government of karnataka - csrbox1. 20% of contract value on submission of form-1 &...

24
K/C - 3 : Page 1 GOVERNMENT OF KARNATAKA REQUEST FOR PROPOSAL FOR THE CONSULTANCY ASSIGNMENT Of Hiring of consultancy services for preparation of Environmental Impact Assessment report and obtaining Environmental Clearance from competent authority for setting up of Solid Waste Management Facility atAralalu, Kanakapura CITY MUNICIPAL COUNCIL, Kanakapura Karnataka - 562117. Phone: 080275 22428

Upload: others

Post on 24-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 1

GOVERNMENT OF KARNATAKA

REQUEST FOR PROPOSAL

FOR THE CONSULTANCY ASSIGNMENT

Of

Hiring of consultancy services for preparation of Environmental Impact Assessment

report and obtaining Environmental Clearance from competent authority for setting

up of Solid Waste Management Facility atAralalu, Kanakapura

CITY MUNICIPAL COUNCIL, Kanakapura

Karnataka - 562117. Phone: 080275 22428

Page 2: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 2

Contents

1. LETTER OF INVITATION (LOI) .............................................................................................................................. 3

INVITATION FOR TENDER (IFT) ................................................................................................................................... 3

2. INSTRUCTION TO CONSULTANT .......................................................................................................................... 5

ANNEXURE 1: TERMS OF REFERENCE (TOR) ..................................................................................................................... 11 ANNEXURE 2: SUPPLEMENTARY INFORMATION FOR THE CONSULTANTS ........................................................................ 13

3. TECHNICAL FORM OF SUBMISSION OF TECHNICAL PROPOSAL .......................................................................... 14

4. FORM OF SUBMISSION OF FINANCIAL PROPOSAL ............................................................................................. 19

ANNEXURE 3: CONTRACT FOR CONSULTING SERVICES ..................................................................................................... 21

Page 3: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 3

1. LETTER OF INVITATION (LOI)

KANAKAPURA CITY MUNICIPAL COUNCIL Date:

INVITATION FOR TENDER (IFT) (Through e-Procurement Portal Only)

SHORT TERM TENDER

IFT No: dated:25/09/2018

1. The MunicipalCommissioner of Kanakapurainvites tender from eligible tenderers, for the Tenders for Environmental Clearance (EC) for Municipal Solid Waste Management Department in the Table below through e-procurement process with two stages tender procedure in line with the Rule 28 of the KTPP Act. The details regarding their qualification to take the tender (as detailed in ITT Clause 4) and the price tender shall be uploaded in the website of the e-procurement portal. Technical details will be opened on the date and time mentioned in IFT clause 5 and evaluated. The price tender of the Tenderer, who is found to be qualified to execute the tendered works, will be opened on the date notified later.

2. Tender documents may downloaded through the e-procurement portal which will link to www.eproc.karnataka.gov.infrom 30/09/2018 to 25/10/2018 upto 11.00 hrs, on payment of a non-refundable fee indicated in the Table below, using any of these forms of OTC,NEFT, DEBIT CARD and CREDIT CARD through e-portal only. Interested tenderers may obtain further information at the Office of e-procurement. Tenderers will be issued a password and authorized for accessing the tender document in the website with URL: www.eproc.karnataka.gov.in

3. The Bidders can download the tender document using their user ID & password, by accessing www.eproc.karnataka.gov.in where electronic tender form is provided. Additional information related to e-procurement process can be obtained through the above mentioned website. The electronic tender will be operated as Two stage Tender system by opening the Technical details first and financial portion of the technically qualified tenderers later.

4. Tenders must furnish Earnest Money Deposit specified for the work in the Table below.

Earnest Money Deposit will have to be paid through any one of the forms OTC,NEFT, DEBIT CARD and CREDIT CARD through e-portal only.

Environmental Engineer (SWM)

Kanakapura City Municipal Council,

Kanakapura

PhoneNo: 080275 22428

E mail Id –[email protected]

