only) 1.1.2 WHEREAS vide the Letter of Award no dated 2013 for Construction & Maintenance of 54 Nos. of Modern Bus Shelters along Rajiv Gandhi Salai (IT Corridor) from SRP Tools Junction to Siruseri in 17 Km Road under BOT Basis in Chennai, Tamil Nadu (Hereinafter referred to as the Contract ) M/s..,. (hereinafter referred to as Concessionaire which expression shall unless repugnant to or inconsistent with the context mean and include its successors and assigns) has been awarded by M/s. IT Expressway Ltd, a company incorporated under the Companies Act, 1956 (hereinafter referred to as the Concessioning Authority which expression shall unless repugnant to or inconsistent with the context mean include its successors and assigns), the contract for Construction & Maintenance of 54 Nos. of Modern Bus Shelters along Rajiv Gandhi Salai (IT Corridor) from SRP Tools Junction to Siruseri in 17 Km Road under BOT Basis in Chennai, Tamil Nadu AND WHEREAS it has been stipulated by you in the said contract that the Contractor shall furnish you a Performance Guarantee during the Operation & Maintenance period for a sum equivalent to 25% of the respective finalized Annual Concession Fee due to ITEL to be furnished at the end of the First quarter of the Construction period valid for the entire Concession Period of 9 Years from a specified Scheduled / Nationalised Bank, for the sum specified therein as security for compliance with the contractor s obligations in accordance with the Contract and against any breach or non-performance of the terms and conditions contained in the contract. AND WHEREAS we.bank, having its Head Office at and amongst others, a branch office situated at, Chennai, have agreed to furnish a Performance Guarantee for a sum of Rs. --------------/- (Rupees ---------------------------only) (hereinafter referred as the guaranteed amount) as security for compliance of the contractor s obligations under the contract. NOW THEREFORE we hereby affirm that we as the guarantor are responsible to you on behalf of the Contractor, for the guaranteed amount and we irrevocably undertake to pay you upon your first written demand and without demur or argument, any sum or sums within the limits of

19 the guaranteed amount as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified herein. The guaranteed amount shall be payable merely on demand by the Concessioning Authority. Any letter stating that the amount claimed in the demand notice / letter is due and payable, signed by a duly authorized official of the Concessioning Authority to this effect, shall be final, binding or conclusive upon us. We, hereby agree to pay on demand the guaranteed amount without demur by crediting to the Bank Account of the Concessioning Authority, the details of which are to be informed to us by you during the validity of the guarantee. Our liability under this Guarantee shall not be affected by any change in the constitution of the Contractor or of the Guarantor. We hereby undertake that this Guarantee is absolute, irrevocable and unconditional and shall be enforceable against us notwithstanding any security or securities comprised in any instrument executed or to be executed by the contractor in favour of the Concessioning Authority. We hereby also agree that this guarantee shall not be wholly or partially satisfied or exhausted by any payments made to or settled with the Concessioning Authority by the Contractor and shall be valid and binding on us and operative until the expiry of this Guarantee. We, further agree that no change or addition to or other modification of the terms of the contract or of the works to be performed there under or of any of the contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. The jurisdiction in relation to this Guarantee shall be Courts at Chennai and laws of India shall be applicable. This guarantee shall be valid up to 20 (hereinafter referred to us as the Expiry Date ). Notwithstanding anything contained herein. iii) Our liability under this Guarantee shall not exceed the guaranteed amount Rs. ------ ---------------/- (Rupees -----------------------------------only) This Guarantee shall be valid up to --------------20 (Expiry date) and iv) We shall be liable to pay the guaranteed amount under this guarantee only and if we receive a written claim or demand duly signed by a duly Authorised official of the Concessioning Authority before the ------------20 (Expiry date) as mentioned above. IN WITNESS WHEREOF we have executed this guarantee on this 2013. Signature of Authorised Representative of the Bank Name and Designation Seal of the Bank Signature of Witness.. Name of Witness