government of andhra pradesh directorate of municipal...
TRANSCRIPT
Government of Andhra Pradesh Directorate of Municipal Administration (AP)
Guntur
Request for Proposals [RFP] for Selection of
Twelve [12] Regional Service Providing Agencies to Facilitate Implementation of
Capacity Building (CB), Institution Building (IB) and Information Education Behaviour Change Communication
(IEBC) activities in ULBs on Municipal Solid Waste Management [MSWM]
RFP NO:
DATE: 07- 04-2017
Sl.No. Events Dates Time
1. Issue / Downloading RFP Document 07/04/ 2017 11.00 AM
2. Pre-Bid Meeting 13/04/2017 02:30 PM
3. Submission of Bid 24/04/2017 Up to 03.00 PM
4. Opening of Technical Bids 24/04/2017 At 03.00 PM
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 2 of 36
Contents 1. Fact Sheet ........................................................................................................................................... 3
2. Proposal ............................................................................................................................................... 7
3. Background Information .................................................................................................................. 7
4. Instructions to Bidder ........................................................................................................................... 8
4.1. General ............................................................................................................................. ..... 8 4.2. Compliant Proposals/ Completeness of Tender Paper .................................................... 9 4.3. Key Requirements of the Bid ............................................................................................... 9 4.3.1. Right to Terminate the Process ....................................................................................... 9
4.3.2. Cost of Tender Paper (Document Fees) ....................................................................... 9
4.3.3. Earnest Money Deposit (EMD) ........................................................................................ 9
4.3.4 Performance Security deposit in the form of Bank Guarantee……………………….. 10
4.3.5. Submission of Proposals .................................................................................................... 10
4.3.6. Authentication of Bids ...................................................................................................... 10
4.4. Preparation and Submission of Tender Paper ................................................................... 11 4.4.1. Preparation Costs ........................................................................................................... ... 11
4.4.2. Language .................................................................................................................... ....... 11
4.4.3. Venue & Time for Submission of Tender Paper ............................................................ 11
4.4.4. Late Bids and Conditional Bids ....................................................................................... 11
4.5. Evaluation Process .............................................................................................................. 12 4.5.1. Tender Opening .............................................................................................................. 12
4.5.2. Tender Validity ................................................................................................................. 12
4.5.3. Invalid Tender ................................................................................................................... 12
5. Evaluation Procedure ..................................................................................................................... 13
5.1. Qualification Criteria .......................................................................................................... 13 5.2. Technical Evaluation .......................................................................................................... 14 5.3. Financial Proposal ............................................................................................................... 14 6. Appointment of Service Provider Agency ................................................................................. . 15
6.1. Award Criteria ..................................................................................................................... 15 6.2. Right to Reject Any or All Proposal(s) ............................................................................... 15 6.3. Notification of Award ......................................................................................................... 15 6.4. Contract Finalization and Award...................................................................................... 15 6.5. Signing of Contract............................................................................................................. 15 6.6. Failure to Agree with the Terms and Conditions ............................................................. 15 6.7. Period of Contract .............................................................................................................. 15 7. Terms of Reference .......................................................................................................................... 16
7.1. Objective ............................................................................................................................. 16 7.2. Deliverables ......................................................................................................................... 16 7.2.1. Capacity Building................................................................................................................. 16 7.2.2 IB & IEBC Activities… …………………………………………………………….………… 16
7.3 Inputs for Planning Resources……………………………………………………………………..17
Appendix-I: Technical Bid ............................................................................................................. .......... 19
Form 1: Form for submitting Technical Proposal .......................................................................... 19 Form 2: Compliance Sheet for Eligibility Criteria ......................................................................... 20 Form 3: Bid Letter (Technical Bid) .................................................................................................. 21 Form 4: Particulars of the Bidder ................................................................................................... 22 Form 5: Format for List of Projects Executed ................................................................................ 23 Form 6: Project Citation Format .................................................................................................... 24 Form 7: Affidavit of not be under Ineligibility ............................................................................... 25 Appendix-II: Financial Bid ....................................................................................................................... 26
Form 8: Financial Proposal ............................................................................................................. 26 Form 9: Compliance Sheet for Financial Proposal ...................................................................... 28 Form 10: Bid Letter (Financial Bid) ................................................................................................. 29 Form 11: Performance Bank Gurantee.......................................................................................... 31
Form 12: Format for Power of Attorney for designating Lead Member of Consortium............ 33
Annexure I – Proposed RSPA allotment of Districts / ULBs……………………………………………………………. 35 34
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 3 of 36
1. Fact Sheet This Fact Sheet contains information on the tender for bidder’s quick reference.
Reference Matter / Description
Context
The MA&UD Department, Govt. of AP intends to comprehensively roll-out Training &
Capacity Building, Institution Building and Behaviour Change Communication
activities for the various stakeholders at Regional & ULB levels as per uniform
guidelines. It is proposed to have 12 Regional Service Providing Agencies (RSPA)
to cover the 13 districts of AP. For more details, please visit: http://cdma.ap.gov.in
Scope of
Work
The Selected RSPA must;
(i) Coordinate, Facilitate and Document the Capacity Building Sessions by Preparing
monthly training schedule for the CB Calendar designed by the state level agency
(ii) Build Institutions (both informal and formal) at Micro-pocket/ Ward / ULB / District
levels with Student Chapters to develop social capital comprising of apolitical,
service oriented leaders from diverse groups of stakeholders in the community and
empower them to take up social initiatives in a self-sustainable manner to achieve
the goals set by the Directorate of Municipal Administration, (AP) Guntur.
(iii) Facilitate and Capacity Build Institutions and Community Resource Persons (CRPs)
for IEBC activities including, Mass and Interpersonal communication activities as per
the information provided in 7.3 Inputs for Planning Resources, in this document.
Eligibility
Criteria
NGOs, Trusts, Companies registered under Companies Act 1956, Non-Profit
organizations registered under the societies act or under section 25 of the
Companies Act, 1956 can apply individually or as JV / consortium of not more
than 3 Agencies
Project
Timeline
1 Year. The time may be extended on requirement of Director of Municipal Administration, (AP) Guntur and satisfactory performance of the service
provider
Deliverables
Capacity Building (Tentative Training Plan can be seen in Annexure-2(A):
(i) To submit the list of all the functionaries (Name, Role, Mobile Number, Email
etc) in the respective ULBs as per the focus groups identified.
(ii) Detailed Monthly Training Schedule for the Focus Groups identified at ULB
level, identifying training personnel (facilitators) (refer 7.3) & ensure facilitators
attend ToT & get certified by SCIMMU
(iii) To have dedicated personnel in every ULB for capacity building as
indicated in 7.3.1 Inputs for Planning resources
(iv) Coordinate with the ULB authorities and motivate the Focus Group Trainees
to take up Virtual/Class room training sessions and conduct trainings as
planned.
(v) Facilitate Training Resources (On call basis) to conduct the trainings as per
monthly schedule, approved by SCIMMU.
(vi) Assign the competent training resources as per the FG Modules and also
keep the resource person(s) in buffer for contingencies
(vii) Facilitator’s assignment and bank details (PAN and AADHAR Card) should be
furnished 2 days in advance from the scheduled date of training.
