issued by › writereaddata › fileupload › 35_final... · 2018-04-03 · dr. indresh kumar...
TRANSCRIPT
Page 1 of 78
Request for Proposal for
Selection of Consultant for
Performance Assessment and Rehabilitation of Existing STPs
_______
Issued by
National Mission for Clean Ganga (Ministry of Water Resources,River Development & Ganga Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002.
Telephone: +91-11-23072900-01 E-mail ID: [email protected]
Website: www.nmcg.nic.in
RFP No.: T-17/2014-15/834/NMCG
R
EQ
UE
ST
FO
R P
RO
PO
SA
L
Page 2 of 78
DISCLAIMER
The information contained in this Request for Proposal document ("RFP") or subsequently
provided to Bidders, verbally or in documentary or any other form by or on behalf of the
National Mission for Clean Ganga (here forth referred to as NMCG in this document) or any
of its employees or advisers, is provided to Bidders on the terms and conditions set out in this
RFP and such other terms and conditions subject to which such information is provided.
This RFP is not an agreement and is neither an offer nor invitation by the NMCG to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their offers, financial or
technical (“Proposals”) pursuant to this RFP. This RFP includes statements, which reflect
various assumptions and assessments arrived at by the NMCG in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that
each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible
for the NMCG, its employees or advisors to consider the investment objectives, technical
expertise, financial situation and particular needs of each party who reads or uses this RFP.
The assumptions, assessments, statements and information contained in the RFP Document
may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct
its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The NMCG accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The NMCG, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way for
participation in this Bidding Stage.
The NMCG also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP.
The NMCG may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this
RFP. The issue of this RFP does not imply that the NMCG is bound to select a Bidder or to
Page 3 of 78
appoint the Selected Bidder as the case may be, for the Project and NMCG reserves the right
to reject all or any of the Bidders or Bids without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by NMCG or any
other costs incurred in connection with or relating to its Bid. All such costs and expenses will
remain with the Bidder and NMCG shall not be liable in any manner whatsoever for the same
or for any other costs or other expenses incurred by a Bidder in preparation or submission of
the Bid, regardless of the conduct or outcome of the Bidding Process.
Page 4 of 78
Table of Contents
Disclaimer………………………………………………………………………………………………………………………….……………2 Table of Contents………………………………………………………………………………………………………………………….…4 Letter of Invitation………………………………………………………………………………………………………………………….6
1. Introduction ....................................................................................................................................... 7
1.1 Introduction ....................................................................................................................................... 7
1.2 Bidding Process .................................................................................................................................. 7
1.3 Contractual Framework ...................................................................................................................... 9
2. Instruction to Bidders ....................................................................................................................... 10
2.1 General ............................................................................................................................................ 10
2.2 Additional Requirements for a Consortium ....................................................................................... 11
2.3 Change in Composition of Consortium .............................................................................................. 11
2.4 Number of Proposals ........................................................................................................................ 11
2.5 Proposal Preparation Cost ................................................................................................................ 11
2.6 Verification of Documents ................................................................................................................ 11
2.7 Language ......................................................................................................................................... 12
2.8 Currency ........................................................................................................................................... 12
2.9 Clarifications by Bidders ................................................................................................................... 12
2.10 Pre – Proposal Meeting .................................................................................................................... 13
2.11 Amendment of RFP Document .......................................................................................................... 13
2.12 Miscellaneous- Other Provisions ....................................................................................................... 14
2.13 Disqualification ................................................................................................................................ 15
2.14 Bid Security ...................................................................................................................................... 19
2.15 Validity of Proposal .......................................................................................................................... 20
2.16 Bidders Responsibility ...................................................................................................................... 20
2.17 Format and Signing of Proposal ....................................................................................................... 20
2.18 Sealing and Marking of Proposal ...................................................................................................... 22
2.19 Proposal Due Date ............................................................................................................................ 23
2.20 Late Proposals .................................................................................................................................. 23
2.21 Modification and Withdrawal of Proposals ...................................................................................... 23
2.22 Clarifications Sought by NMCG ......................................................................................................... 23
2.23 Consultant(s) or Advisor(s) ............................................................................................................... 24
3. Eligibility of Bidder(s) ....................................................................................................................... 25
3.1 Eligibility Criteria .............................................................................................................................. 25
4. Evaluation of Proposal ..................................................................................................................... 28
4.1 Opening of Proposal ......................................................................................................................... 28
4.2 Evaluation of Proposal ..................................................................................................................... 29
4.3 Test of Responsiveness ..................................................................................................................... 29
4.4 Opening of Technical Proposal ......................................................................................................... 30
Page 5 of 78
4.5 Evaluation of Technical Proposal ...................................................................................................... 30
4.6 Evaluation of Price Proposal ............................................................................................................. 32
4.7 Final Evaluation ................................................................................................................................ 32
4.8 Notification ...................................................................................................................................... 33
4.9 NMCG’s Right to Accept or Reject Proposal ...................................................................................... 33
4.10 Acknowledgment of Letter of Acceptance (LOA) and Execution of Contract Agreement ................... 34
4.11 Performance Guarantee ................................................................................................................... 34
Appendix 1: Schedule of Bidding Process ....................................................................................................... 36
Appendix 2: Format of Acknowledgement of RFP Document and Notification of Intent to Submit Proposal .. 37
Appendix 3: Format for Covering Letter cum Project Undertaking ................................................................. 38
Appendix 4: Format for Power of Attorney for Signing of Proposal ................................................................ 41
Appendix 5: Format for Power of Attorney for Lead member of the consortium ............................................ 43
Appendix 6: Format for Affidavit Certifying no Blacklisting ............................................................................ 45
Appendix 7: Format of Bid Security ................................................................................................................ 46
Appendix 8: Format of Affidavit ..................................................................................................................... 49
Appendix 9: Format of Non-Collusion Certificate ........................................................................................... 50
Appendix 10: Technical Proposal.................................................................................................................... 51
Appendix 10A: Description of Approach, Methodology and Work Plan for Performing Assignment .............. 52
Appendix 10B: Information on Bidder’s Organisation .................................................................................... 53
Appendix 10C: Project Experience During Last Ten Years ............................................................................... 54
Appendix 10D: Format of Project Experience Details ..................................................................................... 55
Appendix 10E: Proposed Personnel List and Details ....................................................................................... 56
Appendix 10F: Curriculum Vitae (CV) ............................................................................................................. 57
Appendix 10G: Work Schedule and Planning for Deliverables ........................................................................ 59
Appendix 10H: Team Composition, Assignment and Experts’ Inputs .............................................................. 60
Appendix 11: Financial Information of Bidder’s Organisation ........................................................................ 61
Appendix 12: Format of Price Proposal Letter ................................................................................................ 62
Appendix 12A: Summary of Price Proposal .................................................................................................... 63
Appendix 12B: Breakdown of Fees - Remuneration ........................................................................................ 64
Appendix 12C: Breakdown of Fees - Reimbursable Expenses ......................................................................... 65
Appendix 13: Terms of Reference ................................................................................................................... 66
Appendix 14: Checklist ................................................................................................................................... 76
Appendix 15: Format of Pre-Proposal Queries ............................................................................................... 78
Page 6 of 78
Letter of Invitation RFP No.: T-17/2014-15/834/NMCG New Delhi, Dated : Dear Ms./Mr.:
1. The National Mission for Clean Ganga (NMCG) is executing NAMAMI GANGE program involving enormous level of development work to be carried out across the identified cities and villages in the five States.
2. The NMCG wishes to undertake the performance assessment of existing sewage
treatment plants (STPs) along main stem of river Ganga with the perspective to make theses STPs perform to thier optimum capacity.
3. The NMCG invites proposal from eligible and experienced consultancy firms to provide the following consulting services: Performance Assessment and Rehabilitation of Existing STPs. More details on the services and qualification details are provided in the Terms of Reference in this RFP.
4. A Bidder will be selected under “Quality cum Cost Based System” and procedures
described in this RFP.
5. The RFP includes the following documents: Letter of Invitation Section 1– Introduction Section 2 – Instruction to Bidders Section 3 – Eligibility of Bidder(s) Section 4 - Evaluation of Proposal and Appendices1 to 15 Contract agreement (to be uploaded)
6. Please inform us in writing at the following address:
Dr. Indresh Kumar Sawhney Procurement Specialist National Mission for Clean Ganga 1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002. Telephone: +91-11-23072900-01 E-mail ID: [email protected] upon receipt:
(a) that you received this RFP document; and (b) that you will submit the proposal by the date & time indicated in the RFP.
Yours sincerely, Director General National Mission for Clean Ganga (NMCG)
Page 7 of 78
1. Introduction
1.1 Introduction
1.1.1 The ‘NAMAMI GANGE Programme’ involves enormous level of development work to
be carried out across the identified cities and villages in the five States identified under
the programme. The ‘Namami Gange Programme’ is an integrated Conservation
Mission, approved as a ‘Flagship Programme’ by the Union Government in June, 2014
with budget outlay of Rs. 20,000 Crore to accomplish the objectives of effective
abatement of pollution, conservation and rejuvenation of national river the Ganga.
1.1.2 National Mission for Clean Ganga (NMCG) is the central level coordinating body
supported by States Level Program Management Groups (SPMGs) for successful
implementation of the programme. NMCG is the implementation wing of National
Ganga Council which was set up in October, 2016 under the River Ganga
(Rejuvenation, Protection and Management) Authorities order, 2016. The aim of the
NMCG is abatement of pollution, conservation and rejuvenation of National River
Ganga.
1.1.3 The main objective of the proposed consultancy assignment is to undertake a
comprehensive study of existing Sewage Treatment Plants (STPs) located along the
stretch of main stream of River Ganga, which are discharging into the river and
develop recommendations for rehabilitation, augmentation and redundancy and
operation & maintenance of the existing STPs.
1.1.4 NMCG intends to select a Consultant for providing Performance Assessment and
Rehabilitation of Existing STPs for effective and efficient implementation of projects.
In this regard, NMCG invites proposals from qualified, technically competent and
experienced entities to provide the consultancy services as detailed in this RFP.
1.1.5 The duration time of the assignment and the Contract would be for a period of six (6)
months from the date of letter of award by NMCG to the Selected Bidder or as
communicated by the NMCG whichever is earlier. The duration of assignment and the
Contract could be extended for a further period as decided by the NMCG based on
performance of the Consultant and mutual agreement.
1.2 Bidding Process
1.2.1 NMCG is conducting the Bidding Process for selection of Consultant for providing
services as mentioned in this RFP and as a part of the same, invites detailed proposals
(General Proposal containing Qualification Documents, Technical Proposal and Price
S
E
C
T
I
O
N
1
Page 8 of 78
Proposal, collectively referred to as the “Proposal”) from the eligible firms(hereinafter
referred to as the “Bidder(s)”).
1.2.2 The Proposal would be evaluated on the basis of the evaluation criteria set out in this
Request For Proposal (RFP) document (hereinafter referred to as the “Evaluation
Methodology”) in order to identify the Successful Bidder(s) for the Project (hereinafter
referred to as the “Successful Bidder(s)”). The Successful Bidder would then be
required to enter into an agreement with NMCG (hereinafter the “Contract
Agreement”)and perform the obligations as stipulated therein, in respect of the
Project.
1.2.3 Pursuant to the issue of this RFP, NMCG shall receive Proposals prepared and
submitted in accordance with the terms set forth in this RFP and other documents to
be provided by NMCG pursuant to this RFP including annexure thereto (collectively
referred to as the "RFP Document"), as modified, altered, amended and clarified from
time to time by NMCG.