Page 4: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 4

£ÀUÀgÀ¸À¨sÁ

PÁAiÀiÁð®AiÀÄ,

PÀ£ÀPÀ¥ÀÄgÀ

No.CMC/KKP/EC-SWM/Ten No.02/2018-19 Date:22/09/2018

mÉAqÀgï ¥ÀæPÀluÉ

PÀ£ÀPÀ¥ÀÄgÀ £ÀUÀgÀ¸À¨sÉAiÀÄ WÀ£À vÁådå ªÀ¸ÀÄÛUÀ¼À

ªÉêeÁÕ¤PÀ ¤ªÀðºÀuÉUÁV UÀÄgÀÄw¹gÀĪÀ eÁUÀªÁzÀ CgÀ¼Á¼ÀÄ

UÁæªÀÄzÀ ¸À.£ÀA.249/ EvÀgÉUÀ¼À°è PɼÀPÀAqÀ PÉ®¸À ¤ªÀð»¸À®Ä

“NABET “ ªÀiÁ£ÀåvÉ ¥ÀqÉzÀ £ÉÆÃAzÁ¬ÄvÀ ¸ÀA¸ÉÜAiÀĪÀjAzÀ

ªÀiÁvÀæ mÉAqÀgï PÀgÉAiÀįÁVzÀÄÝ, ¸ÀzÀj mÉAqÀgïUÀ¼À£ÀÄß E-

¥ÀæPÀÆågïªÉÄAmï ¥ÉÆÃlð¯ï ªÀÄÄSÁAvÀgÀ F PɼÀPÀAqÀAvÉ

DºÁ餸À¯ÁVzÉ. D¸ÀPÀÛ ¸ÀgÀ§gÁdÄzÁgÀgÀÄ vÀªÀÄä mÉAqÀgï

UÀ¼À£ÀÄß E-¥ÀæPÀÆågïªÉÄAmï ¥ÉÆÃlð¯ï ªÀÄÄSÁAvÀgÀ

¸À°è¸À§ºÀÄzÁVgÀÄvÀÛzÉ.

PÀæ.¸ÀA «ªÀgÀ mÉAqÀgïVlÖ

ªÉÆvÀÛ

(

gÀÆ.®PàëUÀ¼À°è) 2018-19 £Éà ¸Á°£À 14 £Éà ºÀtPÁ¸ÀÄ ¨ÉùPï UÁæAmï

01 WÀ£ÀvÁådå ªÀ¸ÀÄÛUÀ¼À ªÉÊeÁÕ¤PÀ

«¯ÉêÁjUÁV UÀÄgÀÄw¹gÀĪÀ

CgÀ¼Á¼ÀÄ UÁæªÀÄzÀ ¸À.£ÀA.249 gÀ

7.5 JPÀgÉ ¥ÀæzÉñÀPÉÌ “Environmental Impact Assessment Report and Obtaining

Environmental Clearance” ¥ÀqÉAiÀÄ®Ä

«ÄøÀ°lÖ C£ÀÄzÁ£À

12.00

CºÀð ¸ÀgÀ§gÁdÄzÁgÀgÀÄ E-¥ÀæPÀÆågïªÉÄAmï ¥ÉÆÃlð¯ï

www.eproc.karnataka.gov.in ªÀÄÆ®PÀ mÉAqÀgïUÀ¼À£ÀÄß qË£ï¯ÉÆÃqï

ªÀiÁrPÉƼÀÄîªÀÅzÀÄ ºÁUÀÆ ¸À°è¸ÀĪÀÅzÀÄ. E.JA.r ºÀt ºÁUÀÆ mÉAqÀgï

¥ÀæQAiÉÄ ±ÀÄ®ÌUÀ¼À£ÀÄß ¸ÀºÀ «zÀÄå£Áä£ÀzÀ ªÀÄÆ®PÀ

¥ÁªÀw¸À¨ÉÃPÀÄ. ¢£ÁAPÀzÀ «ªÀgÀUÀ¼ÀÄ ºÁUÀÆ EvÀgÉ ªÀiÁ»wUÀ¼ÀÄ F

PɼÀPÀAqÀAwªÉ.

1 mÉAqÀgïUÀ¼À£ÀÄß qË£ï¯ÉÆÃqï

ªÀiÁrPÉƼÀî¨ÉÃPÁzÀ ¢£ÁAPÀ

28-09-2018 gÀ ¨É½UÉÎ

10.00 UÀAmÉAiÀÄ

£ÀAvÀgÀ

2 mÉAqÀgïUÀ¼À£ÀÄß ¸À°è¸ÀĪÀ

PÉÆ£ÉAiÀÄ ¢£ÁAPÀ

25-10-2018 gÀ 11.00

UÀAmÉAiÀĪÀgÉUÉ

3 mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ 27-10-2018 gÀ 16.00

UÀAmÉUÉ

¸À»/- ¥ËgÁAiÀÄÄPÀ

ÛgÀÄ

Page 5: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 5

£ÀUÀgÀ¸À¨sÉ,

PÀ£ÀPÀ¥ÀÄgÀ

2. Instruction to Consultant

Subject: Hiring of consultancy services for preparation of “Environmental Impact

Assessment report and obtaining Environmental Clearance from competent authority for setting up of Solid Waste Management Facility at Aralalu, Kanakapura

1. You are hereby invited to submit Technical and financial proposals required for the above consultancy assignment, which could form the basis for future negotiations and ultimately a contract between your firm and City Municipal Council, Kanakapura.