(viii) Complete the necessary pre-and-post training documentation requirements
(ix) Get RSPA admin team trained on the various technical aspects of the
project
(x) Reporting: Upload online reports within 2 Working days after completion of
every training session & file monthly reports (both soft & hardcopy as
prescribed) to SCIMMU.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 4 of 36
Deliverables
(xi) Social Audit and Training Impact Assessment and reporting as required by
SCIMMU.
IB & IEBC Activities:
(xii) Identify Community Resource Persons (CRPs) with leadership qualities from
diverse groups in the community and build their capacities for facilitating the
Institution building and IEBC process (minimum 2 per ward on call basis) and
furnish the detailed list of CRPs identified.
(xiii) To have dedicated resource person(s) for IB and IEBC in every ULB to
coordinate with the local authorities and conduct IB & IEBC activities as
indicated in 7.3.1 Inputs for Planning Resources and send them for ToT to get
them certified by SCIMMU
(xiv) ULB resource persons need to give TOT to the Identified CRPs on various
Project activities
(xv) Get the RSPA admin team trained on the project needs, deliverables and
other technicalities involved in the assignment by SCIMMU
(xvi) To facilitate Mass & Inter Personal Communication activities (as listed in the
Annexure 2(b)) and thematic drives to match SBM schedules involving the
influential and celebrities wherever possible (Creating awareness through
door-to-door campaigning) by taking help from existing institutions like
Walkers club, SHGs, City Task Force etc, through CRPs.
(xvii) Building Institutions and Student Chapters- Informal Groups at Micro-pocket
level in each ward and Formal institutions at Ward, ULB and District levels and
empower them to carry out IEBC activities in a self-sustainable manner by
handholding throughout the year
(xviii) Helping the institutions to become stronger and sustainable through various
capacity building trainings.
(xix) Train the institutions on various ICT and Social Media tools (Includes a website
which will be created only for the purpose of institution building & creating
awareness among the public) for widening their activities and raising social
capital.
(xx) Creating green corps in schools / making them active by motivating the
students to stand up for socially impactful issues.
(xxi) Updating the activity information on social media instantaneously to
generate wide spread publicity.
(xxii) Giving relevant material for publishing weekly and monthly news letters
(xxiii) Document all the above activities and post it online / offline on a daily basis
/ in prescribed manner to SCIMMU.
(xxiv) Conducting random social audits and reporting as required by SCIMMU.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 5 of 36
Expected
Start Date Expected to start from 01/05/2017
Clause
Reference Topic
Payment
terms
Payment will be released in six installments after delivery of work output
as mentioned below.
Output Percentage Timeline Submission of work schedule, Training Personnel (Facilitators-7.3) and ULB resources (7.31) list along with their consent letters, Undergo the ToT session for CB, SCB & IEBC activities and obtain readiness certificate from State level agencies and SCIMMU.
15%
Within 60 days after award of contract.
5 Part Payments
Payable Bimonthly
within 15 days of
submission of
Invoices raised on
121st, 181st, 241st, 301st and
365th day from the date of
award of contract.
Completion of activities as per
calendar and submission of online
evidence and offline reports with
supporting documents on a monthly
basis and obtaining work completion
certificate from SCIMMU, bi-monthly
for submission of invoice.
17%
Method
of
Selection
Quality and Cost Based Selection (QCBS) method will be followed in agency
selection.
Technical Proposal [100 Marks] (Minimum Qualifying Mark-70)
Understanding on the scope of work [15 Marks]
Expertise and Experience of the Agency / Consortium in implementing any
Government social programs / executed any ULB level SWM works involving
community mobilization, engagement and training / worked on any
environmental projects at the field level / Public or Private Training Institutions
working in Human Resource Development [35 Marks]
Qualification and expertise of the team [40 Marks]
Any relevant interventions in SWM to identified target Groups [10 Marks]
Financial Proposal [100 Marks]
Financial proposal for each bidder will be evaluated according to this formula
given below and Marks allotted =
(Bid of lowest bidder / Bid of particular bidder) * 100
The highest scoring agency (out of 100) will be selected by giving 70% weightage
to Technical score and 30% to Financial score.
Tender Fee
The bidders are required to submit the document Fee of Rs.10,000/-
(Rupees Ten Thousand only) (non-refundable) by Demand Draft
in favour of The Commissioner & Director of Municipal Administration payable at
Hyderabad, from any of the scheduled commercial bank
along with the proposal.
Earnest Money
Deposit
(EMD)
Earnest Money Deposit of amount Rs.50,000/- (Rupees Fifty
Thousand) only (Refundable) by Demand Draft in favour of
The Commissioner & Director of Municipal Administration payable at Hyderabad
from any of the scheduled commercial bank must accompany the technical
bid. Proposals without DDs for Tender FEE & EMD will be summarily rejected.
Language The proposal should be prepared by the Bidder in English
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 6 of 36
of the Bid language only.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 7 of 36
Clause Reference Topic
Limitations for the
Bid
1. Any Regional Service Providing Agency (RSPA) can bid for a
maximum of 4 Districts
2. In case any RSPA chooses to bid for more than 1 District, it needs
to submit separate bids along with all required documentation
and applicable deposits / fees, with dedicated resource / teams.
RSPA combining 2 or more bids in one with the same resources / team will not be considered and the bid will be disqualified
3. In case the RSPA chooses to bid for 2 or more districts
non-performance in any of the Districts will lead to disqualification
and cancellation of contracts in all the other districts as well.
Currency of the
Bid
The bidder should quote price in Indian Rupees only. The
offered price must be exclusive of taxes and duties.
The taxes as appropriate & applicable would be paid at the
prevalent rates.
Validity Period of Proposals/ Bids must remain valid for 60 days after the last
the Bid date of submission.
The proposal must be submitted to:
O/o. The Project Director,
Andhra Pradesh Municipal Development Project (APMDP)
Sri Kavyasri Residency, M.G.Inner Ring Road,
Agatavarapadu, Reddipalem, Guntur. A.P. 522509
through registered post or speed post or in submitted in Specified
Tender Box. Authority is not responsible for any delay what so ever.
Submission
Of
Bid
The tender paper, technical bid, Tender fees and EMD shall
be put in a sealed envelope with superscription as;
“Technical Bid”. The price bid shall be put in a separate
sealed envelope with superscription as “Financial Bid”. Both
the envelopes shall be put in a separate envelope with
superscription as “Proposal for Selection of Regional Service Providing
Agency (RSPA) to Facilitate Capacity Building, Institution Building
and IEBC activities in ULBs on Municipal Solid Waste Management
along with the proposed District Name listed in the Annexure I”.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 8 of 36
2. Proposal
Sealed tenders are invited from eligible, reputed and qualified
organizations/Consortium/JV for Proposal for Selection of Regional Service Providing
Agency to Implement Capacity Building, Social Capital Building and IEBC activities in
ULBs on Municipal Solid Waste Management. This invitation is open to all Bidders
meeting the minimum eligibility criteria mentioned in the RFP Document. The
interested organizations can download the document from http://cdma.ap.gov.in
and submit their proposal, complete in all respects, to O/o. The Project Director,
Andhra Pradesh Municipal Development Project (APMDP), Sri Kavyasri Residency,
M.G.Inner Ring Road, Agatavarapadu, Reddipalem, Guntur. A.P. 522509 within
stipulated time in Tender Box or through speed post or registered post. The authority is
not responsible for any sorts of delay what so ever.
3. Background Information
Solid Waste Management is an activity in which volunteerism and public
participation are the keys to success, it is not only the technology but public attitude
and behavior that are going to make the positive difference.
The MA&UD Department of Government of AP, has issued uniform guidelines in the
form of a GO (G.O.279) for Work Outsourcing in MSWM to ensure better service
delivery and compliance to SWM Rules 2016 and NGT guidelines.
The implementation of the above needs to be in synchronization with Comprehensive
Capacity Building of the Service Providers which is further linked inseparably with
Behavior Change Communication for the citizens of 110 ULBs, through widespread IEC
activities.
Traditionally IEC has been limited to awareness generation for a brief period through
audio-visual materials, distribution of pamphlets, rallies, meetings etc, throughout the
country. It is proven that the investment made in IEC has not given the desired results
in changing the mindsets of people.
It is the key reason for Swachh Bharat Mission to earmark 5% for Capacity Building and
15% on Public Awareness & IEC activities of the total central allocation to ensure that
the SBM goals are met.
For the first time in the country, The Directorate of Municipal Administration (AP),
Guntur, is envisaging a model for sustained and result oriented IEBC activities coupled
with capacity building as they go hand-in-hand to ensure change management.
MA&UD has released a GO.Rt.No.507 dt.05.08.2016 to constitute a committee with the
following members:
1. The Director of Municipal Administration
2. The Managing Director, Swachh Andhra Corporation
3. Mission Director, MEPMA
The committee shall Identify Agency / Consortium of Regional Agencies for Capacity
Building, Institution Building and IEBC activities in ULBs.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 9 of 36
4. Instruction to Bidder
4.1. General
a) While every effort has been made to provide comprehensive and accurate
background information and requirements and specifications, Bidders must
form their own conclusions about the support needed to meet the
requirements based on their past experience.
b) All information submitted by Bidders in their Bids shall be treated as
contractually binding on the Bidders, on successful award of the assignment by
the Director of Municipal Administration, Guntur
c) No commitment of any kind, contractual or otherwise shall exist unless and until
a written contract is executed by or on behalf of the Directorate of Municipal
Administration, AP, Guntur. Any notification of preferred bidder status by The
Directorate of Municipal Administration (AP), Guntur, shall not give rise to any
enforceable rights for the Bidder. The Director of Municipal Administration,
reserves rights to cancel the process at any time prior to a written contract
being executed by or on behalf of the Director of Municipal Administration,
(AP) Guntur.
d) Proposals submitted by a Consortium should comply with the following
additional requirements:
1) Wherever required, the Proposal shall contain the information required of each of the members of the Consortium and should clearly set out the roles and responsibilities of the members.
2) The members of the Consortium shall furnish a Power of Attorney to a designated inclusive member duly signed by authorized representative(s) of the members as per the format set out in Appendix iii (Format for designating Consortium Lead Member)
3) The Proposal shall be signed by the duly authorized signatory of the Lead member and shall be legally binding on all the members of the Consortium.
4) The Consortium shall submit a fresh Memorandum of Understanding (MoU) as part of its Proposal. The MoU shall inter alia:
(i) a) Convey the intent of the Lead Member to enter into a management
agreement with the Other Member for the Concession Period or form a joint venture company with the Operator. The Consortium or joint
venture company, as the case may be, would enter into the Concession Agreement and subsequently carry out all the responsibilities as Concessionaire in terms of the Concession Agreement, in case the Project is awarded to the Consortium.
(ii) Clearly outline the proposed roles and responsibilities of the members of the Consortium.
(iii) Include a statement to the effect that all members of the Consortium
shall be liable jointly and severally for the Implementation of the
Project in accordance with the terms of the Concession Agreement.
(iv) In naming the Lead Member and the Other Member of the Consortium,
also include their successors and permitted assigns.
(v) No change in composition of the Consortium would be allowed after
signing of the agreement.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 10 of 36
4.2. Compliant Proposals/ Completeness of Tender Paper
a) Submission of the bid shall be deemed to have been done after careful study
and examination of the RFP document with full understanding of its
implications.
b) Failure to comply with the requirements of any clause of the RFP may render
non-compliant and the proposal shall be rejected summarily
4.3. Key Requirements of the Bid
4.3.1. Right to Terminate the Process
a. Directorate of Municipal Administration, (AP) Guntur, reserves right to terminate
the Tender process at any time without assigning any reason thereof. Director of
Municipal Administration, (AP) Guntur, makes no commitments, express or implied,
that this process will result in a business transaction with anyone.
4.3.2. Cost of Tender Paper (Document Fees)
Tender document can be downloaded from https://www.cdma.ap.gov.in. The
bidders are required to submit the non-refundable tender document Fee of Rs
10,000/- (Rupees Ten Thousand) only in shape of an account payee Demand
Draft in favour of the Commissioner & Director of Municipal Administration,
Government of Andhra Pradesh payable at Hyderabad, from any of the
scheduled or commercial bank along with the Tender Paper. Proposals received
without or with inadequate fees shall be rejected out rightly.
4.3.3. Earnest Money Deposit (EMD)
a. Bidders shall submit, along with their Technical Bids, EMD of Rs. 50,000/- (Rupees
Fifty Thousand only, in the shape of an account payee Demand Draft issued by
any Scheduled or Commercial bank in favour of Commissioner & Director of
Municipal Administration, Government of Andhra Pradesh payable at Hyderabad,
and shall be valid for 90 days from the last date of the tender paper. b. EMD of all unsuccessful bidders would be refunded without interest by the
Directorate of Municipal Administration, within 90 days of the bidder being notified
as unsuccessful. The EMD, for the amount mentioned above, of successful bidder
would be kept as part of Performance Guarantee till acceptance of final
deliverable. c. The EMD amount will be refundable to the unsuccessful bidders without any
interest there on. d. The tender paper submitted without EMD, or less EMD will be summarily rejected. e. The EMD shall be forfeited in the following cases.
• If a bidder withdraws its bid during the period of bid validity.
• In case a successful bidder fails to sign the contract in accordance with this
tender paper.
• If found to have a record of poor performance such as having abandoned
work, having been black-listed, having inordinately delayed completion
and having faced Commercial failures etc.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 11 of 36
4.3.4 Performance security Deposit in the form of Bank Guarantee
a. Bank Guarantee in the prescribed format [Form 11] in favour of The
Commissioner & Director of Municipal Administration, Government of Andhra
Pradesh and shall be submitted by the successful tenderer equivalent to 5% of
the quoted service charge before execution of the agreement. b. The Bank guarantee shall be valid for a period of 12 months from the date of
intimation to the selected tenderer for execution of the agreement. c. Agreement shall be executed on confirmation of the Performance Security
Deposit in the form of Bank Guarantee from the Concerned Bank.
4.3.5. Submission of Proposals
a. The bidders shall submit their tender paper as per the format given in this tender
paper in three sealed envelopes in the following manner;
i. Technical Bid [Form 1 to Form 7] - in first envelope [Tender Paper,
Technical Bid, EMD, Cost of Tender Paper] super scribing “Technical Bid”
ii. Financial Bid [Form 8, 9 & 10] - in second envelope super scribing “Financial Bid”
(Please Note that Prices shall not be indicated in the Technical Bid but shall only
be indicated in the Financial Bid).
iii. The two envelopes super scribing “Technical Bid” and “Financial Bid”
shall be put in another single sealed envelope clearly marked “Proposal
for Selection of Regional Service Providing Agency to implement
capacity building, social capital building and IEBC activities in ULBs on
Municipal Solid Waste Management along with the proposed District
name as listed in the Annexure I”.