1.2.4 The RFP Document including this RFP and all attached documents are and shall remain
the property of NMCG and transmitted to the Bidders solely for the purpose of
preparation and the submission of their respective Proposals in accordance herewith.
Bidders are to treat all information as strictly confidential and shall not use it for any
purpose other than for preparation and submission of their Proposals. NMCG will not
return any Proposal or any information provided along therewith.
1.2.5 Any condition or qualification or any other stipulation contained in the Proposal shall
render the Proposal liable to rejection as a non-responsive Proposal.
1.2.6 This RFP is not transferable.
1.2.7 The Successful Bidder(s) will be selected based on Quality and Cost Based Selection
(QCBS) procedures described in this RFP.
1.2.8 NMCG has adopted a single stage two bid system (collectively called the “Bidding
Process”) for the Selection of the Consultant for providing services as specified in this
RFP. NMCG shall select entity pursuant to this RFP who are eligible for participation in
this stage of the Bidding Process (the “Proposal Stage”) comprising the RFP including
selection of the Successful Bidder(s) in accordance with this RFP. Only the eligible
entities are permitted to participate in this RFP.
1.2.9 In the Proposal Stage, the Bidders are being called upon by this RFP to submit their
Proposals in accordance with this RFP and other RFP Documents that may be provided
by NMCG pursuant to this RFP. As a part of the Proposal Stage of the Bidding Process,
the Bidders are required to provide three envelopes containing their (i) General
Proposal containing Qualification Documents; (ii) Technical Proposal and (ii) Price
Proposal as part of their complete Proposal.
Page 9 of 78
1.2.10 NMCG reserves the right to reject the Proposal of a Bidder without opening the
Technical Proposal if the contents of General Proposal are not substantially responsive
with the requirements of this RFP Document.
1.2.11 The Bidders whose Technical Score based on evaluation of their Technical Proposals is
equal to or above the Threshold Score as per Clause 4.6.1(“Technically Shortlisted
Bidders”) shall be considered for evaluation of their Price Proposal.
1.2.12 The Bidder securing the maximum “Highest Composite Score” shall be the “Preferred
Bidder”.
1.2.13 The Bidders are expected to carry out, at their own cost due diligence for the Project
as may be required to submit their Proposals for providing specified services as
detailed in this RFP.
1.2.14 Details of the process of selection, including the schedule of Bidding Process (as
provided in Appendix 1 of the RFP Document), are spelt out in this RFP.
Without prejudice to the foregoing NMCG may at any stage of the Bidding Process,
verify whether the Bidders are maintaining their commitments and eligibility status as
per the requirements of the RFP.
1.3 Contractual Framework
1.3.1 NMCG will enter into a contract with the Selected Bidder(s) (“Consultant”) in respect
of the scope of services as mentioned in the Terms of Reference (“ToR”) covered
under this RFP.
Page 10 of 78
2. Instruction to Bidders
2.1 General
2.1.1 Bidders eligible in terms of the short-listing criteria as mentioned in RFP for the Project
are eligible to submit Proposal in response to this RFP Document. Bidders shall
acknowledge receipt of this RFP Document in the format provided as Appendix 2.
2.1.2 In case the Bidder is a Consortium, the Members thereof should furnish a Power of
Attorney in favour of the Lead Member in the format at Appendix4.
2.1.3 Notwithstanding anything to the contrary contained in this RFP, the detailed terms
specified in the contract agreement shall have overriding effect; provided, however,
that any conditions or obligations imposed on the Bidder hereunder shall continue to
have effect in addition to its obligations under the contract agreement.
2.1.4 Bidders shall, as part of their Proposal provide updates, in respect of any information
submitted with their response to the RFP Document, which has till the date of
submission of their response to this RFP Document changed or altered or modified,
and shall continue to meet the Qualification Criteria set out in the RFP Document.
2.1.5 The Price Proposal should be furnished in the format at Appendix 10, clearly indicating
the Proposal amount in both figures and words, in Indian Rupees only, and signed by
the Bidder’s authorised signatory. In the event of any difference between figures and
words, the amount indicated in words shall be taken into account.
2.1.6 The Price Proposal shall consist of a price to be quoted by the Bidder and shall be
payable by NMCG to the Selected Bidder, as per the terms and conditions of this RFP
and the provisions of the contract agreement.
2.1.7 The Bidder shall deposit a Bid Security in accordance with the provisions of this RFP.
2.1.8 The Successful Bidder shall be required to, inter alia: (i) enter into the Contract
Agreement, (ii) adhere to the provisions of the contract agreement so entered into,
and (iii) implement the Project in accordance with the terms of the said contract
Agreement.
2.1.9 Notwithstanding anything stated elsewhere in these documents, NMCG shall have the
right to seek updated/ new information/documents from the Bidders to ensure their
continued eligibility. Bidders shall provide evidence of their continued eligibility in a
manner that is satisfactory to NMCG. A Bidder may be disqualified if it is determined
by NMCG, at any stage of the Bidding Process, that the Bidder will be unable to fulfil
the requirements of the Project or the Bidder fails to continue to satisfy the eligibility
criteria. Supplementary /new information or documentation may be sought from
Bidders at any time and must be provided within a reasonable timeframe as stipulated
by NMCG.
S
E
C
T
I
O
N
2
Page 11 of 78
2.1.10 A Power of Attorney nominating the person for signing the Proposal, for and on behalf
of the Bidder, as its Authorized Signatory shall be furnished by the Bidder, as per the
format enclosed at Appendix 4and Appendix 5.
2.2 Additional Requirements for a Consortium
2.2.1 The Proposal shall be signed by the duly authorised signatory of the Lead Member and
shall be legally binding on all the members of the Consortium.
2.2.2 The Proposal should contain the information for each member, wherever required.
2.2.3 A Bidder who submits Proposal in its individual capacity or as part of a Consortium
cannot participate as a member of any other Consortium submitting the Proposal.
2.3 Change in Composition of Consortium
2.3.1 The composition or constitution of the Consortium qualified during the RFP Stage,
shall not be altered during the Proposal Stage or during or after the Contract
Agreement execution. Any change in composition or constitution of the Consortium
after the Contract Agreement shall be with the written approval of the NMCG. No
requests for change in composition or constitution of the Consortium shall be allowed
till the signing of Contract Agreement.
2.4 Number of Proposals
Each Bidder shall submit only one (1) Proposal in response to this RFP Document. Any
entity, which submits or participates in more than one Proposal will be disqualified
and will also cause the disqualification of Consortium of which it is a member.
2.5 Proposal Preparation Cost
The Bidder shall be responsible for all the costs associated with the preparation of its
Proposal, site visits and other costs and its participation in the Bidding Process. NMCG
will not be responsible or in any way liable for such costs, regardless of the conduct or
outcome of the bidding.
2.6 Verification of Documents
NMCG reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP Document. Failure of NMCG to
undertake such verification shall not relieve the Bidder of its obligations or liabilities
hereunder to submit true and correct information; nor will it affect any rights of
NMCG.
Page 12 of 78
2.7 Language
The Proposal, and all related correspondence and documents related to the Proposal
exchanged between the Bidder and NMCG shall be written in the English language
only. The supporting documents and printed literature furnished by the Bidder with
the Proposal may be in any other language provided that they are accompanied by a
true and correct official translation into English and duly certified. In the event of a
foreign Bidder, the same shall be legalized by the Indian Embassy in the respective
country of the Bidder. Supporting materials that are not translated into English will
not be considered for evaluation of the Proposal. For the purpose of interpretation
and evaluation of the Proposal, the English language translation shall prevail.
2.8 Currency
The currency for the purpose of the Proposal shall be the Indian Rupee (INR).
2.9 Clarifications by Bidders
2.9.1 Bidders requiring any clarification on the RFP Document may notify NMCG in writing
by e-mail/ facsimile/ post/ courier within such date as specified in the Schedule of
Bidding Process set out in Appendix 1.
2.9.2 All correspondence / enquiries/ request for clarifications should be submitted in the
format as specified in Appendix 15 to the following in writing by e-mail / post / courier:
ATTN. OF Dr.Indresh Kumar Sawhney Procurement Specialist
SUBJECT: Queries/Request for Additional Information: RFP for Selection of Consultant for Performance Assessment and Rehabilitation of Existing STPs
ADDRESS: National Mission for Clean Ganga 1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002.
TEL Telephone: +91-11-23072900-01
E-MAIL [email protected] CC: [email protected], [email protected]
2.9.3 NMCG shall endeavour to respond to the queries raised or clarifications sought by the
Bidders. However, NMCG reserves the right not to respond to any query or provide
any clarification, in its sole discretion, and nothing in this clause shall be construed,
taken or read as compelling or requiring NMCG to respond to any query or to provide
any clarification.
2.9.4 NMCG may, also on its own, if necessary, issue interpretations and clarifications to all
Bidders. All clarifications and interpretations issued in writing by NMCG shall be
Page 13 of 78
deemed part of the RFP Documents. Verbal clarifications and information given by the
NMCG or their employees, advisors or representatives shall not in any way or manner
be binding on NMCG.
2.10 Pre – Proposal Meeting
2.10.1 To clarify and discuss issues with respect to the Project and the RFP Document, a Pre-
Proposal meeting (“Pre-Proposal Meeting”) will be held as per the details provided in
Appendix 1.
2.10.2 Prior to the Pre-Proposal meeting, the Bidders may submit a list of queries and
proposed suggestions, if any, to the RFP requirements. Bidders must formulate their
queries and forward the same to NMCG prior to the Pre-Proposal meeting in terms of
schedule as set out in Appendix 1.
2.10.3 Bidders may note that NMCG will not entertain any deviations to the RFP Document
at the time of submission of the Proposal or thereafter. The Proposal to be submitted
by the Bidders will be unconditional and unqualified and the Bidders would be deemed
to have accepted the terms and conditions of the RFP Document with all its contents.
Any conditional Proposal shall be regarded as non-responsive and would be liable for
rejection.
2.10.4 Bidders’ representatives attending the Proposal opening shall bring an authorisation
letter from the Bidder and sign a register to evidence their presence.
2.10.5 In case of any change in the schedule of Pre-Proposal Meeting, the same will be
communicated to Bidders through email and/or by posting on the web sites
www.nmcg.nic.in and https://eprocure.gov.in/cppp/.
2.10.6 Attendance of the Bidders at the Pre-Proposal Meeting is not mandatory. NMCG will
endeavour to respond to all queries from all Bidders, irrespective of attendance of the
Bidder in the Pre-Proposal Meeting.
2.10.7 No interpretation, revision, or other communication from NMCG regarding this
solicitation is valid unless in writing. NMCG may choose to send to all Bidders whose
Proposals are under consideration, in writing or by any standard electronic means
such as email or by uploading on website(s) of responses, including a description of
the enquiry but without identifying its source to all the Bidders.
2.11 Amendment of RFP Document
2.11.1 At any time prior to the Proposal Due Date, NMCG may, for any reason, whether at its
own initiative or in response to clarifications requested by Bidder(s), modify the RFP
Document by way of issue of Addenda.
Any Addendum thus issued will be sent to the Bidders who have qualified in the EOI stage and have intimated their willingness to participate in the RFP stage to NMCG.
Page 14 of 78
The Addendum may be issued by NMCG in writing or by any standard electronic means
such as email or by uploading on website(s). Bidders are advised to visit the websites
(www.nmcg.nic.in / https://eprocure.gov.in/cppp/) regularly to keep themselves
updated. Any Addendum thus issued will be binding upon them.
2.11.2 In case in the opinion of a Bidder there is any inconsistency or discrepancy in
provisions / specifications / requirements between any parts / sections of the RFP
Document, the Bidder shall bring the same to the attention of NMCG before or during
the Pre-proposal Meeting. The decision of NMCG in this regard shall be final and
binding.
2.11.3 In order to afford the Bidders reasonable time in which to take an Addendum into
account, or for any other reason, NMCG may, at its own discretion, extend the
Proposal Due Date.
2.11.4 NMCG, may in its sole discretion and without assigning any reason, modify, alter or
amend all or any part of the Schedule of Bidding Process by issue of addendum to the
RFP Document.
2.12 Miscellaneous- Other Provisions
2.12.1 The Bidding Process shall be governed by, and construed in accordance with, the laws
of India and the Courts at Delhi alone shall have jurisdiction over all disputes arising
under, pursuant to and/ or in connection with the Bidding Process.
2.12.2 NMCG, in its sole discretion and without incurring any obligation or liability, reserve
the right to:
(a) suspend and/or cancel the Bidding Process and/or amend and/or supplement
the Bidding Process or modify the dates or other terms and conditions relating
thereto;
(b) to consult with any Bidder in order to receive clarification or further
information;
(c) retain any information and/or evidence submitted to NMCG by, on behalf of,
and/ or in relation to any Bidder; and
(d) independently verify, disqualify, reject and/ or accept any and all submissions
or other information and/or evidence submitted by or on behalf of any Bidder.
2.12.3 It shall be deemed that by submitting the Proposal, the Bidder agrees and releases
NMCG, their employees, agents and advisers, irrevocably, unconditionally, fully and
finally from any and all liability for claims, losses, damages, costs, expenses or liabilities
in any way related to or arising from the exercise of any rights and/or performance of
any obligations hereunder, pursuant hereto and/or in connection herewith and waives
any and all rights and/or claims it may have in this respect, whether actual or
contingent, whether present or future.
Page 15 of 78
2.12.4 Bidders may carry out project related visits/ inspections at their cost. It is desirable
that each Bidder submits its Proposal after visiting the relevant site(s) and ascertaining
for itself the location, surroundings, or any other matter considered relevant by it.
2.13 Disqualification
2.13.1 Even if the Bidder meets the guidelines as set forth in this RFP Document, NMCG, at
its discretion, may disqualify any Bidder if:
(a) the Bidder (or any of the member in case of a Consortium) has been barred or
blacklisted by NMCG/ any other entity of GOI or any state government or
central government / department / funding agency in India, if such bar subsists
as on the Proposal Due Date. The Bidder (all Members in case of a Consortium)
shall be required to furnish an affidavit as per format provided in Appendix 5;
or
(b) the Bidder has made misleading or false representation in the forms,
statements and attachments submitted; or
(c) the Bidder has a record of poor performance during the last five (5) years such
as non-achievement of project completions within due time, consistent history
of litigation / arbitration award against the Bidder / any of its constituents or
financial failure due to bankruptcy, etc.
2.13.2 Conflict of Interest:
(a) The Bidder is required to provide professional, objective, and impartial advice, at
all times holding the NMCG’s interest paramount, strictly avoiding conflicts with
other assignments or its own corporate interests, and acting without any
consideration for future work.
(b) The Bidder has an obligation to disclose to NMCG any situation of actual or
potential conflict that affects its capacity to serve the best interest of NMCG.
Failure to disclose such situations may lead to the disqualification of the Bidder or
the termination of its contract and/or sanctions by NMCG.
(c) Without limitation on the generality of the foregoing, the Bidder shall not be
selected under the circumstances set forth below:
i.Conflicting activities:
Conflict between consulting activities and procurement of goods, works or non-
consulting services: a firm that has been engaged by NMCG to provide goods,
works, or non-consulting services for a project, or any of its Affiliates, shall be
disqualified from providing consulting services resulting from or directly related
to those goods, works, or non-consulting services. Conversely, a Bidder selected
to provide consulting services for the preparation or implementation of a project,
or any of its Affiliates, shall be disqualified from subsequently providing goods or
Page 16 of 78
works or non-consulting services resulting from or directly related to the
consulting services for such preparation or implementation.
ii.Conflicting assignments:
Conflict among consulting assignments: a Bidder (including its Experts and sub-
consultants) or any of its Affiliates shall not be hired for any assignment that, by
its nature, may be in conflict with another assignment of the Bidder for NMCG.
iii.Conflicting relationships:
Relationship with the NMCG staff: a Bidder (including its Experts and sub-
consultants) that has a close business or family relationship with a professional
staff of NMCG, who are directly or indirectly involved in any part of (i) the
preparation of the Terms of Reference for the assignment, (ii) the selection
process for the Contract, or (iii) the supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this relationship has been
resolved in a manner acceptable to NMCG throughout the selection process and
the execution of the Contract.
(d) A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects
the Bidding Process. Any Bidder found to have a Conflict of Interest shall be
disqualified. In the event of disqualification, NMCG shall forfeit and appropriate
the Bid Security or Performance Guarantee, as the case may be, without prejudice
to any other right or remedy that may be available to NMCG, hereunder or
otherwise. Without limiting the generality of the foregoing, a Bidder shall be
considered to have a Conflict of Interest that affects the Bidding Process, if:
i. such Bidder, or any constituent thereof, and any other Bidder or any
constituent thereof have common controlling shareholders or other common
ownership interest by any third party, whether direct or indirect, or such
Bidder or any constituent thereof is holding paid up capital, directly or
indirectly, in another Bidder or any constituent thereof. Provided that, this
disqualification shall not apply (i) in case of common controlling shareholding
or other common ownership interest by any third party, if such shareholding
or ownership interest in one of the Bidders is less than 25% of its paid up and
subscribed capital, or (ii) in case of the direct or indirect shareholding in a
Bidder by the other Bidder on any constituent thereof if such shareholding is
less than 25% of that other Bidder’s paid up and subscribed capital;
ii. a constituent of such Bidder is also a constituent of another Bidder;
iii. such Bidder receives or has received any direct or indirect subsidy from any
other Bidder, or has provided any such subsidy to any other Bidder; or
iv. such Bidder has the same legal representative for purposes of the Proposals as
any other Bidder; or
Page 17 of 78
v. such Bidder has a relationship with another Bidder, directly or through
common third parties, that puts them in a position to have access to each
other’s information about, or to influence the Proposal of either or each of the
other Bidder; or
vi. such Bidder has participated as a consultant to NMCG in the preparation of any
documents, design or technical specifications for a project; or
vii. If any legal, financial or technical adviser of NMCG in relation to the Project is
engaged by the Bidder in any manner for matters related or incidental to the
said Project during the Bidding Process or after the (i) issue of the LOA or (ii)
execution of the Contract Agreement. In the event any such adviser is engaged
by the Successful Bidder, as the case may be, after issue of the LOA or
execution of the Contract Agreement, then notwithstanding anything to the
contrary contained herein or in the LOA or the Contract Agreement and
without prejudice to any other right or remedy of NMCG, including the
forfeiture and appropriation of the Bid Security or Performance Guarantee, as
the case may be, which NMCG may have under the LOA or the Contract
Agreement, as the case may be, shall be liable to be terminated without NMCG
being liable in any manner whatsoever to the Successful Bidder, as the case
may be, for the same.
2.13.3 Unfair Competitive Advantage:
The bidding process require that the Bidders or their affiliates competing for a
specific assignment do not derive a competitive advantage from having provided
consulting services related to the assignment in this RFP. To that end, NMCG shall
indicate and make available to all shortlisted entities together with this RFP all
information that would in that respect give such entities any unfair competitive
advantage over competing entities.
2.13.4 Corrupt Practice:
(a) The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process and after the
issue of the LOA and during the subsistence of the contract agreement.
Notwithstanding anything to the contrary contained herein or in the LOA or
the contract agreement, NMCG shall reject a Proposal, withdraw the LOA, or
terminate the Contract Agreement, as the case may be, without being liable in
any manner whatsoever to the Bidder, as the case may be, if it determines that
the Bidder, as the case may be, has directly or indirectly or through an agent,
engaged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice in the Bidding Process. In such an
event, NMCG shall forfeit and appropriate the Bid Security or Performance
Guarantee, without prejudice to any other right or remedy that may be
available to NMCG hereunder or otherwise;
Page 18 of 78
(b) Without prejudice to the rights of NMCG herein above and the rights and
remedies which NMCG may have under the LOA or the Contract Agreement,
if a Bidder, as the case may be, is found by NMCG to have directly or indirectly
or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice during
the Bidding Process, or after the issue of the LOA or the execution of the
Contract Agreement, such Bidder shall not be eligible to participate in any
tender or RFP Document issued by NMCG during a period of five years from
the date such Bidder, as the case may be, is found by NMCG to have directly
or indirectly or through an agent, engaged or indulged in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive
practices, as the case may be.
(c) For the purposes of Clauses above, the following terms shall have the meaning
hereinafter respectively assigned to them:
i. “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of
any person connected with the Bidding Process (for avoidance of
doubt, offering of employment to or employing or engaging in any
manner whatsoever, directly or indirectly, any official of NMCG who is
or has been associated in any manner, directly or indirectly with the
Bidding Process or the LOA or has dealt with matters concerning the
Contract Agreement or arising therefrom, before or after the execution
thereof, at any time prior to the expiry of one year from the date such
official resigns or retires from or otherwise ceases to be in the service
of NMCG, shall be deemed to constitute influencing the actions of a
person connected with the Bidding Process; or (ii) engaging in any
manner whatsoever, whether during the Bidding Process or after the
issue of the LOA or after the execution of the Contract Agreement, as
the case may be, any person in respect of any matter relating to the
Project or the LOA or the Contract Agreement, who at any time has
been or is a legal, financial or technical adviser of NMCG in relation to
any matter concerning the tender;
ii. “fraudulent practice” means a misrepresentation or omission of facts
or suppression of facts or disclosure of incomplete facts, in order to
influence the Bidding Process;
iii. “coercive practice” means impairing or harming, or threatening to
impair or harm, directly or indirectly, any person or property to
influence any person’s participation or action in the Bidding Process;
iv. “undesirable practice” means establishing contact with any person
connected with or employed or engaged by NMCG with the objective
Page 19 of 78
of canvassing, lobbying or in any manner influencing or attempting to
influence the Bidding Process.
2.14 Bid Security
2.14.1 The Proposal shall be accompanied by a Bid Security for an amount of Rupees fifteen
lakhs (Rs. 15,00,000/-) only. No relaxation of any kind in Bid Security shall be given to
any Bidder.
2.14.2 The Bid Security shall remain valid for a period of forty-five (45) days beyond the
Proposal Validity Period of Proposals as provided in Clause 2.15.1, and would need to
be extended, if so required by NMCG, for any extension in the Proposal Validity Period.
2.14.3 The Bid Security shall be in the form of an irrevocable Bank Guarantee issued by a
nationalized bank or a scheduled bank of India authorized to handle transactions of
Government of India, in favour of NMCG, as per the format set out in Appendix 6.
2.14.4 In case the Bid Security is issued by any bank outside Delhi, the same shall be routed
through their branch in Delhi and enforceable at branch in Delhi, India.
2.14.5 In case the Bank Guarantee is issued by a foreign bank outside India, confirmation of
the same by a nationalised bank in India is required.
2.14.6 For the avoidance of any doubt, ‘Scheduled Bank’ shall mean a Bank as defined under
Section 2(e) of the Reserve Bank of India Act, 1934.
2.14.7 The Bid Security shall be returned to unsuccessful Bidders on the signing of Contract
Agreement by the Successful Bidder for the Project. The Bid Security, submitted by
the Successful Bidder, shall be released:
(a) upon Successful Bidder furnishing the Performance Guarantee; and
(b) upon signing of the Contract Agreement.
2.14.8 The Bid Security shall be liable to be forfeited, in the following cases:
(a) If the Bidder withdraws its Proposal except as provided in Clause 2.21.1; or
(b) If the Bidder modifies or withdraws its Proposal during the interval between
the Proposal Due Date and expiration of the Proposal Validity Period; or
(c) If the Preferred Bidder fails to accept the LOA within the stipulated time
period; or
(d) In case of the Successful Bidder, if it fails to furnish the Performance Guarantee
within the specified time limit prescribed therefore in the Contract Agreement;
or
(e) If any information or document furnished by the Successful Bidder turns out
to be misleading or untrue in any material respect; or
(f) If a Bidder engages in a corrupt, fraudulent, coercive, undesirable or restrictive
practice as specified in Clauses 2.13.4 of this RFP Document; or
Page 20 of 78
(g) If a Bidder has a Conflict of Interest which affects the Bidding Process.
2.15 Validity of Proposal
2.15.1 The Proposal shall indicate that it would remain valid for a period not less than Sixty
(60) days from the Proposal Due Date (the “Proposal Validity Period”). NMCG reserves
the right to reject any Proposal that does not meet this requirement.
2.15.2 Prior to expiry of the Proposal Validity Period, NMCG may request the Bidders to
extend the period of validity for a specified additional period. A Bidder may refuse the
request without forfeiting its Bid Security. A Bidder agreeing to the request will not be
allowed to modify its Proposal, but would be required to extend the validity of its
Proposal for the period of extension and for extension of Bid Security comply with
Clause 2.14.2 of this document in all respects. A Bidder refusing the request shall not
be eligible to participate further in the Bidding process.
2.15.3 The Successful Bidder shall extend the Proposal Validity Period till the date of signing
of the contract agreement.
2.16 Bidders Responsibility
2.16.1 The Bidder is expected to examine carefully the contents of all the documents
provided. Failure to comply with the requirements of RFP Document will be at the
Bidder’s own risk.
2.16.2 It would be deemed that prior to the submission of Proposal, the Bidder has:
(a) made a complete and careful examination of the various aspects of the Project
including but not limited to:
(i) requirements, and other information set forth in this RFP Document;
(ii) all other matters that might affect the Bidder’s performance under the
terms of this RFP Document;
(iii) applicable laws and regulations in force in India and those applicable to
the Project.
(b) received all such relevant information as it has requested from NMCG; and
2.16.3 NMCG and / or their consultants shall not be liable for any omission or mistake or
error or neglect by the Bidder in respect of the above.
2.17 Format and Signing of Proposal
2.17.1 Bidders shall provide all the information as per this RFP Document and in the specified
formats. NMCG reserves the right to reject any Proposal that is not in the specified
formats.
Page 21 of 78
2.17.2 The Proposal shall be submitted in three parts:
Envelope A: General Proposal Containing Qualification Documents (To be submitted
in a separate envelope), which shall include:
(a) Format of Acknowledgement of RFP Document and Notification of Intent to
Submit Proposal as per Appendix 2.
(b) Covering Letter cum Project Undertaking as per Appendix 3 stating the
Proposal Validity Period.
(c) Power of Attorney for signing of the Proposal as in Appendix 4.
(d) Power of Attorney for Lead Member of Consortium as in Appendix 5.
(e) Affidavit Certifying that Business Entity/Promoter(s)/ Director(s) of Business
Entity are not blacklisted/barred as in Appendix 6.
(f) Bid Security as per Appendix 7.
(g) Affidavit as per Appendix 8.
(h) Non-Collusion Certificate as per Appendix 9.
(i) Financial Information of Bidder’s Organisation as per Appendix 11.
(j) Copy of Certificate of Incorporation and PAN CARD.
(k) Consortium Agreement as per requirements in this RFP.
(l) Check - List dully filled in as per the format provided in Appendix 14.
Envelope B: Technical Proposal (To be submitted in a separate envelope)
The Technical Proposal shall consist of the information as per Appendix 10, 10A, 10B,
10C, 10D,10E,10F,10G,and Appendix 10H.
Envelope C: Price Proposal (To be submitted in a separate envelope):
The Price Proposal shall be submitted in accordance with the requirements prescribed
in this RFP as per Appendix 12, Appendix 12A, Appendix 12B and Appendix 12C.
An indicative Check List has been included at Appendix 14 of this RFP document. This
has been designed to help the Bidders in submitting their Proposal complete in all
respects. The Bidders must fill this checklist and submit along with their Proposal. Any
other documents required as per any other clause of the RFP Document have to be
submitted along with the Proposal even if not indicated in the aforesaid checklist.
2.17.3 The Bidder shall prepare one original of the documents comprising the Proposal as
described in Clause 2.17.2, clearly marked “ORIGINAL”. In addition, the Bidder shall
make one (1) copy each of the General Proposal (Envelope A) and Technical Proposal
(Envelope B), clearly marked “COPY”. In the event of any discrepancy between the
original and the copy, the original shall prevail. There shall be no copy of the Price
Page 22 of 78
Proposal (Envelope C). Price Proposal shall be submitted separately in a single
envelope, which shall be marked as Price Proposal (Envelope C).
2.17.4 The Proposal and its copy shall be typed or printed in indelible ink and the Authorised
Signatory of the Bidder or Lead Member of the Consortium shall initial each page of
the Proposal in original blue coloured ink. All the alterations, omissions, additions, or
any other amendments made to the Proposal shall be initialled by the person signing
the Proposal. All pages of the Proposal must be serially numbered.
2.18 Sealing and Marking of Proposal
2.18.1 The Bidder shall seal the original and one copy of General Proposal; original and one
copy of Technical Proposal; and the original of the Price Proposal, in separate
envelopes, duly marking the envelopes as “GENERAL PROPOSAL”, “TECHNICAL
PROPOSAL” and “PRICE PROPOSAL” respectively. These envelopes shall then be
sealed in an outer envelope.
2.18.2 The original and the copy of General Proposal and Technical Proposal shall be provided
in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY”
respectively.
2.18.3 Each envelope shall indicate the name and address of the Bidder (in case of a
Consortium the name and address of the Lead Member).
2.18.4 All the envelopes shall clearly bear the following identification:
“RFP for Selection of Consultant for Performance Assessment and Rehabilitation of
Existing STPs”
[Name of Submission as part of Proposal]
“To be opened by Bid Evaluation Committee only”
and
“Submitted by
- Name, Address and Contact details of the Bidderand Authorised Person”
2.18.5 The envelope shall be addressed to:
Attn. Of: Dr. Indresh Kumar Sawhney
Procurement Specialist
Address:
National Mission for Clean Ganga
(Ministry of Water Resources,River Development & Ganga
Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium,
India Gate, New Delhi-110002.
Telephone Telephone:+91-11-23072900,23072901;
Page 23 of 78
2.18.6 If the envelopes are not sealed and marked as instructed above, the Proposal may be
deemed non-responsive and would be liable for rejection. NMCG assumes no
responsibility for the misplacement or premature opening of such Proposal.
2.19 Proposal Due Date
2.19.1 Proposals should be submitted on or before the Proposal Due Date mentioned in the
Schedule of Bidding Process set forth in Appendix 1, at the address provided in Clause
2.18.5 in the manner and form as detailed in this RFP Document. Proposals submitted
by facsimile transmission or telex or email or any other such mode shall not be
acceptable.
2.19.2 NMCG may extend the Proposal Due Date by issuing an Addendum in accordance with
Clause 2.11.
2.20 Late Proposals
2.20.1 Proposals received by NMCG after the Proposal Due Date will be summarily rejected
and returned unopened to the Bidder.
2.21 Modification and Withdrawal of Proposals
2.21.1 The Bidder may modify or withdraw its Proposal after submission, provided that
written notice of the modification or withdrawal is received by NMCG before the
Proposal Due Date. No Proposal shall be modified or withdrawn by the Bidder after
the Proposal Due Date.
2.21.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and
delivered in accordance with the provisions of Clause 2.18 with outer envelopes
additionally marked “MODIFICATION” or “WITHDRAWAL” and also “GENERAL
PROPOSAL” or “TECHNICAL PROPOSAL” or “PRICE PROPOSAL” as appropriate.
2.21.3 Notwithstanding anything to the contrary contained in this RFP Document, any
modification or withdrawal of the Proposal during the interval between the Proposal
Due Date and expiration of the Proposal Validity Period would result in forfeiture of
the Bid Security, in accordance with Clause 2.14.8 of this RFP Document.
2.22 Clarifications Sought by NMCG
2.22.1 To assist in the process of evaluation of Proposals, NMCG may, at its sole discretion,
ask any Bidder for any clarification with respect to its Proposal. The request for
clarification and the response shall be communicated by Letter/ Email. The Bidder in
such cases would need to provide the requested clarification / documents promptly
and within such timeframe as specified by NMCG. No change in the substance of the
Proposal would be permitted by way of such clarifications.
Page 24 of 78
2.23 Consultant(s) or Advisor(s)
2.23.1 To assist in the examination, evaluation, and comparison of Proposals, NMCG may
utilise the services of consultant(s) or advisor(s).
2.23.2 NMCG shall not be bound by the opinion or advice given by any consultant or advisor
referred to in Clause 2.23.1. The final determination as regards the Proposal during
the Bidding Process shall vest with NMCG.
Page 25 of 78
3. Eligibility of Bidder(s)
3.1 Eligibility Criteria
3.1.1 General Criteria:
(a) Bidders eligible in terms of the criteria as mentioned in this RFP for the Project are
eligible to submit Proposal in response to this RFP Document.
(b) Bidders are required to ensure that its experts, Consortium Members,
sub-consultants or their employees meet the eligibility requirements and Project
requirements in terms of this RFP.
(c) The Sole Bidder or the Lead Member in case of a Consortium must have an office
in India, operating for minimum last 10 Years and should be registered as
Proprietary/ Partnership Firm/Private/Public Limited Company in India registered
under the relevant Indian acts. A certificate of incorporation, PAN Card and
relevant certificate as mentioned in Appendix 10Bin this regard should be
furnished with the General Proposal.
3.1.2 Consortium (JV):
(a) Consortium of maximum three entities shall be allowed. All the members of the
Consortium shall be jointly and severally responsible to the NMCG for the
purposes of this RFP.
(b) In case of Bidder participating as a Consortium, on its selection for award of
contract, all the members of the Consortium must sign the contract with NMCG
and will be jointly and severally liable for performance of the Contract. In case of
any change or alteration in composition or constitution of the Consortium before
signing of the Contract Agreement will not be allowed. The members of a
Consortium shall not be allowed to substitute each other in any circumstance
unless as allowed by NMCG in writing for signing of the Contract Agreement.
(c) Lead Member shall be declared as Prime Bidder authorised to be in charge; and
this authorisation shall be evidenced by submitting a Power of Attorney signed by
legally authorised signatories of the Consortium Members.
(d) The Lead Member shall be authorised to incur liabilities, receive payments and
receive instructions for and on behalf of any or all members of the Consortium and
the entire execution of the Contract.
(e) A copy of the stamped and notarised agreement entered into by the Consortium
Members shall be submitted with the Bid. Roles, responsibilities and financial
stakes of all member of the Consortium shall be clearly and unambiguously
prescribed in the Consortium Agreement. In case of such non-prescription of roles,
S
E
C
T
I
O
N
3
Page 26 of 78
responsibilities and financial stakes of all members of the Consortium, the
Consortium Agreement will be declared as invalid and the Bid may be treated as
non-responsive. The decision of the NMCG shall be final in this regard.
The individual members of the Consortium shall have to give an undertaking that
the Consortium composition along with its constitution and respective
responsibilities shall be maintained till the satisfactory completion of services as
per Terms of Reference (“ToR”). The undertaking should be submitted on non-
judicial stamp paper of Rupees Hundred (Rs.100/-) duly signed by authorised
signatory of the individual members and the Lead Member, which shall be
notarized.
3.1.3 Financial Capability Criteria:
(a) For Sole Bidder:
i. The revenue from providing consultancy services for eligible projects in the
last three years i.e. FY 2014-15, FY2015-16 and FY2016-17 should not be
less than Rupees 15 Crores in each year.
(b) For Consortium:
i. In case of Consortium, the revenue from providing consultancy services for
eligible projects of the Consortium shall be applicable for determination of
eligibility of Consortium.
(c) In case, where Bidder is not an Indian entity (company/partnership firm); the
Bidder shall convert its revenue from providing consultancy services and net profit
figure in Indian Rupee, using reference rate shall be as published by Reserve Bank
of India (RBI) as on one (1) month prior to Proposal Due Date. In case of any other
currency not available on the RBI, the same shall first be converted to US Dollars,
and the amount so derived in US Dollars shall be converted into Rupees at the
aforesaid rate.
(d) The Financial capability statement as per the specified format in Appendix 10
should be certified by the statutory auditor of the company/organisation, with
certificate issued after Bid Issue Date.
3.1.4 Technical Capability Criteria:
(a) The Bidder shall over the past 7 (Seven) years preceding one (1) month of the
Proposal Due Date, demonstrate experience in assignments as providing Project
Development/ Project management/ Project Design & Supervision/ Project
Design, Supervision, and Management consultancy services in any of the following
areas:
i. Wastewater treatment plants detailed design & augmentation schemes;
ii. Pumping/lifting stations and Sewage Treatment Plants detailed design and
augmentation,
Page 27 of 78
iii. Interception and diversion schemes,
iv. Providing performance evaluation of STPs,
v. Industrial Effluent Treatment Plants, and
vi. Providing reuse / recycling studies with developing strategies and regulatory
framework,
The Sole Bidder or Member of the Consortium should have experience as
Consultant for successfully implemented, designed and commissioned minimum
three projects, which includes any or all of the above with value of the best three
projects in above sectors as mentioned above in terms of value, not less than
Rupees Fifty (50) Crores each.
(b) The experience of sub-consultant shall not be considered as experience of the
Bidder either in case of Sole Bidder or Consortium.
(c) Participation of Experts/Staff in more than one Proposal is not permissible.
(d) The assignment carried out by individual personnel or any associates prior to
joining the firm of Bidder cannot be called as the experience of the firm but may
be referred to in the curriculum vitae of personnel proposed for the services.
(e) Professional staff proposed shall be permanent/regularized employees of the firm
or have an extended and stable working relation with it.
(f) In case of the Bidder agreeing to extend the validity of its Proposal, it shall be done
without any change in the original Proposal and with the confirmation of the
availability of the personnel.
(g) If any of the personnel become unavailable for the extended validity period, the
Bidder shall provide a written adequate justification and evidence satisfactory to
the Client together with the substitution request. In such case, replacement
personnel shall have equal or better qualifications and experience than those of
the originally proposed Key Expert. The technical evaluation score, however, will
remain to be based on the evaluation of the CV of the original personnel.
(h) If the Bidder fails to provide replacement personnel with equal or better
qualifications, or if the provided reasons for the replacement or justification are
unacceptable to NMCG, such Proposal will be rejected.
(i) Alternative professional staff shall not be proposed, and only one curriculum vitae
(CV) may be submitted for each position. CVs must be signed by the proposed
personnel on official letterhead of the bidder and the authorized representative
submitting the proposal. Key information should include educational
qualification, number of years working for the firm/entity, and responsibilities
held in various roles and assignments in or with different entities.
Page 28 of 78
4. Evaluationof Proposal
4.1 Opening of Proposal
4.1.1 The representatives of NMCG shall open the envelope labelled “GENERAL PROPOSAL”
on the Proposal Opening Date and time as mentioned in Appendix 1, or at an
appropriate time on the extended date for opening of Proposals as notified, at the
venue specified below:
National Mission for Clean Ganga
(Ministry of Water Resources,River Development & Ganga Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium,
India Gate, New Delhi-110002. Telephone:+91-11-23072900,23072901;
4.1.2 The above envelopes shall be opened in the presence of Bidders’ representatives, who
choose to attend. Bidders’ representatives attending the Proposal opening shall bring
an authorisation letter from the Bidder and sign a register to evidence their presence.
4.1.3 The following information shall be announced at the Proposal Opening Date:
(a) Bidders’ names; and
(b) Particulars of the Bid Security.
4.1.4 NMCG shall intimate Bidders vide Email/by posting on the web sites in case of any
change in the date or venue of opening of General Proposal (Envelope A).
4.1.5 The Bid Security must form part of the General Proposal (Envelope A). Any Proposal
not accompanied with valid Bid Security in the acceptable form will be summarily
rejected by NMCG as being non-responsive.
4.1.6 NMCG will subsequently examine and evaluate the Proposals in accordance with the
provisions set out in this RFP.
4.1.7 To facilitate evaluation of Proposals, NMCG may at its sole discretion, seek
clarifications in writing from any Bidder regarding its Proposal.
4.1.8 Proposals marked “WITHDRAWAL” accompanied by a valid notice of withdrawal
submitted in accordance with Clause 2.21.1 shall not be opened and shall be returned
to the Bidder. No withdrawal notice shall be considered unless such notice contains a
valid authorisation to request the withdrawal of Proposal. In case of Proposals marked
“MODIFICATION”, the corresponding Envelopes marked “MODIFICATION” shall be
opened and read with the corresponding Proposal. No Proposal modification shall be
permitted unless the corresponding modification notice contains a valid authorization
to request the modification and is read out at Proposal opening. Only envelopes that
S
E
C
T
I
O
N
4
Page 29 of 78
are opened and read out at Proposal opening shall be considered further in the
Bidding Process.
4.2 Evaluation of Proposal
4.2.1 In stage-I of Proposal Evaluation, the General Proposal submitted by the Bidders shall
be checked for responsiveness with the requirements of the RFP Document.
4.2.2 NMCG reserves the right to reject the Proposal of a Bidder without opening the
Technical Proposal if the contents of General Proposal are not substantially responsive
with the requirements of this RFP Document.
4.2.3 The Technical Proposal of the Bidder would be evaluated as per the criteria set out in
the RFP Document.
4.2.4 Bids shall be evaluated based on QCBS formula in which weightage of Technical Score
shall be 80%, while weightage of Financial Score shall be 20%.
4.3 Test of Responsiveness
4.3.1 Prior to evaluation of Proposals, NMCG will determine whether each Proposal is
responsive to the requirements of the RFP Document. A Proposal shall be considered
responsive if it satisfies all the criteria stated below:
(a) It is received by the Proposal Due Date.
(b) It is signed, sealed, and marked as stipulated.
(c) It contains the information and documents as requested in the RFP Document.
(d) It mentions the Proposal Validity Period as set out in Clause 2.15.1.
(e) It is accompanied by the Bid Security as set out in Clause 2.14.1.
(f) It provides the information in reasonable detail. (“Reasonable Detail” means
that, but for minor deviations, the information can be reviewed and evaluated
by NMCG without communication with the Bidder). NMCG reserves the right
to determine whether the information has been provided in reasonable detail.
(g) There are no inconsistencies between the Proposal and the supporting
documents.
(h) Does not affect in any substantial way the scope, obligations, quality,
specifications, standards, rules, controls and performance of the Project.
(i) It does not contain any condition or qualification.
4.3.2 Bidders are expected to submit a complete Proposal in all respect. All the required
documents and details must be included. In the absence of the same, leading to
material deviation or reservation, the Proposal is liable to be rejected.
Page 30 of 78
4.3.3 A Proposal that is substantially responsive is one that conforms to the preceding
requirements without material deviation or reservation. A material deviation or
reservation is one:
(a) which affects in any substantial way, the scope, quality, or performance of the
Project, or
(b) which limits in any substantial way, inconsistent with the RFP Document,
NMCG’s rights or the Bidder’s obligations under the contract agreement, or
(c) which would affect unfairly the competitive position of other Bidders
presenting substantially responsive bids.
4.3.4 NMCG reserves the right to reject any Proposal which in its opinion is not responsive
and no request for modification or withdrawal shall be entertained by NMCG in
respect of such Proposals.
4.4 Opening of Technical Proposal
4.4.1 The Technical Proposal of only such Bidders will be opened in the presence of such
Bidders’ representatives who choose to attend and considered for evaluation whose
submission meets the requirements of the General Proposal.
4.5 Evaluation of Technical Proposal
4.5.1 The technical qualification of the Bidders offer shall be based on mandatory qualifying
requirement and further by marking system as under:
S.No. Criteria Maximum Marks
A. Specific experience of the Bidder in projects relevant to the assignment: Experience in assignments as mentioned in clause 3.1.4 (a).
30
B. The revenue from providing consultancy services for eligible projects in the last three years i.e. FY 2014-15, FY 2015-16 and FY 2016-17 for each year.
5
C. Understanding of ToR and Project Requirements, Approach, Methodology and Work Plan; if required, presentation may be requested.
25
D. Relevant Qualification and Experience and Employment status of the Key Personnel
40
Total 100
Page 31 of 78
4.5.2 Scoring for the four parameters as mentioned in the clause 4.5.1 shall be awarded as
follows:
Sl.No Criteria Maximum Marks
A. Scoring for the projects category at s.no. 4.5.1A will be as following:
(i) For first 5 projects maximum marks awarded will be 10 i.e. 2 (Two) for each qualifying project.
(ii) For 6 to10 projects maximum marks awarded will be 15 i.e. 3 (Three) for each qualifying project.
(iii) For project/s implemented for performance evaluation of STPS
1 additional mark will be awarded for each qualifying project. ( maximum marks 5)
(iv) The value of project implemented should not be less than Rupess ten (10) Crores. For converting the project value in Indian Rupees, the reference rate shall be as published by Reserve Bank of India (RBI) as on one (1) month prior to Proposal Due Date. In case of any other currency not available on the RBI, the same shall first be converted to US Dollars, and the amount so derived in US Dollars shall be converted into Rupees at the aforesaid rate.
30
B. The revenue from providing consultancy services for eligible projects in the last three years i.e. FY 2014-15, FY 2015-16 and FY 2016-17 for each year Maximum Marks 15 to 25 Crores 2 25 to 40 Crores 4 Above 40 Crores 5
5
C. 1.Understanding of ToR and Maximum Marks Project Requirements 10 2.Approach, Methodology 10 3.Work Plan 05
25
D. Relevant Qualification, and Experience and work employment status relationship of the Key Personnel
Designation No. of Persons
Marks / Person
Maximum Marks
Team Leader 1 10 10
Dy. Team Leader 1 7.5 7.5
Electrical Expert 1 7.5 7.5
Instrumentation and Control Expert
1 7.5 7.5
Process Expert 1 7.5 7.5
TOTAL 5 40
40
Total 100
Page 32 of 78
4.5.3 NMCG may conduct Bidder-specific meeting(s) with individual Bidders to clarify
aspects of the Bidder’s Technical Proposal that require explanation in the opinion of
NMCG.
4.5.4 To qualify technically, it is required that a Sole Bidder or all members of the
Consortium together should score minimum 70 marks in total.
4.5.5 The marks secured based on evaluation of the Technical Proposal as outlined above
shall be the technical score of the Bidder (“Technical Score”).
4.6 Evaluation of Price Proposal
4.6.1 The evaluation of Price Proposal of a Bidder shall be taken up only for those Bidders
who have secured Technical Score equal to 70(“Threshold Score”) or more.
4.6.2 The Price Proposals of the Technically Shortlisted Bidders will be opened in the
presence of such Bidders’ representatives who choose to attend.
4.6.3 Bidders’ representatives attending the Price Proposal opening shall bring an
authorisation letter from the Bidder and sign a register to evidence their presence.
4.6.4 The Price Proposal shall be evaluated on basis of the Price as quoted in the Appendix
12A.
4.6.5 The Bidder who has quoted the least price shall be given a Financial Score of 100
marks. The Financial Scores of Bidders shall be computed as follows:
Financial Score of Bidders = 100 x [lowest Price quoted (in INR) / Price quoted by the
Bidder (in INR)]
The marks secured based on evaluation of the Price Proposal as per the above shall be
the Financial Score of the Bidder (“Financial Score”).
4.7 Final Evaluation
4.7.1 Composite Score of the Bidders shall be worked out as under:
Sl Bidder’s Scores(A) Weight(B) Weighted Score (C)
= (A) x (B)
1 Technical Score
(____) 80% X
2 Financial Score
(____) 20% Y
Composite Score of the Bidder X + Y
4.7.2 The proposals will be ranked in terms of total points scored. The proposal with the
highest total score (H-1) will be considered for award of contract and will be called for
negotiations, if required.
Page 33 of 78
4.7.3 The Bidder who has secured the Highest Composite Score shall be considered by
NMCG to be the Preferred Bidder.
4.7.4 NMCG may either choose to accept the Proposal of the Preferred Bidder or invite him
for negotiations.
4.7.5 Upon acceptance of the Proposal of the Preferred Bidder with or without negotiations,
NMCG shall declare the Preferred Bidder as the Successful Bidder.
4.8 Notification
4.8.1 NMCG will notify the Successful Bidder by a letter of acceptance (“Letter of
Acceptance” or “LOA”) that its Proposal has been accepted.
4.9 NMCG’s Right to Accept or Reject Proposal
4.9.1 NMCG reserves the right to accept any Proposal or reject any or all of the Proposals
without assigning any reason therefore and to take any measure as it may deem fit,
including annulment of the bidding process, at any time prior to award of work,
without incurring any liability or any obligation for such acceptance, rejection or
annulment.
4.9.2 NMCG, in its sole discretion, reserves the right, at any stage, to invite fresh Proposals
from the Bidders either on the same terms and conditions as contained in the RFP
Document or any amendment thereof, as may be deemed appropriate, without
assigning any reason therefore and without being liable to any of the Bidders under
any circumstance whatsoever.
4.9.3 NMCG reserves the right to reject any Proposal if:
(a) the Bidder does not respond promptly and thoroughly to the requests for
supplemental information required for evaluation of its Proposal; or
(b) one or more of the conditions have not been met by the Bidder; or
(c) the Bidder has made a material misrepresentation or such material
misrepresentation is uncovered; or
(d) the Bidder engages in a corrupt, fraudulent, coercive, undesirable or restrictive
practice.
4.9.4 If such disqualification / rejection occurs after the Price Proposals have been opened
and the Bidder securing the highest Composite Score gets disqualified / rejected,
NMCG reserves the right to:
(a) invite the Bidder with next highest Composite Score, for negotiations; or
(b) take any such measure as may be deemed fit in the sole discretion of NMCG,
including annulment of the bidding process.
Page 34 of 78
4.9.5 Proposals shall be deemed to be under consideration immediately after they are
opened until such time NMCG makes an official intimation of award of the work or
rejection of the Proposal to the concerned Bidders. While the Proposals are under
consideration, Bidders and/or their representatives or other interested parties are
advised to refrain from contacting by any means NMCG and/or their employees/
representatives on matters relating to the Proposals under consideration.
4.9.6 In case it is found after the issue of the Letter of Acceptance (“LOA”) or signing of the
Contract Agreement or during the subsistence thereof, that :
(a) one or more of the conditions have not been met by the Bidder; or
(b) the Bidder has made a material misrepresentation or such material
misrepresentation is uncovered; or
(c) the Bidder engages or has engaged in a corrupt, fraudulent, coercive,
undesirable or restrictive practice,
then the LOA or the contract agreement, as the case may be, shall notwithstanding
anything to the contrary contained therein or in this RFP Document, be liable to be
revoked / terminated by a communication in writing by NMCG to the Successful Bidder
without NMCG being liable in any manner whatsoever to the Successful Bidder as the
case may be. In such event, NMCG shall forfeit and appropriate the Bid Security or
Performance Guarantee, as the case may be, without prejudice to any other right or
remedy that may be available to NMCG.
4.10 Acknowledgment of Letter of Acceptance (LOA) and Execution
of Contract Agreement
4.10.1 Within seven (7) days from the date of issue of the LOA, the Successful Bidder shall
accept the LOA and submit to NMCG the acknowledgement letter in respect thereof.
4.10.2 The Successful Bidder shall execute the contract agreement within thirty (30) days of
the date of issue of LOA or within such other period as may be communicated by
NMCG.
4.10.3 NMCG may notify other Bidders that their Proposals have been unsuccessful and their
Bid Security will be released as promptly as possible upon signing of the contract
agreement with the Successful Bidder and furnishing of Performance Guarantee by
the Successful Bidder.
4.11 Performance Guarantee
4.11.1 The Successful Bidder shall be required to furnish a Performance Guarantee equal to
ten (10) percent of the Price Proposal prior to the signing of the Contract Agreement.
Page 35 of 78
4.11.2 Failure of the Successful Bidder to comply with the requirements of Clause 4.10.2 or
Clause 4.11.1 shall constitute sufficient grounds for the annulment of the LOA, and
forfeiture of its Bid Security. In such an event, NMCG reserves the right to,
(a) invite the next Highest Composite Score Bidder and negotiate upon the
following scenario, or
(b) take any such measure as may be deemed fit in the sole discretion of NMCG,
including annulment of the Bidding Process.
Page 36 of 78
Appendix 1: Schedule of Bidding Process
NMCG would endeavour to adhere to the following schedule:
Sr. No Activity Description Date
1. Issue of Notice Inviting Tender July 12, 2017
2. Issue of RFP July 13, 2017
3. Last Date for Submission of Queries July 18,2017, 12:00 Hrs.
4. Pre-Proposal Meeting* July 21,2017,15:00 Hrs.
5. NMCG response to Queries by July 24, 2017.
6. Proposal Due Date August 04, 2017, up to 15:00 Hrs.
7. Date for Opening of General Proposals August 04, 2017, at 16:00 Hrs.
8. Date for Opening of Technical Proposals
August 04, 2017, at 16:00 Hrs.
9. Date for Opening of Price Proposals To be intimated separately
10. Issue of LOA to Preferred Bidder To be intimated separately
* Venue of the Pre-Proposal Meeting:
Auditorium
National Mission for Clean Ganga
(Ministry of Water Resources, River Development & Ganga Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium,
India Gate, New Delhi-110002
A
P
P
E
N
D
I
X
1
Page 37 of 78
Appendix 2: Format of Acknowledgement of RFP Document
and Notification of Intent to Submit Proposal
[On the Letterhead of the Bidder (Lead Member in case of Consortium)]
Date: ______________
To Dr.Indresh Kumar Sawhney, Procurement Specialist, National Mission for Clean Ganga (Ministry of Water Resources,River Development & Ganga Rejuvenation) 1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002 Telephone:+91-11-23072900, 23072901; Dear Sir, Re: RFP forSelection of Consultant for Performance Assessment and Rehabilitation of
Existing STPs The undersigned hereby acknowledges and confirms receipt of the Request for Proposal (RFP) Document for the captioned project from NMCG and conveys its intention to submit a Proposal for the Project. ……………………………………………. Name of the Bidder ……………………………………………. Signature of the Authorised Signatory ……………………………………………. Name of the Authorised Signatory Note: ▪ On the Letterhead of the Sole Bidder or the Lead Member of Consortium. ▪ To be signed by the Lead Member in case of a Consortium. ▪ The acknowledgement should be sent before due date of submission of queries.
A
P
P
E
N
D
I
X
2
Page 38 of 78
Appendix 3: Format for Covering Letter cum Project
Undertaking
[On the Letterhead of the Bidder (Lead Member in case of Consortium)]
Date: ______________
To Dr.Indresh Kumar Sawhney, Procurement Specialist, National Mission for Clean Ganga (Ministry of Water Resources,River Development & Ganga Rejuvenation) 1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002 Telephone:+91-11-23072900, 23072901;
Dear Sir,
Re: RFP for Selection of Consultant for Performance Assessment and Rehabilitation of
Existing STPs
We have read and understood the Request for Proposal (RFP) Document in respect of the
Project provided to us by NMCG. We hereby submit our Proposal for the captioned Project.
1. We are enclosing and submitting herewith our Proposal in one (1) original and one (1)
copy, with the details as per the requirements of the RFP Document, for your
evaluation and consideration.
2. The Proposal is unconditional.
3. All information provided in the Proposal and in the Appendices, are true and correct.
4. We shall make available to the NMCG any additional information it may find necessary
or require to clarify, supplement or authenticate the Proposal.
5. We acknowledge the right of the NMCG to reject our Proposal without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
6. We certify that in the last three years, we/ any of the Consortium Members have
neither failed to perform on any contract, as evidenced by imposition of a penalty or
a judicial pronouncement or arbitration award, nor been expelled from any project or
contract nor have had any contract terminated for breach on our / their part.
7. We declare that:
(a) We have examined and have no reservations to the RFP Documents, including
the Addendum issued by NMCG.
A
P
P
E
N
D
I
X
3
Page 39 of 78
(b) We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as defined in Clause 2.13.4 (c) of the RFP
Document, in respect of any tender or request for proposal issued by or any
agreement entered into with NMCG or any other public sector enterprise or
any government, Central or State.
8. We hereby certify that we have taken steps to ensure conformity with the provisions
of Clauses 2.13.2 of the RFP Document.
9. We understand that you may cancel the Bidding Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to invite the Bidders
to submit Proposals for the Project, without incurring any liability to the Bidders, in
accordance withClause 2.12.2 of the RFP Document.
10. We declare that we satisfy and meet the requirements as specified in the RFP
Document and eligible to submit a Proposal in accordance with the terms of this RFP
Document.
11. We declare that we/ any Member of our Consortium are/ is not a member of any other
Consortium submitting a Proposal for the Project.
12. We certify that we have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority in any matter which could cast a doubt on our
ability to undertake the Project or which relates to a grave offence that outrages the
moral sense of the community.
13. We further certify that in regard to matters relating to security and integrity of the
India, we have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law for any offence committed by us.
14. We certify that no investigation by a regulatory authority is pending either against us
or against our CEO or any of our Directors or any shareholder holding not less than
10% of our issued and subscribe equity share capital.
15. We undertake that in case due to any change in facts or circumstances during the
Bidding Process, we are attracted by the provisions of disqualification; we shall
intimate NMCG of the same immediately.
16. We hereby irrevocably waive any right which we may have at any stage at law or
howsoever otherwise arising or accruing to challenge or question any decision taken
by NMCG in connection with the selection of the Bidder, or in connection with the
Bidding Process itself, in respect of the above mentioned Project and the terms and
implementation thereof.
17. In the event of our Bid being declared as the Successful Bidder, we agree to enter into
a contract agreement as part of the RFP Document (including any amendments issued
prior to submission of Proposal).
Page 40 of 78
18. We have studied all the RFP Documents carefully and also surveyed and studied the
Project requirements and other matters pertaining thereto. We understand that
except to the extent as expressly set forth in the contract agreement, we shall have
no claim, right or title arising out of any documents or information provided to us by
NMCG or in respect of any matter arising out of or concerning or relating to the
Bidding Process including the award of contract.
19. Our Price Proposal has been quoted by us after taking into consideration all the terms
and conditions stated in the RFP Document, our own estimates of costs and after a
careful assessment of the Project and all the conditions that may affect the Proposal.
20. We confirm our having submitted the Bid Security of Rupees Fifteen Lakhs only (INR
15,000,000/-) to NMCG in accordance with the RFP Document. The Bid Security in
form of the Bank Guarantee is enclosed.
21. We agree and understand that the Proposal is subject to the provisions of the RFP
Documents. In no case, we shall have any claim or right of whatsoever nature if the
Project / contract is not awarded to us or our Proposal is not opened.
22. We agree and undertake to abide by all the terms and conditions of the RFP
Document.
23. We agree to keep and confirm that our Proposal is valid upto__________ (minimum
One Hundred and Eighty (180) days from Proposal Due Date).
Dated this ……………………..Day of …………………., 2017.
Signature of the Authorised Signatory…………………………………………….
Name of the Authorised Signatory…………………………………………….
Note:
• On the Letterhead of the Bidder or Lead Member of Consortium.
• To be signed by the Lead Member, in case of a Consortium.
Page 41 of 78
Appendix 4: Format for Power of Attorney for Signing of
Proposal
(On Non – judicial stamp paper of Rs 100/- or such equivalent
document duly attested by notary public)
Power of Attorney
Know all men by these presents, We, …………………………… (name of the firm and address of the
registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr. /Ms
(Name), son / daughter / wife of ……………………………… and presently residing at
………………………………….., who is presently employed with us / the Lead Member of our
Consortium and holding the position of ………………………….., as our true and lawful attorney
(hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,
deeds and things as are necessary or required in connection with or incidental to submission
of our Proposal for the “RFP for Selection of Consultant for Performance Assessment and
Rehabilitation of Existing STPs” in response to RFP issued byNational Mission for Clean Ganga
(“NMCG”) of all applications, bids and other documents and writings, participate in bidders’
and other conferences and providing information / responses to NMCG, representing us in all
matters before NMCG, signing and execution of all contracts including the Contract
Agreement and undertakings consequent to acceptance of our Proposal, and generally
dealing with NMCG in all matters in connection with or relating to or arising out of our bid for
the said Project and/or upon award thereof to us and/or till the entering into of the Contract
Agreement.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our
said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us.
IN WITNESS WHEREOF WE, ………………………….., THE ABOVE NAMED PRINCIPAL HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS ……………………… DAY OF …... 20………
For……………………………..
(Signature, name, designation and address)
Witnesses:
1.
2.
A
P
P
E
N
D
I
X
4
Page 42 of 78
Accepted Notarised
(Signature, name, designation and address of the Attorney)
Notes:
1. 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 procedure.
2. Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation
of power hereunder on behalf of the Bidder.
3. For a Power of Attorney executed and issued overseas, the document will also have
to be legalised by the Indian Embassy and notarised in the jurisdiction where the
Power of Attorney is being issued. However, the Power of Attorney provided by
Bidders from countries that have signed the Hague Legislation Convention, 1961 are
not required to be legalised by the Indian Embassy if it carries a conforming Appostille
certificate.
4. In case the Proposal is signed by an authorised Director of the Bidder (Lead Member,
in case of a Consortium), a certified copy of the appropriate resolution/ document
conveying such authority may be enclosed in lieu of the Power of Attorney.
Page 43 of 78
Appendix 5: Format for Power of Attorney for
Lead Member of Consortium
(On Non – judicial stamp paper of Rs 100/- or such equivalent
document duly attested by notary public)
Whereas the National Mission for Clean Ganga, (NMCG) has invited bids from short-listed parties for
the RFP for Selection of Consultant for Performance Assessment and Rehabilitation of Existing STPs
(“the Project”).
Whereas,________________, ____________ and ______________(collectively the “Consortium”)
being Members of the Consortium are interested in bidding for the Project in accordance with the
terms and conditions of the Request for Proposal and other connected documents in respect of the
Project, and
Whereas it is necessary for the Members of the Consortium to designate one of them as 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 bid for the Project and its
execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We,______________having our registered office at_______________, M/s. _____________having
Our registered office at___________, and M/s.________________, having our registered office at
_______________, (hereinafter collectively referred to as the “Principles”) do hereby irrevocably
designate, nominate, constitute, appoint and authorise M/s_______________, having its registered
office at__________________, being one of the Members of the Consortium, as the Lead Member
and true and lawful attorney of the Consortium (hereinafter referred to as the “Attorney”) and hereby
irrevocably authorise the Attorney (with power to sub-delegate) to conduct all business for an on
behalf of the Consortium and any one of us during the bidding process, and in the event the
Consortium is awarded the Contract, during the execution of the Project, and in this regard, to do on
our behalf and on behalf of the Consortium, all or any of such acts, deeds, or things as are necessary
or required or incidental to the submission of its bid for the Project, including but not limited to signing
and submission of all applications, bids and other documents and writings, accept the Letter of Award,
participate in bidders’ and other conferences, respond to queries, submit information/ documents,
sign and execute contracts and undertakings consequent to acceptance of the bid of the Consortium
and generally to represent the Consortium in all its dealings with the Authority, and/or any other
Government Agency or any person, in all matters in connection with or relating to or arising out of the
Consortium’s bid for the Project and/ or upon award thereof till the Contract Agreement is entered
into with the Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds, and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred
by this Power of Attorney and all acts, deeds and things done by our said Attorney in exercise of the
powers hereby conferred shall and shall always be deemed to have been done by us / Consortium.
A
P
P
E
N
D
I
X
5
Page 44 of 78
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS______________, DAY OF__________,20____.
For_______________
(Signature, Name & Title)
For_______________
(Signature, Name & Title)
For_______________
(Signature, Name & Title)
Witnesses:
1.
2.
(Executants) (To be executed by all the Members of the Consortium) Notes:
1. 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 procedure.
2. Wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders resolution/ power of
attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Bidder.
3. For a Power of Attorney executed and issued overseas, the document will also have to
be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Bidders from
countries that have signed the Hague Legislation Convention, 1961 are not required to
be legalised by the Indian Embassy if it carries a conforming Appostille certificate.
4. In case the Proposal is signed by an authorised Director of the Bidder (Lead Member, in
case of a Consortium), a certified copy of the appropriate resolution/ document
conveying such authority may be enclosed in lieu of the Power of Attorney.
Page 45 of 78
Appendix 6: Format for Affidavit Certifying no Blacklisting
(On Non – judicial stamp paper of Rs 100/- or
such equivalent document duly attested by notary public)
Affidavit
I, M/s. …………….................… (Sole Bidder / Lead Member/ Other Member /s), (the names and
addresses of the registered office) hereby certify and confirm that we or any of our
promoters/directors are not barred by NMCG or blacklisted by any state government or
central government / department / funding agency in India from participating in projects,
either individually or as member of a Consortium as on the
..............................................(seven days prior to Proposal Due Date).
We undertake that, in the event of us or any of our promoters/directors being blacklisted /
barred at any time post the date of this affidavit, we shall intimate NMCG of such blacklisting.
We further confirm that we are aware that as per Clause 2.13 of the RFP for Selection of
Consultant for Performance Assessment and Rehabilitation of Existing STPs, our Proposal for
the captioned Project would be liable for rejection in case any material misrepresentation is
made or discovered with regard to the requirements of the RFP Document at any stage of the
Bidding Process or thereafter the contract agreement will be liable for termination.
Dated this ……………………..Day of …………………., 2016.
Name of the Bidder
…………………………………………….
Signature of the Authorised Signatory
………………………………………….
Name of the Authorised Signatory
Note:
▪ To be executed separately by all the Members in case of Consortium
A
P
P
E
N
D
I
X
6
Page 46 of 78
Appendix 7: Format of Bid Security
To,
Dr.Indresh Kumar Sawhney,
Procurement Specialist,
National Mission for Clean Ganga
(Ministry of Water Resources,River Development & Ganga Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium,
India Gate, New Delhi-110002
Telephone:+91-11-23072900, 23072901;
RFP No.: T-17/2014-15/834/NMCG Date : __________
KNOW ALL MEN by these present that we .............................................. of .......................
................ (Name and address of Bank) having our registered office at ...............................
(hereinafter called “the bank”) are bound unto the National Mission for Clean Ganga (NMCG),
(hereinafter called “the Owner”) in the sum of Rupees ...................................
(INR.......................................................................... only) for which payment truly to be made
to the said Owner, the Bank hereby binds itself, its successors and assigns by these present.
Whereas ........................... (NAME OF BIDDER) has submitted its bid dated...................... (date
of submission of bid) for RFP for Selection of Consultant for Performance Assessment and
Rehabilitation of Existing STPsin terms of the Owner’s RFP No.: T-17/2014-15/834/NMCGDue
on ..................... issued by NMCG (hereinafter called “the Proposal”).
AND WHEREAS the Bidder is required to furnish a Bank Guarantee for the sum of Rupees
........................ (INR................................................................... only).
AND WHEREAS __________________ (Name of Bank) have, at the request of the Bidder,
agreed to give this guarantee as hereinafter contained without demur.
1. We further agree as follows:
(a) That the Owner may without affecting this guarantee grant time of or other
indulgence to or negotiate further with the Bidder in regard to the conditions
contained in the said bid and thereby modify these conditions or add thereto
any further conditions as may be mutually agreed upon between the Owner
and the Bidder.
A
P
P
E
N
D
I
X
7
Page 47 of 78
(b) That the guarantee hereinbefore contained shall not be affected by any
change in the constitution of our Bank or in the constitution of the Bidder.
(c) That any account settled between the Owner and the Bidder shall be
conclusive evidence against us of the amount due hereunder and shall not be
questioned by us.
(d) That this guarantee commences from the date hereof and shall remain in force
till:
(i) the Bidder, in case his bid is accepted by the Owner, executes a Contract
Agreement after furnishing the Performance Guarantee as per the
provisions of the RFP; or
(ii) Forty Five Days (45) days beyond the Proposal Validity Period.
(e) That the expression ‘the Bidder’ and ‘the Bank’ herein used shall, unless such
an interpretation is repugnant to the subject or context, include their
respective successor and assigns.
2. The Conditions on this obligation are:
(a) If any information or document furnished by the Bidder turns out to be
misleading or untrue in any material respect; and/ or
(b) If a Bidder engages in a corrupt, fraudulent, coercive, undesirable or restrictive
practice as specified in the RFP Document; and/ or
(c) If a Bidder has a Conflict of Interest which affects the Bidding Process, as
specified in the RFP; and/or
(d) if the Bidder withdraws his Proposal during the period of Proposal validity
specified in the RFP, and/ or
(e) If the Bidder fails to accept the Letter of Acceptance within the stipulated time
period; and/ or
(f) if the Bidder does not accept the correction/s of its bid price in terms of the
RFP, or
(g) if the Bidder having been notified of the acceptance of its Proposal by the
Owner during the period of Proposal validity:
(i) fails or refuses to furnish the Performance Guarantee in accordance with
the RFP and/or
(ii) fails or refuses to furnish the Success Fee in accordance with the RFP
and/or
(iii) fails or refuses to enter into a Contract Agreement within the time limit
specified in the RFP.
Page 48 of 78
We undertake to immediately pay to the Owner in DELHI the above amount upon receipt of
his first written demand, without the Owner having to substantiate his demand provided that
in his demand the Owner will note that the amount claimed by him is due to him owning to
the occurrence of any one or more of the conditions mentioned in Sl. 2 above, specifying the
occurred condition or conditions.
SIGNATURE OF _______________
AUTHORISED OFFICIAL OF THE BANK
SIGNATURE OF THE WITNESS NAME OF
OFFICIAL______________________
________________________ DESIGNATION__________________________
NAME OF THE WITNESS
________________________,
ADDRESS OF THE WITNESS STAMP/SEAL OF THE BANK
________________________
________________________
________________________
Page 49 of 78
Appendix 8: Format of Affidavit
(On a Stamp Paper of relevant value by Bidder/ Each Consortium Member)
I, ____________________son of ___________________ resident of ________________
having been duly authorized on behalf of the Bidder, do hereby solemnly affirm and declare
as under:
That whereas, I have submitted the Proposal for RFP for Selection of Consultant for
Performance Assessment and Rehabilitation of Existing STPs(the “Project”)
Now, therefore, I, the undersigned, do hereby certify that all the information supplied as
accurate, true and correct.
The undersigned also authorize(s) and request(s) any bank, person or firm to furnish any
information requested by NMCG to verify any pertinent information deemed necessary and
for otherwise inquiring about our reputation.
The undersigned also understands and agrees to supply any further information as may be
required by NMCG.
The undersigned also understands that furnishing of false information could result in
disqualification of his company (the Consortium, in case Bidder is a Consortium) for the
Project, and if so awarded, NMCG may withdraw the LOA or terminate the Contract
Agreement, as the case may be, without being liable in any manner.
Dated this ……………………Day of …………………, 2017
……………………………………………Name of the Bidder
……………………………………………Signature of the Authorised Signatory
……………………………………………Name of the Authorised Signatory
Note:
▪ To be executed by Bidder or separately by all the Members in case of Consortium.
A
P
P
E
N
D
I
X
8
Page 50 of 78
Appendix 9: Format of Non-Collusion Certificate
Non - Collusion Certificate
(on the Letter Head of Bidder/ Each Consortium Member)
We hereby certify and confirm that in the preparation and submission of this Proposal, we
have not acted in concert or in collusion with any other Bidder/s and also not done any act,
deed or thing which is or could be regarded as anti-competitive.
We further confirm that we have not offered nor shall we offer any illegal gratification in cash
or kind to any person or agency in connection with the instant Proposal.
Dated this ……………………..Day of …………………., 2017
…………………………………………….
Signature of the Authorised Signatory
…………………………………………….
Name of the Authorised Signatory
Note:
▪ To be executed by all the Members in case of Consortium.
A
P
P
E
N
D
I
X
1
0
A
P
P
E
N
D
I
X
9
Page 51 of 78
Appendix 10: Technical Proposal
[On the Letter head of the Bidder (Lead Member in case of Consortium)]
To Dr.Indresh Kumar Sawhney, Procurement Specialist, National Mission for Clean Ganga (Ministry of Water Resources,River Development & Ganga Rejuvenation) 1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002 Telephone:+91-11-23072900, 23072901; Dear Sir, Sub: Technical Proposal for RFP for Selection of Consultant for Performance Assessment
and Rehabilitation of Existing STPs
We [Name of Bidder / Consortium Members] herewith submit our Technical Proposal as
further detailed in Appendix 10A to 10H for RFP for Selection of Consultant for Performance
Assessment and Rehabilitation of Existing STPs.
Signature of Bidder / the Lead Member in case of Consortium
Name of the Authorised Signatory
(With Stamp of the Bidder / the Lead Member in case of Consortium)
Place: _______________ Date: _____________
A
P
P
E
N
D
I
X
1
1
A
P
P
E
N
D
I
X
1
0
Page 52 of 78
Appendix 10A: Description of Approach, Methodology and
Work Plan for Performing Assignment
Bidder’s Technical approach, methodology and work plan for this assignment are to be
elaborated in this sections, broadly under following sections:
(a) Understanding of the ToR
(b) Technical Approach and Methodology
(c) Work Programme
(d) Organisation and staffing
• The write up should explain Bidder’s insight with respect to the objectives of the
assignment, approach to the services, methodology for carrying out the activities and
obtaining the expected output, and the degree of detail of such output. The Bidder
should also explain the methodologies propose to adopt and highlight the
compatibility of those methodologies for the project envisaged.
• Bidder should propose the main activities of the assignment, their content and
duration, phasing and interrelations, milestones (including interim approvals by
NMCG), and deliverables. The proposed work plan should be consistent with the
technical approach and methodology, showing understanding of the ToR and ability
to translate them into a feasible working plan. The work plan should be consistent
with the suggested Work Program of the Bidder.
• Bidder should also propose the structure and composition of the proposed team,
indicating main disciplines of the assignment, the expert responsible, and proposed
staff from the CVs proposed.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
0
A
Page 53 of 78
Appendix 10B: Information on Bidder’s Organisation
S.No. Information Details Remarks
1. Name of the Organisation
2. Year of Incorporation Certified copy of incorporation to be attached 3. Place of Incorporation
4. Type of organisation (Partnership/Privately held/Public Held)
5. Details on Office in India (mention date since office set up and in operation in India)
Certification from the statutory auditor or certified public accountant
6. No.of Years of operations in India
Certification from the statutory auditor or certified public accountant
7. Areas of Business
8. PAN Detail Certified copy to be attached
9. GST Number Certified copy to be attached
10. Brief profile of the organisation
Separate document may be attached (not more than 2 pages of A4 size)
Note: Details to be provided by each individual Members of Consortium or the Sole Bidder as the case may be.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
0
B
Page 54 of 78
Appendix 10C: Project Experience During Last Seven Years
S.No
. Name of Project
Type of Project Capacity Size
Project Location
Client Project Cost in Rs. Cr.
Consultancy Fees Received in Rs. Cr.
Commissioning / Completion of Project
Remarks if any
1. DD/MM/YY
DD/MM/YY
2.
3.
4.
5.
..
..
Notes:
• Only the works in which the Bidder had offered their services for the consultancy work as
mentioned as eligible projects as in clause 3.1.4(a), are to be mentioned.
• Client certificate shall be enclosed for each work, without client certificate, the performance shall
not be considered for evaluation. The client certificate may also include LoA, relevant pages of
contract, project completion certificate apart from certificate issued for such purposes clearly
indicating client name, project cost, consultancy fees received, project start and end date.
• Project successfully implemented/completed/commissioned should be mentioned in reverse
chronological order. The projects executed in India and locations other than India should be
mentioned separately in the above mentioned format. Further, ongoing projects or phases of
projects shall not be considered for evaluation.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
0
C
Page 55 of 78
Appendix 10D: Format of Project Experience Details
Project Name: Location with Country:
Name of Client : Client’s address and contact details:
Narrative Description of Project:
Role on the Assignment (Consortium Member/Sole Bidder/Sub-Consultant):
Description of Actual Services and Main Deliverables /Output Provided by your
organisation:
Project Start Date
(DD/MM/YY)
Project Completion Date
(DD/MM/YY)
Value of Consultancy
Services Fees Received
(Rs. Cr.)
Name of Associate / Sub Consultant /
Consortium / JV member:
Services provided by Associate / Sub
Consultant / Consortium / JV member:
No. of Staff, Activities Performed, Man-Month in the Project Experience Claimed
Note:
• Attach separate sheet for each of the project work experiences claimed by the Bidder or Members of Consortium.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
0
D
Page 56 of 78
Appendix 10E: Proposed Personnel List and Details
S.No. Proposed Position Name of the
Person
Date of Joining
Bidder’s
organisation
No. of years of
experience
Permanent
/Contract
Employee
1
2
3
4
...
...
....
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
0
E
Page 57 of 78
Appendix 10F: Curriculum Vitae (CV)
Position Title and No. {e.g., K-1, TEAM LEADER}
Name of Expert: {Insert full name}
Date of Birth: {day/month/year}
Country of Citizenship/Residence
Education: {List college/university or other specialized education, giving names of educational
institutions, dates attended, degree(s)/diploma(s) obtained}
________________________________________________________________________
________________________________________________________________________
Employment record relevant to the assignment: {Starting with present position, list in
reverse order. Please provide dates, name of employing organization, titles of positions held,
types of activities performed and location of the assignment, and contact information of
previous clients and employing organization(s) who can be contacted for references. Past
employment that is not relevant to the assignment does not need to be included.}
Period Employing organization and
your title/position.
Contact information for
references
Country Summary of
activities performed
relevant to the
Assignment
[e.g., May
2005-
present]
[e.g., Ministry of ……,
advisor/consultant to…
For references: Tel…………/e-
mail……; Mr. Hbbbbb, deputy
minister]
Membership in Professional Associations and Publications:
______________________________________________________________________
Language Skills (indicate only languages in which you can work): ______________
______________________________________________________________________
Adequacy for the Assignment:
A
P
P
E
N
D
I
X
1
0
F
Page 58 of 78
Detailed Tasks Assigned on Consultant’s Team
of Experts:
Reference to Prior Work/Assignments that
Best Illustrates Capability to Handle the
Assigned Tasks
{List all deliverables/tasks in which the
Expert will be involved)
Expert’s contact information :(e-mail …………………., phone……………)
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications, and my experience, and I am available to undertake the assignment in case
of an award. I understand that any misstatement or misrepresentation described herein may lead to
my disqualification or dismissal or sanctions by by NMCG.
{day/month/year}
Name of Expert Signature Date
{day/month/year}
Name of Authorized Signatory Signature Date
Representative of the Bidder
(the same who signs the Proposal)
Page 59 of 78
Appendix 10G: Work Schedule and Planning for Deliverables
S.No. Deliverables (D-..) Months
1 2 3 ..... n TOTAL
D-1 {e.g., Deliverable #1: Report A
1) data collection
2) drafting
3) inception report
4) incorporating comments
5) .........................................
6) delivery of final report to Client}
D-2 {e.g., Deliverable #2:...............}
n
• List the deliverables with the breakdown for activities required to produce them and other
benchmarks such as the Client’s approvals. For phased assignments, indicate the activities,
delivery of reports, and benchmarks separately for each phase.
• Duration of activities shall also be indicated in a form of a bar chart
• Include a legend, if necessary, to help read the chart.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
0
G
Page 60 of 78
Appendix 10H: Team Composition, Assignment and
Experts’ Inputs
S.N
o. Name
Expert’s input (in person/month) per each
Deliverable
Total Time-Input
(In Months)
Position D-1 D-2 ........
EXPERTS
K-1 [Team
Leader]
K-2
K-3
...
n
Total
• Months are counted from the start of the assignment/mobilization. One (1) month equals twenty
two (22) working (billable) days. One working (billable) day shall be not less than eight (8) working
(billable) hours.
A
P
P
E
N
D
I
X
1
0
H
Page 61 of 78
Appendix 11: Financial Information of Bidder’s Organisation
S.No. Parameters FY 2014-15 FY2015-16 FY2016-17
A. