greater hyderabad municipal corporation rfp for … · 2020. 9. 7. · request for proposal for...
Post on 14-Sep-2020
7 Views
Preview:
TRANSCRIPT
Request for Proposal For Consultancy support for SS2021 in GHMC
RFP FOR
“Providing Consultancy support for the
Swachh Survekshan 2021 in GREATER
HYDERABAD MUNICIPAL
CORPORATION.
GREATER HYDERABAD MUNICIPAL CORPORATION
YEAR 2020
COMMISSIONER
GREATER HYDERABAD MUNICIPAL CORPORATION
Request for Proposal For Consultancy support for SS2021 in GHMC
GREATER HYDERABAD MUNICIPAL CORPORATION
BID SCHEDULE
Name of Work : “Providing Consultancy support for the Swachh
Survekshan 2021 in GHMC”
RFP Notice No : 11/EE(SWM)/GHMC/2020-21 ; Dt: 05.09.2020
Pre Bid Meeting Date : 11/09/2020 at 11.00 A.M in O/o Addl.
Commissioner (Sanitation) IV Floor, GHMC
HO, Hyderabad
Mode of Tender : Off-line Tender Tender Submission : 19/09/2020 (upto 3.00P.M.)
Date
Tender Opening Date : 19/09/2020 at 4.00 P.M. or any other suitable date fixed by GHMC.
EMD : Rs. 20,000/- (Rs. Twenty Thousand Only) payable in the form of D.D.in favour of the Commissioner GHMC at the time of Bid submission, payable at Hyderabad.
Performance Security : 10% of the Contract value at the time of Agreement in the form of BG in favor of the Commissioner GHMC , payable at Hyderabad. Contract Tenure : (3) Months (or) up to the completion of Swachh Survekshan 2021 report which comes later from the date of Agreement
Address for Bid Submission : The Executive Engineer (SWM) Greater Hyderabad Municipal Corporation, 4th Floor,
CC complex, Hyderabad –500 063 Details of Contact : Mr. P. Praveen, AE(SWM), GHMC. Cell No: 9318480092
Request for Proposal For Consultancy support for SS2021 in GHMC
TABLE OF CONTENTS
SL.
No. CHAPTER
1 INTRODUCTION
2 TERMS OF REFERENCE
2.1 Documentation Parameters
2.2 Specific Functions and Responsibilities of Consultant
2.3 Responsibility of GREATER HYDERABAD MUNICIPAL
CORPORATION
3 INSTRUCTIONS TO THE BIDDER
4 ELIGIBILITY CRITERIA AND EVALUATION PROCEDURE
4.1 Eligibility Criteria
4.2 Technical Evaluation Criteria
4.3 Financial Evaluation Criteria
4.4 Evaluation and Comparison of Bids
4.5 Financial Bid Evaluation Criteria - QCBS
5 Terms & Conditions
Annexure-1
Self-Declaration of the firm regarding No FIR, Blacklisting
Annexure-2 Covering Letter
Annexure-3 Format for Technical Bid Proposal
Annexure-4 Format for Financial Bid Proposal
Request for Proposal For Consultancy support for SS2021 in GHMC
GREATER HYDERABAD MUNICIPAL CORPORATION
Request for Proposal
1. The Superintending Engineer (SWM) on behalf of the Commissioner of
GREATER HYDERABAD MUNICIPAL CORPORATION, invites tender from
Experienced and Reputed Consultancy firms/Companies for “Providing
Consultancy support for the Swachh Survekshan 2021 in GHMC”.
2. Interested Bidders can bid, as per the terms and conditions of the bid
document. The Bids shall be submitted to the address as per the Data
sheet provided with this document.
3. The Bid documents shall be downloaded from the GHMC web-site
www.ghmc.gov.in. @ Downloads-Tender Notifications. In case of any
clarifications, amendments, addenda, corrigenda, etc., will be uploaded
on the same web-site and will not be published in newspapers. Hence,
bidders are requested to regularly visit the website to keep themselves
updated.
4. GHMC reserves the right, without any obligation or liability to reject any
or all the proposals at any stage of the bidding process, to cancel the
bids or modify the bid process or any part thereof or to modify any of the
terms and conditions at any time, without assigning any reason
whatsoever.
Superintending Engineer (SWM) GHMC
Request for Proposal For Consultancy support for SS2021 in GHMC
5
SECTION I : INTRODUCTION
1.1. A Project Implementation Unit (PIU) was established in GHMC to support, monitor
and manage the Swachh Survekshan 2021 under Swachh Bharat Mission-Urban
(SBM-U) conducted by the Ministry of Housing and Urban Affairs (MoHUA) with the
following objectives to :
Elimination of open defecation;
Eradication of Manual Scavenging;
Modern and Scientific Municipal Solid Waste Management;
To effect behavioral changes for healthy sanitation practices;
Generate awareness and behavior change on healthy sanitation
practices;
Prevention of Pollution of water sources
Ensuring cleanliness and hygiene in public places;
Development of Information, Education and Communication Strategies about
cleanliness and hygiene and
Capacity augmentation for ULBs; and
To create an enabling environment for private sector participation in Capex
(capital expenditure) and Opex (operation and maintenance) in the activities
undertaken under Swachh Bharat Mission.
1.2. A multi-pronged strategy is being used by the Ministry to implement SBM- Urban
which includes creation of an enabling environment for States and the cities to roll
out SBM at their levels by empowering and building their capacities, while
simultaneously encouraging citizens and other stakeholders to actively participate in
the SBM.
1.3. Under Swachh Bharat Mission-Urban (SBM-U), Minister of Housing and Urban
Affairs (MoHUA) had conducted ‘Swachh Survekshan-2016’ survey for rating 73
cities followed by ‘Swachh Survekshan-2017’ ranking 434 cities, Swachh
Survekshan 2018 for ranking 4,203 Cities, Swachh Survekshan 2019 for ranking
4237 cities and recently concluded Swachh Survekshan 2020 for 4242 cities. In a
bid to scale up the coverage of the ranking exercise and encourage towns and cities
to actively implement mission initiatives in a timely and innovative manner, MoHUA
now proposed to conduct its sixth survey to rank all cities. Assessment would be
made in three quarters i.e. Q1 (Apr- Jun 2020), Q2 (Jul-Sept 2020) and Q3 (Oct –
Dec 2020)
Request for Proposal For Consultancy support for SS2021 in GHMC
6
1.4. Indicator wise supporting documents to be uploaded in the month of Dec 2020.
Parameters pertaining to waste processing capacities, unprocessed/processed waste
going to the landfill, remediation of dumpsites, waste water treatment and reuse
along with faecal sludge management have been given special focus in this survey.
1.5. The survey methodology for Swachh Survekshan League 2021 and Swachh
Survekshan 2021 is as below:
Evaluation Period: Quarter-1 ‘April, 2020 – June, 2020’, Quarter-2 ‘July,
2020 –September 2020’ and Quarter-3 ‘October, 2020 – December2020’
Monthly MIS: ULBs’ performance will be referred from the progress claimed
through Monthly MIS
Documentary Evidence: Indicator wise supporting documents to be uploaded
in December 2020.
1.6. Swachh Survekshan 2021 Weightage:
SS League 2021 – Service Level Progress covers Segregated Collection (30%), Processing & Disposal (40%) and Sustainable Sanitation (30%) for 2000 Marks in each quarter and 40% of SS League 2021 weightage will be added in SS- 2021.
Certification for 1800 Marks and
Citizen Feedback for 1800 Marks
1.7. Accordingly, the PIU under Additional Commissioner(Sanitation) is functioning at
GHMC HO has completed the documentation process and Uploaded the data for
Quarter 1 & for July and August months in Quarter II as of now and continue work
further till end of Quarter III of SS 2021.
1.8. Based on the learnings of previous Survekshans, it is felt necessary to engage a
competent Consultancy agency with relevant professionals to provide support to the
existing PIU cell of GHMC for quality documentation, gap analysis, measure’s for
improving ranking of city by IEC & Behavior Change Communication and for better
presentation of all the 4 aspects of SwachhSurvekshan-2021 during the Quarter III
period of Swachh Survekshan 2021.
1.9. In view of the above, GHMC inviting this Request for Proposal “Providing
Consultancy support for the Swachh Survekshan 2021 in GHMC” by
handholding the programme in close co-ordination with existing PIU team and other
functionaries as per the Indicators in Tool Kit/ Frame work 2021.The selected
Consultancy firm shall deliver it’s services under directions of the Additional
Commissioner (Sanitation)
Request for Proposal For Consultancy support for SS2021 in GHMC
7
SECTION II : TERMS OF REFERENCE
2.1 Documentation parameters: The Consultant Firm shall perform the Consultancy Services following the Documentation Parameters issued by the Swachh Bharat Mission, MoHUPA , GoI as mentioned in brief.
Part - 1: SS 2021 League - Service Level Progress (40%);
1. Collection and Transportation(7 parameters)
2. Processing and Disposal (13 Parameters)
3. Sustainable Sanitation (5 Parameters)
Part - 1A: Validation through Citizens
Part – 2: Certification (30%); (2 parameters) Part – 3: Citizen Feedback (30%) ;
1. Citizen’s Feedback (7 Direct questions)
2. Citizen’s Engagement (IEC and Recognition -9 Parameters)
3. Citizen’s Experience (Beautification -2 Parameters)
4. Swachhta App (4 Parameters)
5. Innovations & Best practices (2 parameters)
Note: For more details please refer Swachh Survekshan Tool Kit 2021
2.2 SPECIFIC FUNCTIONS AND RESPONSIBILITIES OF CONSULTANT:
The specific functions and responsibilities of the Consulting Firm are:
2.2.1. Support GREATER HYDERABAD MUNICIPAL CORPORATION SBM team for
Data collection, documentation and maintenance of records;
2.2.2. Gap Analysis/Identification in present scenario.
2.2.3. Analysis of SS-2020 short comings of GREATER HYDERABAD MUNICIPAL
CORPORATION. Suggestions/recommendations for improvement in present
scenario.
2.2.4. Preparation of ward level plan of action for the regular monitoring of the
segregation and onsite processing facility along with monitoring plan for on-
site composting by bulk and non-bulk generators (monitoring through
WhatsApp groups).
2.2.5. Assistance in documentation under Swachh Bharat Mission (SBM) like
Swachh, ODF, ODF ++, GFC Star Rating Protocol, water + Certification.
2.2.6. Support GREATER HYDERABAD MUNICIPAL CORPORATION in IEC/BCC
activities.
Request for Proposal For Consultancy support for SS2021 in GHMC
8
2.2.7. Maintaining and regularly updating SBM (U) MIS and ensuring availability
of updated data at all times, supporting and answering data queries from
various authority.
2.2.8. Training key staff on Swachh Survekshan2021;
2.2.9. Submission of status report on daily basis to officials concerned about the
implementation, shortcoming & target achieved.
2.2.10. Establishment of infrastructure in the space provided by GREATER
HYDERABAD MUNICIPAL CORPORATION.
2.2.11. Any other function and responsibility related to Swachh Survekshan given
by the Additional Commissioner (sanitation)
2.3 RESPONSIBILITY OF GREATER HYDERABAD MUNICIPAL CORPORATION
2.3.1. The Swachh Bharat Mission team working at head office GHMC will provide
required input data for the documentation of SS 2021
2.3.2. Total Payment shall be released to the selected Bidder after completion of
delivering services as per the terms and conditions of the Contract.
SECTION III : INSTRUCTIONS TO THE BIDDER
3.1. The tender is a "Two Bid" system. The technical bid should contain all the relevant
information and desired enclosures in the prescribed format along with Earnest
Money Deposit (EMD). The financial bid should contain only commercials. In case,
any bidder encloses the financial bid within the technical bid, the same shall be
rejected summarily.
3.2. All information called for in the enclosed forms (Annexure’s) should be furnished
against the respective columns in the forms. If information is furnished in a
separate document, reference to the same should be given against respective
columns in such cases. However the bidders are cautioned that not giving
complete information called for in the tender forms or not giving it in clear terms
or making any change in the prescribed forms or deliberately suppressing the
information may result in the bidder being summarily disqualified.
3.3. The Bids shall be submitted in person or by post/courier within the specified date
and time and Bids submission made by mail/fax and those received late will not
be entertained. GREATER HYDERABAD MUNICIPAL CORPORATION shall not be
responsible for late receipt or non-receipt of the Applications including for postal
delays in case of hard copy submission.
Request for Proposal For Consultancy support for SS2021 in GHMC
9
3.4. The Consultancy charges shall be quoted by the Consulting Firm in their
Application exclusive of GST. The applicable percentage of GST shall be mentioned
separately in the Financial offer.
3.5. The Responses should be typewritten or handwritten but there should not be any
overwriting or cutting. Correction, if any, shall be made by neatly crossing out,
initialed, dating and rewriting. The name and signature of bidder's authorized
person should appear on each page of the application. All pages of the tender
document shall be numbered and submitted as a package along with forwarding
letter on bidder's letter head.
3.6. Reference, information and certificates from the respective clients certifying
technical, delivery and execution capability of the bidder should be signed and the
contact numbers of all such clients should be mentioned. The GREATER
HYDERABAD MUNICIPAL CORPORATION, may also independently seek
information regarding the performance from the client.
3.7. The Bidder is advised to attach any additional information, which they think is
necessary in regard to their capabilities to establish that the bidder is capable in
all respects to successfully complete the envisaged work. They are however,
advised not to attach superfluous information.
3.8. Even though bidder may satisfy the qualifying criteria, they are liable for
disqualification if they have a record of poor performance or not able to
understand the scope of work etc.
3.9. Prospective bidders may seek clarification regarding the project and / or the
requirements for eligibility/pre-qualification, in writing through mail before the
pre-bid meeting date.
3.10. The Request for Proposal can be downloaded from the GREATER HYDERABAD
MUNICIPAL CORPORATION website web-site www.ghmc.gov.in. @ Downloads-
Tender Notifications. The technical and financial documents should be kept
separately in sealed envelopes and both these envelopes should be kept in one
envelope super scribing with name of work as “Providing Consultancy support for
the Swachh Survekshan 2021 in GHMC” and Name and address of the Firm. The
Technical Bid shall consists of technical Bid forms (Annexures) and Qualification
documents including EMD and bid document. The Financial bid shall consists of
Bidder’s Financial offer duly signed & sealed/stamped. The Bids shall reach the
GHMC office on or before time and date as mentioned in the Data sheet provided
with this document and late tenders shall not be accepted. The technical bid shall
be opened in the office of the Executive Engineer(SWM) on the date and time as
mentioned in the Data sheet in the presence of bidders who may like to be present
Request for Proposal For Consultancy support for SS2021 in GHMC
10
and are present at the time of opening.
3.11. Bidders are neither allowed to join hands to participate in the tender nor allowed
to submit multiple bids. Any such act will make the bid liable for rejection.
3.12. The successful bidder has to sign an agreement on non-judicial stamp paper which
shall contain clauses related to liquidated damages, not more than 10% of the
contract value, on account of delays, errors, cost and time over runs etc.,. In case
the bidder fails to execute the contract, the GREATER HYDERABAD MUNICIPAL
CORPORATION shall have liberty to get it done with existing PIU cell and
performance security shall be forfeited.
3.13. The Applicant should bear all the costs associated with the preparation of the
proposal and GREATER HYDERABAD MUNICIPAL CORPORATION shall not be
liable or responsible for the costs, regardless of the conduct or outcome of the
tendering process.
3.14. Earnest Money Deposit (EMD) : All the Bidders shall submit EMD for an amount of
Rs. 20,000/- (Rs. Twenty Thousand only) via DD from any Nationalized/
Scheduled Bank in favour of “The Commissioner, GHMC” payable in Hyderabad.
The EMD of the unsuccessful bidders shall be returned without interest after
award of work to the successful bidder. The EMD of the successful bidder shall be
returned only after the signing of the contract along with performance security
deposit. The EMD stands forfeited in case the bidder withdraws or amends his bid
after submission of tender document.
3.15. No correspondence or enquiries of the status of their Applications will be
entertained. Regret letters to the unsuccessful Applicants may be sent soon after
the completion of the selection process if required.
3.16. GREATER HYDERABAD MUNICIPAL CORPORATION reserves the right to accept or
reject all or any of the applications at any time during the scrutiny and evaluation
of the Applications without assigning any reasons.
Request for Proposal For Consultancy support for SS2021 in GHMC
SECTION IV : EVALUATION PROCEDURE
4.1 Eligibility Criteria:
4.1.1. General:
a. The Applicant firm has to be a company registered under the act of
1956/2013 / Partnership firm/ Limited Liability Partnership (LLP) firm
and to be in existence for the last three years; Individuals and
proprietorships are not allowed to participate. Copy of the Registration
certificate shall be enclosed to this effect.
b. The Bidder should be a single entity. JV/Consortium is not allowed. No
Bidder or its Associate/ Partnership Firm shall be allowed to submit more
than one Proposal. The Bidder or its Associates shall not be entitled to
submit another Proposal by associating with any other Bidder, as the case
may be. If more than one bid is found in the name of same bidder or its
Associate/Partnership Firm in that case all such bids received in the name
of same bidder or its Associate/Partnership Firm shall be rejected.
c. The Consulting Firm shall submit Earnest Money Deposit (EMD) for an
amount of Rs 20,000 (Rupees Twenty Thousand only) towards security
deposit for the Contract at the time of entering into the Agreement.
d. Declaration on a non-judicial Stamp Paper of INR 100/- certifying that the
Entity/Director(s)of the Entity are not blacklisted at the time of Bid
submission Date.
4.1.2. Financial Criteria :
a. The applicant as a single entity should have a minimum average annual
turnover of Indian Rs. 1 Crore (Rupees One Crore) during the last three (3)
financial years (2016-17, 2017-18 and 2018- 19). The certificate issued by
the Charted Accountant shall be enclosed.
4.1.3. Technical Criteria :
a. The Applicant firm shall have consultancy/advisory services working
experience in similar projects i.e. related to Swachh Survekshan
performed in at least any (3) three ULBs in India having more than 10 lakh
Population as per census pollution 2011. Copies of Work Orders,
Completion Certificates from the Clients and copies of any relevant
documents, duly signed by the official not below the rank of Executive
Engineer/Health Officer.
Request for Proposal For Consultancy support for SS2021 in GHMC
b. The Applicant shall possess and deploy the following key personals having
the following minimum profile for the required services under this RFP in
GHMC.
Sr. No.
Details of personal
No Part time/ Full Time
Min. Qualification
Min. Experience
01 Project Leader
01 Part-time Graduate in data analytics/ statistics/ social work/ urban
planning/ sanitation/ public health engineering/ solid waste management/ environment engineering
2 years in analytics/ statistics/ surveys/ accreditation/ certification
02 Quality Control Expert
01 Full-time Any Graduate
5 years in quality certifications/ assessments/process quality control
03 SWM Expert 01 Full-time Graduate in engineering/ public health/solid waste management
2 years in solid waste management in urban areas
04 IT Expert 01 Full-time Graduate in computer science/software/hardware-engineering
5 years in portal and app development
05 IEC/BCC specialist
01 Full-time Graduate in Mass-communication,
Journalism, Media, Public Relations
3 years in media/social-media planning, public relations
4.2 Technical Evaluation Criteria:
Only those bidders which clear the Eligibility criteria will be evaluated
on technical evaluation criteria. Bidders will be evaluated on the following
parameters: (maximum marks: 100). Bidders, whose bids are responsive,
and score at least 70 marks (out of 100) from the technical evaluation
criteria, would be considered technically qualified.
Request for Proposal For Consultancy support for SS2021 in GHMC
Technical Qualification criteria Max. Marks
Documents to be enclosed
I. Consultancy/advisory services working experience in similar projects in ULBs (50 Marks)
i. For Minimum of (3) ULBs with more than 10 Lakh Population as per 2011 census : 35 Marks; and
ii. 5 Marks for each additional ULBs with more than 10 Lakh Population as per 2011 census (or) 1 Mark for each additional ULBs with more than 1Lakh and less than 10 Lakh Population as per 2011 census
50 Similar projects means projects with Handholding and Preparation of Swachh Survekshan
2020/2019/2018/2017/2016 as a major part in the scope of work in ULBs.
For this purpose, completion certificates in case of SS 2016 to 2019 and Work orders in case of
SS2020 from Concerned officers in ULBs shall be enclosed.
II. Key personal : (50 Marks) 1. Project Lead (10 marks)
i For Min. qualification with Graduate in data analytics/ statistics/ social work/ urban planning/ sanitation/ public health engineering/ solid waste management/ environment engineering : 2 Marks
ii Additional qualification with Masters in above disciplines : 1 marks
iii Minimum experience of 2 years in analytics/ statistics/ surveys/ accreditation/ certification: 2 Marks
iv Experience in similar projects (definition of similar project same as point I in this table)
a. 0-1 projects: 2marks
b. 2-5 projects: 4marks
c. >5 projects: 5marks
50 CVs prepared and signed by the Individuals enclosed with Copies of their Qualification and Experience.
All the documents shall be self-attested by the Key persons proposed for this project of GHMC.
2. Quality Control Expert (10 marks)
i Any Graduate: 2 Marks
ii Additional qualification with Masters in above disciplines: 1 marks
iii Min. Experience of 5 years in quality certifications/ assessments/process quality control: 2 Marks
iv Experience in similar projects (definition of similar project same as point I in this table)
a. 0-1 projects: 2marks
b. 2-5 projects: 4marks
c. >5 projects: 5marks
-DO-
Request for Proposal For Consultancy support for SS2021 in GHMC
3. Solid Waste Management Expert (10 marks)
i Graduate in engineering/ public health/solid waste management: 2 Marks
ii Additional qualification with Masters in above disciplines: 1 marks
iii Min. Experience of 2 years in solid waste management in urban areas: 2 Marks
iv Experience in similar projects (definition of similar project same as point I in this table)
a. 0-1 projects: 2marks
b. 2-5 projects: 4marks
c. >5 projects: 5marks
-DO-
4. IT Expert (10 marks)
i Graduate in computer science/software/hardware-engineering: 2 Marks
ii Additional qualification with Masters in above disciplines: 1 marks
iii Min. Experience of 5 years in portal and app development: 2 Marks
v Experience in similar projects (definition of similar project same as point I in this table)
a. 0-1 projects: 2marks
b. 2-5 projects: 4marks
c. >5 projects: 5marks
-DO-
5. IEC/BCC Expert (10 marks)
i Graduate in Mass-communication,Journalism, Media, Public Relations: 2 Marks
ii Additional qualification with Masters in above disciplines: 1 marks
iii Min. Experience of 3 years in media/social-media planning, public relations: 2 Marks
vi Experience in similar projects (definition of similar project same as point I in this table)
a. 0-1 projects: 2marks
b. 2-5 projects: 4marks
c. >5 projects: 5marks
-DO-
Total 100
Request for Proposal For Consultancy support for SS2021 in GHMC
4.3 Financial Evaluation Criteria:
4.3.1. The Financial Bids of technically qualified bidders will be opened on the
prescribed date in the presence of bidder representatives, who may wish
to attain.
4.3.2. In case of discrepancy between the words and figures quoted, the one
which is advantageous to the GREATER HYDERABAD MUNICIPAL
CORPORATION shall prevail.
4.3.3. The Bidder with lowest qualifying financial bid will be awarded the
financial score of 100 marks (amongst the Bidders that qualified on the
basis of point “4.1 & 4.2” of Section IV above).
4.4 Evaluation and Comparison of Bids:
4.4.1. 80 % weightage will be awarded for Technical Evaluation and 20 %
weightage will be awarded for Financial Evaluation.
4.4.2. Technical Bid will be assigned a Technical score (Ts) out of a maximum of
100 points, as per the Scoring Model provided in section 4.2 above.
4.4.3. The financial scores would be normalized on a scale of 100, with lowest
score being normalized to 100 and the rest being awarded on a pro-rata
basis. Such normalized scores would be considered for the purpose of
QCBS based evaluation, explained below:
4.5 Final Bid Evaluation Criteria - Quality and Cost based selection (QCBS) :
4.5.1. The individual Bidder's Financial scores (FS) are normalized as per the
formula below:
Fn = Fmin/Fb X 100 (rounded off to 2 decimal places) Where,
Fn = Normalized commercial score for the Bidder under consideration
Fb = Absolute financial quote for the Bidder under consideration
Fmin = Minimum absolute financial quote
Composite Score (S) = Ts X 0.8 + Fn X 0.2
4.5.2. The Bidder with the highest Composite Score(S) would be awarded the
contract.
Request for Proposal For Consultancy support for SS2021 in GHMC
SECTION V : TERMS AND CONDITIONS
5.1. The contract period is (3) Months (or) up to the completion of Swachh Survekshan
2021 report which comes later from the date of Agreement. GREATER HYDERABAD
MUNICIPAL CORPORATION at its sole discretion may extend the contract for a
further period based on the requirement on mutual terms and conditions.
5.2. The working hours will be as per applicable rules to the staff of respective GREATER
HYDERABAD MUNICIPAL CORPORATION and in case of necessity/requirement, the
Consultants shall have to work beyond normal office working hours and on
holidays.
5.3. Performance Security: The successful bidder shall be required to deposit performance
security in form of an irrevocable bank guarantee in favour of “The Commissioner,
GHMC” valid until (3) months after completion of the Contract period, equal to ten
percent (10%) of contract value, at the time of Agreement.
5.4. Lump sum payment , as per the agreement, will be made at the end of the Contract
period after the submission of Invoice along with completion report of MIS to the
Commissioner.
5.5. Applicable taxes shall be deducted from the Invoice bill amount before releasing the
payment. The payment shall be in Indian Rupees and shall be paid only after
successful completion of work without errors and delays
5.6. Except with the prior written consent of the Client, the Consultant and the Personnel
shall not at any time communicate to any person or entity any confidential
information acquired in the course of the Services, nor shall the Consultant and the
Personnel make public the recommendations formulated in the course of, or as a
result of, the Services. Except as otherwise permitted by this Agreement, neither of
the parties may disclose to third parties the contents of this Agreement or any
information/report/advice provided by or on behalf of the other that ought
reasonably to be treated as confidential and/or proprietary. Parties may, however,
disclose such confidential information to the extent that it: (a) is or becomes public
other than through a breach of this Agreement, (b) is subsequently received by the
receiving party from a third party who, to the receiving party’s knowledge, owes no
obligation of confidentiality to the disclosing party with respect to that information,
(c) was known to the receiving party at the time of disclosure or is thereafter created
independently, (d) is disclosed as necessary to enforce the receiving party’s rights
under this Agreement, or must be disclosed under applicable law, legal process or
professional regulations. These obligations shall be valid for a period of three (3)
years from the date of termination of this Agreement.
Request for Proposal For Consultancy support for SS2021 in GHMC
5.7. The Consultant/ Firm shall perform the Services and carry out his Obligations
hereunder with all due Diligence, Efficiency and Economy, in accordance with
generally accepted Professional Techniques and Practices, and shall observe Sound
Management Practices, and employ Appropriate Advanced Technology and Safe
Methods. The Consultant/ Firm shall always act, in respect of any Matter relating to
this Contract or to the Services, as Faithful Advisers to the Employer, and shall at
all times support and safeguard the Employer’s legitimate interests in any dealings
with Sub Consultant/ Firms or Third Parties.
5.8. The Remuneration of the Consultant/ Firm pursuant to Clause 6.0 shall constitute
the Consultant/ Firm’s Sole Remuneration in connection with this Contract or the
Services, and the Consultant/ Firm shall not accept for his own benefit any Trade
Commission, Discount or similar Payment in connection with Activities pursuant to
this Contract or to the Services or in the Discharge of their Obligations under the
Contract, and the Consultant/ Firms shall use their best Efforts to ensure that the
Personnel, any Sub Consultant/ Firms, and Agents of either of them, similarly shall
not receive any such Additional Remuneration.
5.9. If for any reason beyond the Reasonable Control of the Consultant/ Firm, it becomes
necessary to replace any of the Key Personnel, the Consultant/ Firm shall forthwith
provide as a Replacement a Person of Equivalent or Better Qualifications.
5.10. If the Employer finds that any of the Personnel have (i) committed Serious
Misconduct or has been charged with having committed a Criminal Action, or (ii)
have Reasonable Cause to be dissatisfied with the Performance of any of the
Personnel, then the Consultant/ Firm shall, at the Employer’s Written Request
specifying the Grounds therefore, forthwith provide as a Replacement a person with
Qualifications and Experience acceptable to the Employer.
5.11. The Consultant/ Firm shall have no Claim for Additional Costs arising out of or
incidental to any Removal and / or Replacement of Personnel.
5.12. The Parties shall use their best efforts to settle amicably any Dispute(if any) arising
out of or in connection with this Contract or its Interpretation. Any Dispute between
the Parties as to matters arising pursuant to this Contract that cannot be settled
amicably within thirty (30) days after Receipt by one Party of the other Party’s
request for such Amicable Settlement may be submitted by either party for
Settlement by the Commissioner GHMC and decision of the Commissioner GHMC a
is final and binding on both parties.
Request for Proposal For Consultancy support for SS2021 in GHMC
ANNEXURE -1
SELF-DECLARATION OF THE FIRM REGARDING NO FIR, BLACKLISTING
To The Commissioner,
GREATER HYDERABAD MUNICIPAL CORPORATION. Sir,
In response to this RFP Bid Notice No: . .. ...... ..... for Providing Consultancy support for the Swachh Survekshan 2021 in GHMC, I/We hereby
declare that presently our Firm .. .. .... ....... ........ ........ .. ... .. .... .... ... ...... ...... .................... .. ............................ .... ........ .. (name of Firm is
having unblemished record and no FIR has been lodged against us. No enquiry is pending against us and our Firm has not been black listed by any Local body, State, Centre Government or any other public sector
undertaking or a Corporation/ autonomous body as on the date of submission of RFP.
I/We do understand that if this declaration is found to be incorrect then without prejudice to any other action that may be taken my/ our EMD shall be forfeited in full and the award of work contract if any to the extent
accepted may be cancelled and other necessary action will be taken accordingly.
Thanking you,
Name of the Bidder:
Authorized Signatory: Seal of the Organization:
Date:
Place:
Request for Proposal For Consultancy support for SS2021 in GHMC
ANNEXURE - 2
COVERING LETTER
{On the Letter Head of the Applicant (in case of Single Applicant) or Lead Member (in case of a Consortium)}
Date:
To The Commissioner, GREATER HYDERABAD MUNICIPAL CORPORATION,
Hyderabad. Sir,
Sub: Providing Consultancy support for the Swachh Survekshan 2021 in GHMC
- Reg. Being duly authorized to represent and action behalf of (hereinafter
referred to as "the Applicant"),and having reviewed and fully understood the Scope of Work, the undersigned hereby express our interest to
Providing Consultancy support for the Swachh Survekshan 2021 in GHMC as mentioned in the RFP document.
We are enclosing our RFP in original in Annexure-3 with the details and supporting documents as per the requirements of the RFP for evaluation. The Bid processing fee and EMD are also hereby submitted in two separate
Demand Drafts.
The undersigned hereby also declares that the statements made and the information provided in the RFP is complete, true and correction every detail and unconditional.
Yours faithfully,
Signature: Name:
Designation :
(Organization seal)
For and on behalf of :
(Authorized Representative Signatory)
Encl: Annexure-3 with all relevant supporting documents, EMD (in Demand Draft).
20
ANNEXURE 3
FORMAT FOR TECHNICAL BID PROPOSAL
(enclosed with supporting documents)
A. PERSONAL INFORMATION
1. Full Name of Applicant Firm
2. Date of Incorporation
3. Average Annual Turnover in the last three Financial Years
4. Address
Present
Permanent
5. Tel. No / Mob. No.
6. e-mail and contact person details
B. PROJECTS HANDLED (Self attested copies of certificates to be attached for each project) 1.
2….
C. Personnel to be deployed for this Consultancy in GHMC – C V
(Separate sheet shall be submitted for each personal enclosed
with supporting documents from clients and self-attested by
individual)
D. OTHER INFORMATION IF ANY
Place:
Date: Signature
21
ANNEXURE-4
FORMAT FOR FINANCIAL BID PROPOSAL
Financial Proposal shall be placed in a separate sealed envelope clearly marked on the cover as "Financial Bid Proposal"
Name of the Firm:
Item or Activity Total Consultancy charges (in
Rupees) Both in Numeric and in Words.
Consultancy charges for Providing Consultancy support
for the Swachh Survekshan 2021 in GHMC includes Consultancy cost, on-site
resources cost, travelling and miscellaneous costs and
inclusive of wages for personnel. (Exclusive of taxes)
Rs…………
(Rupees……………………….. only)
Taxes applicable @…….% Rs…………
(Rupees……………………….. only)
Total Charges Rs…………
(Rupees……………………….. only)
SIGNATURE
(Name)
To be signed by the Authorized Signatory of the Firm to provide
Consultancy services along with Seal
top related