(Please note that the outer envelope thus prepared shall also indicate clearly
the name, address, telephone number, E-mail ID and fax number of the
bidder.)
b. All the pages of the tender paper must be sequentially numbered and must
contain the list of contents with page numbers. Any deficiency in the
documentation may result in the rejection of the Bid.
c. The original bid shall be prepared in indelible ink. It shall contain no
interlineations or overwriting, except as necessary to correct errors made by the
bidder itself. Any such corrections must be initialed by the person authorized to
sign the tender paper.
d. All pages of the bid shall be initialed and stamped by the person or persons who
sign the bid in case the Bidder is other than the Signatory of the proposal.
4.3.6. Authentication of Bids
The tender paper shall be accompanied by a power-of-attorney in the name
of the signatory of the proposal who can bind the Firm.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 12 of 36
4.4. Preparation and Submission of Tender Paper
4.4.1. Preparation Costs
The bidder shall be responsible for all costs incurred in connection with the
tender process. The Directorate of Municipal Administration (AP) Guntur, will in no
case be responsible or liable for those costs, regardless of the conduct or outcome of
the bidding process.
4.4.2. Language
The Proposal shall be filled by the Bidder in English language only. If any
supporting documents submitted are in any language other than English, translation
of the same in English language is to be made with due attestation by the Bidder. The
English translation shall govern the purpose of interpretation of the tender.
4.4.3. Venue & Time for Submission of Tender Paper
Proposals, complete in all respects, as specified in the tender paper, must be
submitted on or before the last date and time mentioned on the cover page of the
tender paper at the address specified below through register post/ speed post [Indian
Post] only. No other way of submission of tender paper including submission through
courier, email, Fax etc shall be considered. The Directorate of Municipal
Administration (AP) Guntur, shall not be responsible for any postal delay.
The Project Director, Andhra Pradesh Municipal Development Project (APMDP),
Sri Kavyasri Residency, M.G.Inner Ring Road, Agatavarapadu, Reddipalem,
Guntur. Andhra Pradesh 522509
Telephone: +91 9849453458
Email: [email protected]
Date & Time of Submission: 21.04.2017 Time: 17:00 hours
4.4.4. Late Bids and Conditional Bids
a. Bids received after the due date and the specified time for any reason
whatsoever, shall not be entertained and shall be rejected out rightly. b. The bids submitted by telex/ telegram/ fax/ e-mail etc. shall not be considered
and summarily rejected. c. The conditional bids in any form shall not be considered and will be out rightly
rejected at the first instance. d. The Directorate of Municipal Administration (AP), Guntur, shall not be
responsible for any postal delay or non-receipt/ non-delivery of the documents.
No further correspondence on the subject will be entertained. e. The Directorate of Municipal Administration (AP), Guntur, reserves the right to
modify and amend any of the above-stipulated condition/criterion as per their
requirements. Such amendments will be hosted in the Department website and
published in the same newspaper in which the tender call notice is published to
facilitate proper awareness.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 13 of 36
4.5. Evaluation Process
a. The Directorate of Municipal Administration (AP), Guntur, will constitute a
Tender Evaluation Committee [Tender Committee] to evaluate the proposal of
the bidders. b. The Tender Evaluation Committee constituted by the Directorate of Municipal
Administration (AP), Guntur, shall evaluate the tender papers and all supporting
documents / documentary evidence. Inability to submit requisite supporting
documents / documentary evidence as specified in clause – 5.1 of tender
paper will lead to rejection. c. Tender Committee will make scrutiny of the proposal of bidders, who comply
with all the Terms and Conditions of the Tender. All eligible bids will be
considered for further evaluation by a Committee according to the Evaluation
process defined in this RFP document. The decision of the Committee will be
final in this regard. d. The decision of the Committee in the evaluation of tender papers shall be final.
No correspondence will be entertained outside the process of negotiation/
discussion with the Committee. e. The Committee may ask for meetings with the Bidders to seek clarifications on
their proposals. f. The Committee reserves the right to reject any or all Bids without assigning any
reasons.
4.5.1. Tender Opening
The Bids submitted up to the last date and time of submission will only be
opened on scheduled date and time at O/o Directorate of Municipal Administration
(AP), Guntur by the Tender Committee, in the presence of the Bidders or their
authorized representatives, who desires to be present at the time of opening. The
representatives of the bidders are advised to carry the identity card and a letter of
authority from the tendering firms for attending the opening of the proposal.
4.5.2. Tender Validity
The offer submitted by the Bidders shall be valid for minimum period of 60 days from
the last date of submission of Tender Paper. 4.5.3. Invalid Tender
The Tender papers received in the following cases shall be treated as Invalid and
Liable to be rejected. i. Incomplete tender in any respect ii. Without or with less Tender Fees, EMD, Performance Security Deposit iii. After last date and time iv. Without supporting documents required herein. v. Conditional Tenders in any form vi. Other than Registered/Speed Posts (Indian Posts) like Courier, Email,
Telegram, Telex etc. vii. Without letter of Authorization, wherever necessary viii. Tender received from ineligible Bidders. ix. Non Compliance of any of the stipulated clauses.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 14 of 36
5. Evaluation Procedure
Proposals will be assessed in accordance with Quality and Cost-based Selection
(QCBS) method. All bids will primarily be evaluated on the basis of eligibility criteria.
The Tender Committee will carry out a detailed evaluation of those who qualify all
eligibility criteria.
Quality and Cost Based Selection (QCBS) method shall be followed to select the agency
Technical Proposal [100 Marks] (Minimum Qualifying Mark-70)
Understanding on the scope of work [15 Marks]
Expertise and Experience of the Agency / Consortium in implementing any
Government social programs / executed any ULB level SWM activities involving
community mobilization, engagement and training / worked on any environmental
projects at the field level / Public or Private Training Institutions working in Human
Resource Development [35 Marks]
Qualification and expertise of the team [40 Marks]
Any relevant interventions in SWM to identified target Groups [10 Marks]
Financial Proposal [100 Marks]
Financial proposal for each bidder will be evaluated according to formula given below
and Marks allotted =
(Bid of lowest bidder / Bid of particular bidder) * 100
The highest scoring agency (out of 100) will be selected by giving
70% weightage to Technical score and 30% to Financial score.
Bids of Tenders which don’t possess the specified documents will be considered
invalid and hence debarred from being considered for financial evaluation.
5.1. Qualification Criteria
The Tender Committee will carry out a detailed evaluation of the Proposals. Those who
have submitted documents detailed below will qualify for technical evaluation.
Sl.
Basic
Requirements Specific
Requirements
Documents
Required
Sales Tax / Vat Registration
Service Tax Registration
Attested photocopy of
PAN / GIR card IT Returns filed for last 3
financial years (2013 – 15)
- Certificates of
incorporation
- Service Tax
- Registration Certificate
PAN copy
1 Legal Entity
2 Up-to-date The agency must have cleared up-to-date VAT
Clearance up‐to‐date VAT (If applicable) clearance
3 Annual Average Annual Turnover during last Copy of the Audited
Average three financial years (as per the last Balance sheet and
Turnover published Balance sheets), should be Profit & Loss
minimum Rs. 25,00,000/- (Rupees Account; Showing
Twenty-Five Lakhs) only. the relevant trade
for last three year
(2012-13, 2013-14
and 2014-15)
4 Consortiums Allowed
Maximum
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 15 of 36
2 agencies
5
Technical
The bidder must have successfully undertaken at least one project
related to capacity building / IEBC
in implementing any Government social
programs / executed any ULB level SWM
works involving community mobilization,
engagement and training / worked on
any environmental projects at the field
level / Public or Private Training
Institutions working in Human Resource
Development
Work Order from the
client mentioning
details of order and
amount of claim.
Capability
6 Blacklisting Affidavit by the authorized signatory of
Affidavit in
the bidder that the bidder has not been prescribed format
blacklisted by any Central / State [Form 6]
Government or under a declaration of
ineligibility for corrupt or fraudulent
practices as of 31.03.2017 must be
submitted on original letter head of the
bidder with signature and
stamp.
7 Tender Fees The Bidder must have submitted Rs. In shape of Account
Payee DD 10,000/- (Rupees Ten Thousand only)
8 EMD The Bidder must have furnished the EMD In shape of Account
of Rs 50000/- (Rupees Fifty Thousand payee DD from
only) Scheduled/
Commercial Bank
5.2. Technical Evaluation
Bidders who meet the qualifications/eligibility requirements would be considered
as technically qualified to move to the next stage of detailed evaluation of scores
based on the scheme provided in 5. However, the overwriting or cuttings, if any, in the
technical Bid must be initialed by the person authorized to sign the Tender Bids.
5.3. Financial Proposal
The bidder must quote price exclusive of any taxes and duties in Indian Rupee
only. The amount mentioned in word shall prevail against the amount mentioned in
figures. But, in case, it differs each other, then the lowest amount quoted either in
words/in figures shall be taken for qualifying Financial Bid. No over writing or cutting is
permitted in Financial Bid. In such case the Tender shall be rejected summarily.
Computing of scores is based on the formula provided in 5.
Total Marks = 0.7 (Technical) + 0.3 (Financial)
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 16 of 36
6. Appointment of Regional Service Providing Agency (RSPA)
6.1. Award Criteria
The qualified bidder who has scored the maximum marks out of 100 will be
declared as preferred bidder. In case of equal marks by more than 1 bidder, the
winning bidder will be declared by drawing a lot. After final selection by the Tender
Committee, the Directorate of Municipal Administration (AP) Guntur, will award the
Contract to the successful bidder in a written form.
6.2. Right to Reject Any or All Proposal(s)
The Directorate of Municipal Administration (AP) Guntur, reserves the right to
annul any or all Bids at any time without assigning any reason.
6.3. Notification of Award
Prior to the expiration of the validity period, the Directorate of Municipal
Administration (AP) Guntur, will notify the successful bidder(s) in writing or by fax or
email. In case, due to any reason, the tendering process could not be completed
within the stipulated period, the Directorate of Municipal Administration (AP) Guntur,
may like to ask the bidders to extend the validity period of the bid. In such case
extended period shall be accepted as mutually agreed upon.
Notification of award will constitute the formation of the contract. Upon
successful bidder's signing the contract, the Directorate of Municipal Administration
(AP) Guntur, will notify each unsuccessful bidder and return their EMD within 90 days of
the last date of the submission.
6.4. Contract Finalization and Award
the Directorate of Municipal Administration (AP) Guntur, shall reserve the right
to negotiate with the bidder(s) whose proposal has been ranked best value bid on
the basis of Technical and Financial Evaluation. On this basis the contract agreement
would be finalized for award & signing.
6.5. Signing of Contract
After the notification by the Directorate of Municipal Administration (AP)
Guntur, about the successful bidder(s), The Director of Municipal Administration (AP),
shall enter into a contract, incorporating all clauses and the proposal of the bidder
between the department and the successful bidder. The Draft Legal Agreement will
be provided as a separate document.
6.6. Failure to Agree with the Terms and Conditions Failure of the successful bidder to agree with the Draft Legal Agreement and
Terms & Conditions of the tender paper shall lead to annulment of the award and
forfeit the EMD as well. In such event the Directorate of Municipal Administration (AP)
Guntur, may award the contract to the next best value bidder or call for new
proposals from the interested bidders.
6.7. Period of Contract
The period of contract shall be for 1 year from the date of execution of
agreement. The period may be extended for further periods on mutual agreement by
both the parties on similar terms and conditions.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 17 of 36
7. Terms of Reference
7.1. Objective
the Directorate of Municipal Administration (AP) Guntur, intends to
comprehensively roll-out Training & Capacity Building, Institution Building and
Behaviour Change Communication activities for the various stakeholders at
Regional & ULB levels as per uniform guidelines. It is proposed to have 12
regional service providing agencies to cover the 13 districts of AP.
7.2. Deliverables Followings deliverables are expected in the assignment.
7.2.1. Capacity Building:
1) Detailed Monthly Training Schedule for the Focus Groups identified at ULB level,
identifying training personnel (facilitators) (refer 7.3) & ensure facilitators attend
ToT & get certified by SCIMMU
2) To have dedicated personnel in every ULB exclusively for capacity building as
indicated in 7.3.1 Inputs for planning resources
3) Coordinate with the ULB authorities and motivate the Focus Group Trainees to
take up Virtual/Class room training sessions and conduct trainings as planned.
4) Facilitate Training Resources (On call basis) to conduct the trainings as per
monthly schedule, approved by SCIMMU.
5) Assign the competent training resources as per the FG Modules and also keep
the resource person(s) in buffer for contingencies
6) Facilitator’s assignment and bank details (PAN and AADHAR Card) should be
furnished 2 days in advance from the scheduled date of training.
7) Complete the necessary pre-and-post training documentation requirements
8) Get RSPA admin team trained on the various technical aspects of the project
9) Reporting: Upload online reports within 2 Working days after completion of
every training session & file monthly reports (both soft & hardcopy as
prescribed) to SCIMMU.
10) Social Audit and Training Impact Assessment and reporting as required by
SCIMMU.
7.2.2 IB & IEBC Activities:
1) Identify Community Resource Persons (CRPs) with leadership qualities from
diverse groups in the community and build their capacities for facilitating the
Institution building and IEBC process (minimum 2 per ward on call basis) and
furnish the detail list of CRPs identified.
2) To have dedicated resource person(s) for IB and IEBC in every ULB to
coordinate with the local authorities and conduct IB & IEBC activities as
indicated in 7.3.1 Inputs for Planning Resources and send them for ToT to get
them certified by SCIMMU
3) Get the RSPA admin team trained on the project needs, deliverables and
other technicalities involved in the assignment by SCIMMU
4) To carry out Mass and Inter Personal Communication activities (as listed in the
Annexure 2) and conduct thematic drives to match SBM schedules involving
the influential and celebrities wherever possible (Creating awareness through
door-to-door campaigning) by taking help from existing institutions like
Walkers club, SHGs, City Task Force etc, through CRPs.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 18 of 36
5) Building Institutions and Student Chapters- Informal Groups at Micro-pocket
level in each ward and Formal institutions at Ward, ULB and District levels and
empower them to carry out IEBC activities in a self-sustainable manner by
handholding throughout the year
6) Making the institutions stronger and sustainable by implementing capacity
building trainings.
7) Train the institutions on various ICT and Social Media tools (Includes a website
which will be created only for the purpose of institution building & creating
awareness among the public) for widening their activities and raising human
capital.
8) Creating green corps in schools / making them active by motivating the
students to stand up for socially impactful issues.
9) Updating the activity information on social media instantaneously to
generate wide spread publicity.
10) Giving relevant material for publishing weekly and monthly news letters
11) Document all the above activities and post it online / offline on a daily basis /
in prescribed manner to SCIMMU.
12) Conducting random social audits and reporting as required by SCIMMU.
The Service Providing Agency is responsible for providing a resource on call
basis, who will directly report to SCIMMU to coordinate with the
State/Regional/District/ULB level officials to successfully facilitate the
implementation of all the activities as per the schedule.
7.3 INPUTS FOR PLANNING RESOURCES
Training Personnel Requirement for Capacity Building
(To be available On-call Basis throughout the contract period)
In All Municipalities (Incl. NPs)
Except Corporations
2 Nos (Category 'UE')
(per Municipality/NP)
In All Municipal Corporations EXCEPT
Guntur Municipal Corporation (GMC)
Vijayawada Municipal Corporation (VMC) &
Greater Visakhapatnam Municipal
Corporation (GVMC)
4 Nos (Category 'UE')
(per Corporation)
In GMC, VMC & GVMC 8, 8 & 10 Nos (Category 'UE')
In Every District for Regional Level Trainings 4 Nos (Category 'RC'/'RD')
Eligibility criteria:
Category ‘RC’: 5+ years’ relevant experience & proficiency in Telugu & English
Category ‘RD’: 3+ years’ relevant experience & proficiency in Telugu & English
Category ‘UE’: 1+ years’ relevant experience & proficiency in Telugu
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 19 of 36
Agencies need to identify the training resources as listed above for the region they
opted and should submit the list of Training Resources, CVs & their consent letters
at the time of bidding
This list will be required for the technical evaluation.
The resources should be available to the agency on call basis throughout the year
Payments will be made through the respective ULBs to the Resource person
directly.
Agencies role is just to facilitate the conduction of training programmes,
documentation, reporting, coordinating with the ULBs for conducting the training
programmes and any other job assigned to them by SCIMMU whenever needed.
7.3.1. Dedicated Personnel Requirement for CB, IB & IEBC Activities
(To be available for the entire contract period of 1 year)
Category of the ULB
Overall ULB Level &
CB Co-ordinator
IB
Co-ordinator
IEBC
Co-ordinator
Nagar Panchayats,
Grade III 1
Grade II, Grade I 1 1
Selection & Special
Grade & All
Corporations except
GVMC, GMC & VMC
1 2 1
GMC & VMC
1
2 2
GVMC 3 3
Eligibility criteria
ULB Level: Minimum PG/UG with 5 years of relevant experience in CB/IB/IEBC (with
MS-Office & Social Media skills)
CB: Minimum UG with 3 years of relevant experience in Training multiple stake
holders (with MS-Office & Social Media Skills)
IB: Minimum UG with 3 years of relevant experience in conducting IB activities for
multiple stake Holders (with MS-Office & Social Media Skills)
IEBC: Minimum UG with 3 years of relevant experience in conducting IEBC
activities for multiple stake holders (with MS-Office and Social Media Skills)
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 20 of 36
Appendix-I: Technical Bid
District Name:
Form 1: Form for submitting Technical Proposal
A. Qualification of Service Providing Agency
The Service Provider must describe and explain how and why they are the best entity
that can deliver the requirements defined in the RFP by indicating the compliance
documents highlighted in Form 2 (Compliance Sheet for Eligibility Criteria)
B. Proposed Methodology
Service Provider must describe how it will address/deliver the demands of the RFP;
providing a detailed description of the essential performance characteristics,
reporting conditions and quality assurance mechanisms that will be put in place, while
demonstrating that the proposed methodology will be appropriate to the context of
the work.
C. Qualifications of Key Personnel
The Service Provider must provide:
- Names and qualifications of the key personnel who will be the resource persons for the training.
- CVs demonstrating qualifications; and- Written confirmation from each personnel that they are available for the
entire duration of the contract
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 21 of 36
Form 2: Compliance Sheet for Eligibility Criteria
RFP NO: ______________, Date: _______________
Please check whether following have been enclosed in the respective covers,
namely, letter of Technical Bid.
Sl Compliance Provided Page No in the
(Yes/ No)
Technical Bid
No. Document
1 Copy of the Certificate of Incorporation of the agency(ies)
2 Copy of Service Tax Registration Certificate
3 Copy of PAN
4 Copy of Audited Balance sheet and Profit & Loss
Account; Showing the relevant trade as proof of
Annual Turnover of last 3 FY as of Mar 31, 2016
5 Tender Paper Cost (DD No.: ….………., Amount:
………………, Bank: …………………….., Date:
…………………..)
6 Earnest Money (BG/DD No.: ……….…., Amount:
………………., Bank.: …………….., Date:
……….……………..)
7 Bid Letter (Technical Bid) [in Form 3]
8 Particulars of the Bidder [in Form 4]
9 List of Projects Executed (in Form 5) [Certificate
from the client as per clause 5.1]
10 Project Citation of each Project listed in Form 6 (in Form 5)
11 Affidavit of not be under Ineligibility (in Form 7)
12 Copy of Power of Attorney in the name of the
Authorized signatory
Signature of witness Signature of the Tenderer / Bidder
Date: Date:
Place: Place:
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 22 of 36
Firm/Agency Seal
Form 3: Bid Letter (Technical Bid)
RFP NO: ______________, Date: _______________
<Location, Date>
To
the Directorate of Municipal Administration (AP) Guntur,,
_______________
Subject: Submission of the Technical bid for Regional Service Providing
Agencies to Implement Capacity Building, Social Capital Building
and IEBC activities in ULBs on Municipal Solid Waste Management
[MSWM]for the Directorate of Municipal Administration (AP) Guntur,
Dear Sir,
I/We, the undersigned, offer to provide our services to _______________ District, with
reference to your Request for Proposal dated <insert date>. We are hereby
submitting our Proposal, which includes this Technical bid and the Financial bid
sealed in separate envelopes.
We hereby declare that all the information and statements made in this Technical
bid are true and accept that any misinterpretation contained in it may lead to our
disqualification.
We undertake, if our Proposal is accepted, to initiate the Implementation services
related to the assignment not later than the date indicated in Fact Sheet.
We agree to abide by all the terms and conditions of the RFP document. We would
hold the terms of our bid valid for 60 days as stipulated in the RFP document.
We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized Signature [In full and
initials]: Name and Title of
Signatory:
Name of Firm:
Address: Location: Date:
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 23 of 36
Form 4: Particulars of the Tenderer / Bidder
RFP NO: ______________, Date: _______________
1. Name of the Organisation:
2. Status of Registration of Organisation:
3. Address of Office
4. Telephone No Fax No
5. Email Address
6. Website
7. Registration No & Date
8. No. of employees:
Technical Managerial Support Total
9. No. of years of proven experience of providing Training Services in India:
10. No. of years of proven experience of providing IEBC, Community
Engagement Services:
11. Annual Turnover of the Firm (in last three years)
FY Amount (Rs.)
2013-2014
2014-2015
2015-2016
Average
Signature of witness Signature of the Tenderer / Bidder
Date: Date:
Place: Place:
Firm/Agency Seal
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 24 of 36
Form 5: Format for List of Projects Executed
RFP NO: ______________, Date: _______________
Sl.No. Name & Address of the
client
Name of the
Project
Project Period Total Cost of
Project
Is this similar to
Current
Assignment
(Yes/No) From To
Note: The information provided in the above table must supported by relevant
work order copy.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 25 of 36
Form 6: Project Citation Format
RFP NO: ______________, Date: _______________
I. Client Details
1. Name of the Client :
2. Sector of the Client (Put a tick Mark “
”): a. Govt. in India ____
b. Govt. in AP __
c. PSU in India_____
d. Others ____
3. Detail of concerned officer of the client (Name, Designation, Address, Phone,
e-mail, Fax):
II. Project Detail
4. Name of the Project:
5. Work Order No & Date
6. Project Start Date:
Completion Date:
7. Project Cost (Excluding Tax in INR):
8. Type of Project: a) Training & Capacity building
b) IEBC activities
c) Community Engagement
d) Others Specify
9. No. of skilled Professionals engaged in project:
10. Implementation Coverage: a) State Level b) District Level c) ULB Level 11. Brief details about scope of the project:
Signature of witness Signature of the Tenderer / Bidder
Date: Date:
Place: Place:
Firm/Agency Seal
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 26 of 36
Form 7: Affidavit of not being under Ineligibility
Before the Notary Public Sri
AFFIDAVIT
I, Sri/Smt.____________________________________ aged about___________
S/o./D/o./W/o.______________________________________________Proprietor/Partner/
Director of M/s.___________________________At-______________Po- _______________________, P.S-________________, Dist-____________________ do hereby
solemnly affirm and state as follows:
That pursuant to the tender call notice dt.07.04.2017 of the Directorate of
Municipal Administration (AP) Guntur, for providing Regional Service to
Implement Capacity Building, Social Capital Building and IEBC activities in
ULBs on Municipal Solid Waste Management.
1. to Identified Target Groups, I/my firm/Agency am/is an intended bidder to
participate in the said tender process. 2. That as per terms & conditions of the tender documents, I am to declare that,
I/my firm/agency have not been blacklisted by any Central/State Govt.
Organisation or by any Public Sector undertakings of the State/Central Govt. 3. That neither any criminal case nor any vigilance case is pending against
me/my firm/Agency before any forum. 4. That I/my firm/agency not have any record of poor performance,
abandoned work, having inordinately delayed completion and having faced
Commercial failures etc. for any State Government or Government of India
organization/ department. 5. That this affidavit is required to be produced with tender paper before the
Director, ___________, the Directorate of Municipal Administration (AP)
Guntur,. 6. That the facts stated above are true to the best of my knowledge and belief.
Identified by me
Deponents
Advocate
The above deponent being present before me & duly identified by
Sri__________________________ Advocate states on oath that the facts stated above
are true to the best of his/her knowledge. Deponent
*Strike out whichever is not applicable.
Notary Public____________
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 27 of 36
Appendix-II: Financial Bid
Form 8: Financial Proposal
RFP NO: ______________, Date: _______________
All the prices quoted below are exclusive of any taxes and duties.
8.a. FACILITATING CAPACITY BUILDING ACTIVITIES
District:
(Note: Vijayanagaram & Srikakulam treated as 1 District package – Refer Annexure 1 pg.no.34)
Region: Anantapur / Guntur / Rajahmundry / Visakhapatnam (Strike out whichever is not applicable)
S.
No.
Cost Item
Particulars
Nos
(For all
ULBs)
`
Unit
Cost
`
Amount (in Rupees)
1 Identifying and Furnishing the list of Training Resource persons
(Trainers) for capacity Building and getting their undertakings
2
Sending Trainers for ToT and getting them certified by SCIMMU
***DONOT include TA & DA for the resource persons
(Payment will be made to the agency based on the attendance
report given by the State Level Agency as per the rates already
fixed by the MA&UD Department)
3
One *Dedicated CB Co-ordinator in every ULB
* As per 7.3.1 Dedicated Personnel Requirements in Pg.No.18
(Responsible for coordination, facilitation, feedback, pre & post
training documentation, online uploading live through whatsapp,
FB, Website etc & and offline reporting of all the Capacity Building
Activities including LMS online training, for all FGs in that particular
ULB on a daily basis and consolidated monthly reports)
4
Administrative expenses including local transportation,
communication etc. (Detailed cost break up should be
enclosed)
Put the
overall cost
in the next
cell
5
Others (Please Specify) a.
b.
c.
d.
e.
*** Please DO NOT Include Venue arrangements, training kits,
refreshments costs and any other costs incurred for the conduction
of trainings. It will be borne by the respective ULBs.
TOTAL (Rupees only)
(Without any applicable Taxes Only)
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 28 of 36
8.b. FACILITATING INSTITUTION BUILDING & IEBC ACTIVITIES
District:
(Note: Vijayanagaram & Srikakulam treated as 1 District package – Refer Annexure 1 pg.no.34)
Region: Anantapur / Guntur / Rajahmundry / Visakhapatnam (Strike out whichever is not applicable)
S.
No. Cost Item
Particulars Nos (For all
ULBs)
`
Unit Cost ` Amount (in Rupees)
1
ULB level Dedicated Resource(s)* for Facilitating
a. Institution Building
b. IEBC * Refer 7.3.1 Dedicated Personnel Requirements in Pg.No.18
(Responsible for coordination, facilitating formation of
informal and formal Institutions, student / youth
chapters, registration, FB, Whatsapp Groups, Website
formation, online uploading & offline reporting of all
the Institution Building Activities, IEBC Mass &
Interpersonal Activities, Coordinate ToTs for IB office
bearers, Identify Community Resource Persons (CRPs)
and furnish list of CRPs in each ULB wardwise,
reporting from ULB on a daily basis and consolidated
monthly reports)
2
Identification of Community Resource Persons
(CRPs - 2 per ward) and getting them trained (ToT)
and certified by SCIMMU
3
Documentation support (ULB Wise Daily &
Consolidated Monthly Reports)
**Includes Pre & Post Activities / Event
documentation, Supplying material for local print and
electronic media etc.)
Calculate the overall cost
for the district and put it in
the next cell
4
Administrative expenses including local
transportation, communication etc. (Detailed
Cost Break up should be enclosed)
Calculate the overall cost
for the district and put it in
the next cell
5
Others (Please Specify) a.
b.
c.
d.
e.
*** Please DO NOT Include Venue arrangements,
training kits, refreshments costs and any other costs
incurred for the conduction of trainings. It will be
borne by the respective ULBs.
Calculate the overall cost
for the district and put it in
the next cell
TOTAL (Rupees only)
(Without any applicable taxes only)
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 29 of 36
Form 9: Compliance Sheet for Financial Proposal
RFP NO: ______________, Date: _______________
Please check whether following have been enclosed in the respective covers,
namely, Financial Bid.
a. Bid Letter (Financial)
(In the format attached at Form 10)
Yes/No
b. Financial Proposal
(In the format attached at Form 8) Yes/No
Signature of witness Signature of the Tenderer / Bidder
Date: Date:
Place: Place:
Firm/Agency Seal
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 30 of 36
Form 10: Bid Letter (Financial Bid)
<Location, Date>
To ____________________,
the Directorate of Municipal Administration (AP) Guntur,
___________,
_______________
Subject: Submission of the financial bid for Regional Service Providing Agency to
Implement Capacity Building, Social Capital Building and IEBC activities in ULBs on
Municipal Solid Waste Management in the allotted region.
Dear Sir,
We, the undersigned, offer to Implement Capacity Building, Social Capital
Building and IEBC activities in ULBs in sanitation in Andhra Pradesh in accordance
with your Request for Proposal << RFP No. >> dated <<Date>> and our Proposal
(Technical and Financial Proposals). Our Financial Proposal is attached in Form 8.
This amount quoted is exclusive of any taxes and duties.
1. PRICE AND VALIDITY
All the prices mentioned in our Tender are in accordance with the terms as
specified in the RFP documents. All the prices and other terms and conditions of
this Bid are valid for a period 90 days from the date of opening of the Bid.
We hereby confirm that our prices do not include any taxes and duties.
We understand that the actual payment would be made as per the existing tax
rates during the time of payment.
2. UNIT RATES
We have indicated in the relevant forms enclosed, the unit rates for the purpose
of on account of payment as well as for price adjustment in case of any increase
to / decrease from the scope of work under the contract.
3. TENDER PRICING
We further confirm that the prices stated in our bid are in accordance with your
Instruction to Bidders included in Tender documents.
4. QUALIFYING DATA
We confirm having submitted the information as required by you in your
Instruction to Bidders. In case you require any other further
information/documentary proof in this regard before evaluation of our Tender, we
agree to furnish the same in time to your satisfaction.
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 31 of 36
5. BID PRICE
We declare that our Bid Price is for the entire scope of the work as specified in the
appropriate section in the RFP. These prices are indicated Commercial Bid attached
with our Tender as part of the Tender.
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal.
We understand you are not bound to accept any Proposal you receive.
We hereby declare that our Tender is made in good faith, without collusion or fraud
and the information contained in the Tender is true and correct to the best of our
knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to
accept a Tender you receive.
Thanking you,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 32 of 36
Form 11: Performance Bank Guarantee
To
the Directorate of Municipal Administration (AP) Guntur,
______________
Whereas, <<name of the agency and address>> (hereinafter called “the Bidder”)
has undertaken, in pursuance of contract no. <<insert contract no.>> dated <<insert
date>> to provide services for Regional Service Providing Agency to Implement
Capacity Building, Social Capital Building and IEBC activities in ULBs - the Directorate
of Municipal Administration (AP) Guntur, (hereinafter called “the beneficiary)
And whereas it has been stipulated by in the said contract that the Bidder shall
furnish you with a bank guarantee by a scheduled bank for the sum specified
therein as security for compliance with its obligations in accordance with the
contract;
And whereas we, <<name of the bank>> a banking company incorporated and
having its head /registered office at <<address of the registered office>> and
having one of its office at <<address of the local office>> have agreed to give the
supplier such a bank guarantee.
Now, therefore, we hereby affirm that we are guarantors and responsible to you, on
behalf of the supplier, up to a total of Rs.<<insert value>> (Rupees <<insert value in
words>> only) and we undertake to pay you, upon your first written demand
declaring the supplier to be in default under the contract and without cavil or
argument, any sum or sums within the limits of Rs .<<insert value>> (Rupees <<insert
value in words>> only) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Bidder
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of
the contract to be performed there under or of any of the contract documents
which may be made between you and the Bidder shall in any way release us from
any liability under this guarantee and we hereby waive notice of any such change,
addition or modification.
This Guarantee shall be valid until <<Insert Date>>)
Notwithstanding anything contained herein:
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 33 of 36
I. Our liability under this bank guarantee shall not exceed Rs<<insert value>>
(rupees <<insert value in words>> only).
II. This bank guarantee shall be valid up to<<insert expiry date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part
thereof arising under this bank guarantee that we receive a valid written claim or
demand for payment under this bank guarantee on or before <<insert expiry
date>>) failing which our liability under the guarantee will automatically cease.
Seal & Signature of the authorized officer of the Bank
Name & Designation of the Officer
Date: Seal, Name & address of the bank & address of the Branch
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 34 of 36
Form-12 FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING LEAD MEMBER
OFCONSORTIUM
(On Stamp Paper of relevant value) POWER OFATTORNEY
Whereas, the Directorate of Municipal Administration (AP) Guntur, has invited
proposals for selecting Regional Service Providing Agency to implement,
Capacity Building, Social Capital Building and IEBC activities in all ULBs on
MSWM. (herein after referred to as “Project”),
Whereas, the Consortium being one of the qualified Bidders is interested in
bidding for the Project and implementing the Project in accordance with the
terms and conditions of Request for Proposal (RFP Document), and
Whereas, it is necessary under the RFP Document for the members of the
Consortium to designate the Lead Member with all necessary power and
authority to do for and on behalf of the Consortium, all acts, deeds and things
as may be necessary in connection with the Consortium’s Proposal for the
Project or in the alternative to appoint one of them as the Lead member who,
would have all necessary power and authority to do all acts, deeds and things
on behalf of the Consortium, as may be necessary in connection with the
Consortium’s Proposal for the Project.
NOW THIS POWER OF ATTORNEY WITNESSETH THAT; We, M/s…………………………………, and M/s………………………………. (the
names and address of the registered offices), do hereby designate
M/s…………………………………. being one of the members of the Consortium,
as the Lead Member of the Consortium, to do on behalf of the Consortium, all
or any of the acts, deeds or things necessary or incidental to the Consortium’s
Proposal for the Project, including submission of Proposal, participating in
conferences, responding the queries, submission of information/documents
and generally to represent the Consortium in all its dealings with the
Directorate of Municipal Administration (AP) Guntur, any other Government
Agency or any person, in connection with the Project until culmination of the
process of bidding and thereafter till the Concession Agreement is entered
into with the Directorate of Municipal Administration (AP) Guntur.
We hereby agree to ratify all acts, deeds and things lawfully done by the lead Member and our said attorney pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.
Dated this the……. Day of……….2017
………………………………………… (Executants)
(TO BE EXECUTED BY BOTH MEMBERS OF THECONSORTIUM) Note: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required
RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP
Page 35 of 36
procedure.
RFP – Selection of Service Providing Agencies for Carrying out Field Level CB, IEBC & SCB Activities
Page 36 of 36
Annexure I
a. Proposed Regional Agencies Allotment of Districts / ULBs for CB, IB & IEBC Activities for the contract period of 1 year.
Sl.
No.
Proposed Allotment of
Districts
No. of
ULBs
No. of
Municipal
Corporations
No. of
Sel.Gr-Sp.Gr-Gr.1
No. of
Gr.2- Gr.3- N.P.
Total No. of
Election Wards
Population
2011 Census
1. Visakhapatnam 3 1 GVMC 2 123 2128584
2. Vijayanagaram
& Srikakulam
5 - 1 1 2 1 296 757930
6 1 SMC 3 2
3. Krishna 9 1 VMC 2 2 1 3 277 1569259
4. West Godavari 9 1 EMC 2 3 1 1 1 291 819414
5. East Godavari 12 2 KMC, RMC 1 6 3 364 1102516
6. Guntur 13 1 GMC 1 2 7 2 433 1646463
7. Prakasam 8 1 OMC 1 2 1 3 225 565638
8. Nellore 7 1 NMC 2 1 3 218 857630
9. Anantapur 12 1 AMC 1 1 2 2 2 3 373 1079949
10. Chittoor 8 2 TMC, CMC 1 1 4 269 936970
11. Kurnool 9 1 KMC 2 1 1 4 273 1160680
12. YSR Kadapa 9 1 KMC 1 4 3 256 858780