The purpose of the assignment is:

Kanakapura City Municipal Council is looking forward for setting up a municipal solid waste processing facility at Aralalu, Kanakapura, Survey no. 250/P1, 250/P2 and 250/P3 The facility would be receiving approximately 25 TPDof municipal waste and convert the same into organic compost and other recyclables.

Detailed project report for the same has been prepared which is approved by CMCand the government of Karnataka. It is required to obtain an environment clearance from State Environmental Impact assessment authority (SEIAA) for setting up this project.

The CMCinvites tenders from NABET accredited consultants who have relevant experience in the State of Karnataka assisting Urban Local body to obtain Environmental Clearance from SEIAA, Karnataka.

2. The following documents are enclosed to

enable you to submit your proposal:

a) Terms of Reference (TOR) – Annexure 1

b) Supplementary Information for the including suggested formats for the submission of Technical and Financial Proposals –Annexure 2

c) Form of Contract for Consultant’s Services under which the Services will be performed. (Annexure 3)

Page 6: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 6

General Condition : NABET empanelment with Quality Council of India (QCI) is Mandatory as per EIA Notification

3. Scope of Work

1. Filling the Application form -1 to SEIAA for obtain Environmental Clearance

2. Preparation of Pre-feasibility report

3. ToR presentation to SEAC (State Expert Appraisal Committee) and fallow-up of ToR

4. Conducting baseline studies as per ToR

5. Preparation of Draft EIA report as per ToR

6. Technical Presentation in Public Hearing

7. Final EIA Report submission to SEIAA (State Environmental Impact Assessment Authority)

8. EIA Presentation to SEAC

9. Obtaining Environmental Clearance from SEIAA

4. Payment Terms 1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA

2. 20% of Contract Value after presentation to SEAC and obtain of ToR

3. 40% of Contract Value after submission of Draft EIA Report

4. 20% of Contract Value after obtaining Environmental Clearance from SEIAA

5. In order to obtain first hand information on

the assignment and local conditions, it is considered desirable that a representative of your firm visit the Client before the proposal is submitted. Your representative shall meet the following officials: The Municipal Commissioner / Environmental Engineer City Municipal Council, Kanakapura

Please ensure that advance intimation regarding your visit is sent to enable them to make appropriate arrangements.

6. Submission of Tenders

Up-loading & submission of tenders The tenders shall be uploaded only through e-portal system. Tender should contain

A. Technical Tender consisting of following:

i. All the documents with required details in prescribed format; those are mentioned in different sections in the Tender. Form of Tender, Declaration statement regarding Customs/ Excise duty exemption for materials/ construction equipment brought to site as mentioned in Section 2, etc., shall be downloaded, filled with required details, signed, scanned& uploaded to the e-procurement website www.eproc.karnataka.gov.in on or before the time and date indicated in notification /Section I IFT.

ii. Tender security (Earnest money deposit). Tender security can be paid in the form of OTC, NEFT, DEBIT CARD, and CREDIT CARD in e-procurement of Gov. of Karnataka.

Page 7: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 7

The above documents along with notarized copies of documentary evidences as indicated in Section—2 ITT, Section-3 Qualification information & Section 4 -“Form of Tender” shall be scanned and uploaded to the website compulsorily, failing which tender will be rejected in view of incomplete bid document

B. Financial Proposal:

Financial proposal shall be proposed as per Scope of work and upload the same file on to the website on or before the time and date indicated in notification /Section 1 IFT. In case of failure of the tenderer to upload the same within stipulated time tender will be rejected.

NOTE:

1. URL of the Website for tender submission through e-Procurement & Address for uploading of Tender security is www.eproc.karnataka.gov.in.

2. The details related to submission of tenders, downloading / uploading of documents or other details are available online in the help wizard, Vendor manual & FAQ of above website. The same is provided along with sample formats in Annexure-I of the Bid document for ready reference.

Unique Identification Number will be automatically generated by the server with time -stamp and sent to the account of the bidder as an acknowledgement after bidder finally uploads the bids.

C. Deadline for submission of the Tenders

Tenderers must upload the Tenders no later than 25/10/2018@ 11.00 hrs

The Employer may extend the deadline for submission of tenders by issuing an amendment in accordance with Clause 9, in which case all rights and obligations of the Employer and the Tenderers previously subject to the original deadline will then be subject to the new deadline.

D. Late Tenders

The software of e-procurement system will not allow the Bidder to upload the documents after expiration of the stipulated date & time of Bid submission. The Bidder shall refer the server time, which will be displayed in the e-procurement portal. Employer will not be responsible for non-receipt of bids on the stipulated date & time prescribed in clause 16, due to Internet Problems, improper uploading or any other related problems. In case of connectivity problems, Tenderer may contact Helpdesk of the e-tender service provider and may also draw the attention of tender inviting authority.

E. Modification and Withdrawal of Tenders

1. Tenderers may “modify” and “withdraw” their tenders multiple numbers of times, until the deadline for submission of tenders by operating the relevant provision made in e-tendering. If the Tenderer withdraws the tender before the deadline for submission of tenders and later if he is interested to submit the tender once again, may do so within the stipulated date & time as mentioned in Clause 16

2. No Tender may be modified after the deadline for submission of Tenders.

Page 8: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 8

3. Withdrawal or modification of a Tender between the deadline for submission of Tenders and the expiration of the original period of Tender validity specified in Clause 12.1 above or as extended pursuant to Clause 12.2 may result in the forfeiture of the earnest money deposit pursuant to Clause 13.

7. Tender Opening and Evaluation of Tenders

Opening of Tenders by the Purchaser

i. The Purchaser will open all tenders, in the presence of Tenderers’ representatives who choose to attend, at 4.00 hours on: …..and in the following location:

ii. The Tenderers' representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Tender opening being declared a holiday for the Purchaser, the tenders shall be opened at the appointed time and location on the next working day.

iii. The Tenderer’s names, tender modifications or withdrawals, tender prices, discounts, and the presence or absence of requisite tender security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No tender shall be rejected at tender opening, except for late tenders, which shall be returned unopened to the Tenderer pursuant to ITT Clause 16.

iv. Tenders (and modifications sent pursuant to ITT Clause 17.2) that are not opened and read out at tender opening shall not be considered further for evaluation, irrespective of the circumstances.

v. The Purchaser will prepare minutes of the tender opening.

8. Evaluation of Proposals

A two -stage procedure will be adopted in evaluating the proposals with the technical

evaluation being completed prior to opening of financial proposals. The technical proposals

will be evaluated using the following criteria:

a) NABET accreditation for conducting EIA studies under waste management (25 points) b) The consultant’s should have the successful completed at least 2 nos. Municipal Solid

Waste (MSW) EIA assignments in the State of Karnataka (25 Marks) c) The consultant’s should have the relevant experience Municipal Solid Waste (MSW)

assignments in the State of Karnataka (25 points);the sub criteria for rating experience is as below:

(i) 5 nos assignments of – 15 marks (ii) 10 nos assignments of – 25 marks

d) The quality of the methodology proposed (25 points);

9. Deciding the Award of Contract

Quality and competence of the consulting services shall be the paramount requirement. The

decision of the award of the contract would be made as under:

Page 9: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 9

I. Technical proposals scoring not less than 75% of the total points will only be considered for further evaluation;

II. The Client shall notify those consultants whose proposals did not meet the minimum

qualifying points were considered non-responsive to the Letter of Invitation and Terms of

Reference, indicating that their Financial Proposals will be returned unopened after

completing the selection process. The Client shall simultaneously notify the consultants that

have secured the minimum qualifying mark, indicating the date and time set for opening of

the Financial Proposals. The notification may be sent by registered letter, cable, telex,

facsimile or electronic mail;

III. The Financial Proposals shall be opened publicly in the presence of the consultants’

representatives who choose to attend. The name of the Consultant, the quality scores and

the offered prices shall be read aloud and recorded when the Financial Proposals are

opened. The Client shall prepare minutes of the public opening.

IV. The Evaluation Committee will determine whether the Financial Proposals are complete [i.e.,

whether they have costed all items of the corresponding Technical Proposals. If not, the

Client will cost them and add their cost to the initial price], correct any computational errors.

The financial proposal shall include all taxes and the Consultant’s Service Tax.

V. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The

financial scores (Sf) of the other Financial Proposals will be computed as Sf=100xFm/F in

which Sf is the financial score, Fm is the lowest price offer and F is the price offer of the

proposal under consideration. Proposals will be ranked according to their combined

Technical (St) and Financial (Sf) scores using the weights (T=0.75 and P=0.25) S=StxT%+SfxP%.

The Consultant firm securing the highest combined technical and financial score will be

invited for negotiations. The Consultant firm securing the highest combined technical and

financial score will be invited for negotiations.

VI. During negotiations the Consultant must be prepared to furnish the detailed cost break-up

and other clarifications to the proposals submitted by it, as may be required to adjudge the

reasonableness of its Financial Proposal.

VII. Negotiations will commence with a discussion of the Consultant’s Technical Proposal, the

proposed methodology (work plan), staffing and any suggestions you may have made to

improve the TORs. Agreement will then be reached on the final TOR, the staffing and staff

months, logistics and reporting. Special attention will be paid to optimization of the required

outputs from the Consultants and to define clearly the inputs required from the Client to

ensure satisfactory implementation of the Contract.

VIII. Changes agreed will then be reflected in the Financial Proposal using proposed unit rates

(No negotiations of the unit rates including man-month rates)

IX. Having selected Consultants, among other things, on the basis of the evaluation of proposed

key professional staff, the Client expects to negotiate a contract on the basis of the staff

named in the Technical Proposal and prior to contract negotiations will require assurance

from the Consultant that these staff will be actually available. The Client will not consider

substitutions during contract.

X. The negotiations will be concluded with a review of the draft form of contract. The Client

and the Consultant will finalize the contract to conclude negotiations.

XI. If the negotiations with the Consultant are successful, the award will be made to him and all

other consultants notified. If negotiations fail, and if it is concluded that a contract with

reasonable terms cannot be concluded with the winning Consultant, the Consultant quoting

Page 10: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 10

second lowest price will be invited for negotiations. This process will be repeated till an

agreed contract is concluded.

XII. The awarded consultant has to submit 5% of the agreed amount as Performance Security in

the form of Security Deposit or Bank Guarantee in the name of Municipal Commissioner,

City MunicipalCouncil, Kanakapura drawn in any nationalized bank.

1. Please note that the Client is not bound to select any of the firms submitting proposals.

2. You are requested to hold your proposal valid for 90 days from the date of submission

without change in the personnel proposed for the assignment and your proposed price.

The Client will make its best efforts to select a consultant firm within this period.

3. Please note that the cost of preparing a proposal and of negotiating a contract including

visits if any is not reimbursable as a direct cost of the assignment.

4. Assuming that the contract can be satisfactorily concluded 15 days after the agreement

period, you should be expected to take up/commence the assignment from the date of

work order.

5. CMCremind you that any manufacturing or construction firm with which you might be

associated with, will not be eligible to participate in bidding for any goods or works

resulting from or associated with the project of which this consulting assignment.

6. Joint venture is not permitted.

7. Please note that the remuneration which you receive from this assignment will be subject

to normal tax liability as per rules. Contact the concerned tax authorities for further

information in this regard, if required.

Yours faithfully

Municipal Commissioner City Municipal Council,

Kanakapura

Page 11: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 11

Annexure 1: TERMS OF REFERENCE (TOR) The Terms of Reference for this project is as follows. 1. Background :

Kanakapura is estimated to be generating about 25 TPD of waste at present;CMCintends to set up compost plant ofcapacity 30TPD at Aralalu, Kanakapura. Municipal waste isconverting the same into organic compost and other recyclables. A Detailed project report for the same has been prepared which is approved by the government of Karnataka. It is required to obtain an environmental clearance for setting up this project.

2. A concise statement of the objectives of the assignment

The CMCinvites tenders from NABET accredited consultants who have relevant

experience in the State of Karnataka for conducting EIA study in Municipal Solid Waste

management projects, prepare EIA reports, present the same to State Environment

impact assessment committee or any EIA authority and obtain approval for the said

project.

3. An outline of the tasks to be performed a. Conducting studies relevant for EIA at Proposed SWM plant at …….Kanakapura

and……. b. Preparation of Environment impact assessment report at Proposed SWM plant c. Obtain process flow including costs, technology from the Solid waste management

DPR prepared for the plant. d. Submission of reports and presentations as and when required by EIA authority e. Obtaining EIA approval for setting up the project by EIA authority. f. The EIA approval should be addressed in the name of Kanakapura City Municipal

Council

4. Schedule for the completion of the tasks

S.No Particular Time line

1 Reconnaissance Field Visits and Form-1 &Pre-

feasibility report to SEIAA 1 month

2 Presentation to SEAC and obtain of ToR 1 month

3 Field Study and baseline data collection for Various environmental parameters as per TOR

3 month

3 Draft EIA reportand Public Hearing 2 months

4 Presentation and approval of the Final Report and obtaining Environmental Clearance from SEIAA

1 months

Page 12: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 12

5. Data, services, and facilities to be provided by the Client

The Detailed project report prepared for setting up of the facility including the waste process flow plan, designs, drawings for the proposed facilities would be provided.

The demographic data of the city would be shared

The location access for the consultants would be given by CMC

6. Final outputs (i.e., Reports, drawings, etc.,) that will be required of the Consultant

EIA study as per TOR issued by EIA SEAC committee

Environmental Clearance for obtaining for Proposed Project.

7. Composition of the Review Committee and review procedure to monitor Consultant’s work

The Municipal Commissioner, CMC

The environment engineer, CMC

8. List of Key positions, whose CV and experience would be evaluated.

EIA coordinator – 1 People

EIA functional area expert as required by SEIAA

QCA NABET accredited EIA company CV

Supporting team for the project with relevant expert

Page 13: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 13

Annexure 2: SUPPLEMENTARY INFORMATION FOR THE CONSULTANTS Proposals: Proposals should include the following information:

(a) Technical Proposals:

(i) Technical Proposal Submission in Form F-1 (ii) A brief description of the firm/organization and an outline of recent experience on

assignments/projects of similar nature executed during the last three years in the format given in Form F-2;

(iii) Any comments or suggestions of the Consultant on the TOR (iv) A description of the manner in which Consultants would plan to execute the

assignment, work-plan, time schedule in Form F-3 and approach or methodology proposed for carrying out the assignment;

(v) The composition of the team of personnel which the Consultant would propose to provide and the tasks which would be assigned to each team member in Form F-4;

(vi) Curricula Vitae of the individual key staff members to be assigned for the assignment and of the team leader who would be responsible for supervision of the team. The curricula Vitae should be in Form F-5 and signed by the concerned personnel.

(vii) The Consultant’s comments, if any, on the data, services and facilities to be provided by the Client as indicated in the TOR.

(b) Financial Proposals:

1. The financial proposals should include the following:

(i) Financial Proposal submission in Form – 6 (ii) Cost Estimate of Services, List of Personnel & Schedule of Rates in Form 7

2. Proposals should be submitted to the Client.

The Consultants should note that the Contract for this Assignment will be with the Kanakapura City Municipal Council. The Payments to the Consultants shall be made in accordance with the agreed payment schedule and incorporated in the Contract. The Client proposes the following payment5 schedule for consideration of the Consultant.

i. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA

ii. 20% of Contract Value after presentation to SEAC and obtain of ToR

iii. 40% of Contract Value after submission of Draft EIA Report

iv. 20% of Contract Value after obtaining Environmental Clearance from SEIAA

3. Review of reports:

The EIA reports prepared by the consultant would be reviewed by :

a. The Municipal Commissioner, CMC b. Asst. executive engineer, CMC c. The Environmental Engineer, CMC

Page 14: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 14

3. Technical Form of Submission of Technical Proposal

FORM - 1 From: To: ………………………………. ………………………………………. ………………………………. ………………………………………. ………………………………. ……………………………………….. ………………………………. ………………………………………. ………………………………. ………………………………………. (Name of Consultant) (Name of Client) Sir:

Hiring of Consultancy Services for …………………………… Reference: RFP No. Your letter dated ……………..

We herewith enclose Technical Proposals for the above assignment

We undertake that, in competing for (and, if award is made to us, in executing) the contract for

the above assignment, we will strictly observe the laws against fraud and corruption in force in India,

namely “Prevention of Corruption Act 1988”

Yours faithfully,

Signature:……………………………..

Name:………………………………….

Address:………………………………..

…………………………………………

………………………………………… (Authorized representative)

Page 15: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 15

FORM F – 2

ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING LAST THREE YEARS

1. Brief description of the Firm/Organization

2. Outline of the recent experience on assignments of similar nature:

Sl. Name of Name of Client Cost of Date of Date of Was No assignment project assignment commencement completion assignment

satisfactorily completed 1 2 3 4 5 6 7 8

Page 16: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 16

FORM F – 3

WORK PLAN TIME SCHEDULE A. Field Study:

Sl. Item Month-wise Program6

No. 1st 2nd 3rd 4th 5th 6th 7th 8th B. A short Note on the Approach and Methodology outlining various steps for performing

the Assignments

C. Completion and submission of Reports7

1. Form-1 2. Pre-feasibility Report 3. Draft EIA Report 4. Final EIA Report 5. Obtaining EC for the project

D. Comments/Suggestions on Terms of Reference E. Comments on the data, services and facilities to be provided by the Client.

6 The period should match with the period of completion of assignment as given in the TOR. 7 The Reports should match with that specified in the TOR.

Page 17: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 17

FORM F – 4

COMPOSITION OF THE TEAM PERSONNEL AND THE TASK ASSIGNED TO EACH TEAM MEMBER

1. Technical/Managerial Staff

---------------------------------------------------------------------------------------------------------------------- Sl.No. Name Position Task assignment ----------------------------------------------------------------------------------------------------------------------

2. Support Staff

------------------------------------------------------------------------------------------------------------------ Sl.No. Name Position Task assignment ------------------------------------------------------------------------------------------------------------------

Page 18: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 18

FORM F – 5 SUGGESTED FORMAT OF CURRICULA VITAE FOR MEMBERS OF CONSULTANT'S TEAM 1. Name: ………………………………………………………………………. 2. Profession/

Present Designation: ………………………………………………………… 3. Years with Firm/Organization: Nationality: ………………….. 4. Area of Specialization: ----------------------------------------------------------------- 5. Proposed Position on Team: …………………………………………………… 6. Key Qualifications:

(Under this heading, give outline of staff member's experience and training most pertinent to

assigned work on proposed team. Describe degree of responsibility held by staff member on

relevant previous assignments and give dates and locations. Use up to half-a-page.) 7. Education:

(Under this heading, summarize college/university and other specialized education of staff

member, giving names of schools/colleges, etc., dates attended and degrees obtained. Use up to

a quarter page.) 8. Experience:

(Under this heading, list all positions held by staff member since graduation, giving dates, names

of employing organization, title of positions held and location of assignments. For experience in

last ten years, also give types of activities performed and client references, where appropriate.

Use up to three quarters of a page.) 9. Languages:

(Indicate proficiency in speaking, reading and writing of each language by 'excellent', 'good' or

'poor'.)

Signature of Staff Member Date:…………… Place……………

Page 19: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 19

4. FORM OF SUBMISSION OF FINANCIAL PROPOSAL

FORM F – 6

The bidder has to quote the lumpsum amount on e-procurement portal including of all taxes

Page 20: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 20

FORM F – 7

COST ESTIMATE OF SERVICES, LIST OF PERSONNEL, SCHEDULE OF RATES8

1. Remuneration of Staff(Professional/Managerial/Support) Designation Name Rate (Rs.) Period Total Amount

(per day/month) (days/months) (Rupees)

(a) Team Leader ……………………………. ………… ……….. ……………… (b)……………. ……………………………. …………. ……….. ……………… (c) ……………. ……………………………. …………. ………… ……………… (d) …………… ……………………………. …………. ………… ……………… (e) …………… ……………………………. ………….. ………… ……………… (f) …………… ……………………………. ………….. ………… ……………….

Sub-Total (1) …………….. 2. Other Expenditures:9

Item Rate (Rs) Unit Total Amount (Rs.)

(a) Travel …………….. …………… ……………………. (b) Local Transportation ……………… …………… ……………………. (c) Per diem ………………. …………….. ……………………. (d) Others (Give details) ……………….. ……………. ……………………. ……………………………. ………………… ……………. ……………………. ……………………………. ………………… ……………. ……………………. ……………………………. ………………… …………….. ……………………. …………………………… ………………… ……………. ……………………

Sub-Total (2) ……………..

TOTAL COST (REMUNERATION & OTHER EXPENDITURES) …………….

CONTINGENCY10 …………….

TOTAL COST ESTIMATE (Figures and Words) …………….. (Figures) ……………………………………………………………………………………………….(Words)

Page 21: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 21

Annexure 3: CONTRACT FOR CONSULTING SERVICES THIS CONTRACT (“Contract”) is entered into this [insert starting date of assignment], by and

between [insert Client’s name] (“the Client”) having its principal place of business at [insert

Client’s address], and [insert Consultant’s name] (“the Consultant”) having its principal office

located at [insert Consultant’s address]. WHEREAS, the Client wishes to have the Consultant performing the services hereinafter referred to, and WHEREAS, the Consultant is willing to perform these services, NOW THEREFORE THE PARTIES hereby agree as follows:

1. Services:

(i) The Consultant shall perform the services specified in Attachment A, “Terms of

Reference and Scope of Services,” which is made an integral part of this Contract (“the

Services”). (ii) The Consultant shall provide the personnel listed in Attachment B, “Consultant’s

Personnel” to perform the Services. (iii The Consultant shall submit to the Client the reports in the form and within the time

periods specified in Attachment C, “Consultant's Reporting Obligations”. 2. Term:

The Consultant shall perform the Services during the period commencing [insert start date]

and continuing through [insert completion date] or any other period as may be

subsequently agreed by the parties in writing. 3. Payment:

A. Ceiling

For Services rendered pursuant to Attachment A, the Client shall pay the Consultant

an amount not to exceed [insert amount]. This amount has been established based on

the understanding that it includes all of the Consultant’s costs and profits as well as

any tax obligation that may be imposed on the Consultant.

B. Schedule of Payments

The Schedule of payments shall be as under11:

20% of Contract Value on Submission of Form-1 &Preferability report to SEIAA

20% of Contract Value after presentation to SEAC and obtain of ToR

40% of Contract Value after submission of Draft EIA Report

20% of Contract Value after obtaining Environmental Clearance from SEIAA

Note: All payments shall be made on submission of pre-receipted invoices by the

Consultant in duplicate for the respective stages.

Page 22: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 22

C. Payment Conditions:

Payment shall be made in Indian Rupees, no later than 60 days following submission

by the Consultant of invoices in duplicate to the Coordinator designated in Clause 4. 4. Contract Administration:

A. Coordinator:

The Client designates Mr./Ms. …………………. As Client’s Coordinator; The Coordinator

shall be responsible for the coordination of activities under the Contract, for

acceptance and approval of the reports and other deliverables by the Client and for

receiving and approving invoices for the payment.

B. Reports:

The Reports listed in Attachment C, “Consultant’s Reporting Obligations” shall be

submitted in the course of the assignment, and will constitute the basis for the

payments to be made under Clause 3. 5. Performance Standards:

The Consultants undertakes to perform the Services with the highest standards of

professional and ethical competence and integrity. The Consultant shall promptly replace

any employees assigned under this Contract that the Client considers unsatisfactory. 6. Confidentiality:

The Consultants shall not, during the term of the Contract and within two years after its

expiration, disclose any proprietary or confidential information relating to the Services, this

Contract or the Client’s business or operations without the prior written consent of the

Client. 7. Ownership of Material:

Any studies, reports or other material, graphic, software or otherwise, prepared by the

Consultants for the Client under the Contract shall belong and remain the property of the

Client. The Consultants may retain a copy of such documents and software; but shall not

use them for purposes unrelated to this Contract without approval of Client. 8. Consultants not to be engaged in certain activities:

The Consultants agree that during the term of this Contract and after its termination,

the Consultants and any entity affiliated with the Consultants, shall be disqualified from

providing goods, works or services(other than the Services or any continuation thereof)

for any project resulting from or closely related to Services. 9. Insurance:

The Consultant will be responsible for appropriate insurance coverage. In this regard, the

Consultant shall maintain workers compensation, employment liability insurance for their

staff on the assignment. The Consultant shall also maintain comprehensive general

liability insurance, including contractual liability coverage adequate to cover the

indemnity of obligation against all damages, costs, and charges and expenses for injury to

Page 23: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 23

any person or damage to any property arising out of , or in connection with the services

which result from the fault of the Consultant or its staff. The Consultant shall provide the

Client with certification thereof up on request. 10. Assignment:

The Consultant shall not assign this Contract or to sub-contract any portion without the

Client’s prior written consent. 11. Law governing the Contract:

The contract shall be governed by the Laws of India. 12. Indemnify the Client:

The Consultant shall indemnify and hold harmless the Client against any and all claims,

demands and/or judgment of any nature brought against the Client arising out of the

Services by the Consultant and its staff under the Contract. The obligation under this

Clause shall survive the termination of the Contract. 13. Taxes:

The Consultant shall pay the taxes, duties, fees, levies and other impositions payable under

the Applicable Law. The Client will perform such duties in this regard to the deduction of

such tax as may be lawfully imposed. However Consultancy Service tax payable for

providing this Consultancy Services shall be paid /reimbursed by the Client separately.

For the Client For the Consultants Signed by: Signed by: Name and designation Name and designation

Date: Date: Place Place:

List of Attachments to the Contract:

Attachment A: Description of Services Attachment B: Consultants Personnel Attachment C: Consultant’s reporting Obligations

Page 24: GOVERNMENT OF KARNATAKA - CSRBOX1. 20% of Contract Value on Submission of Form-1 & Pre-feasibility report to SEIAA 2. 20% of Contract Value after presentation to SEAC and obtain of

K/C - 3 : Page 24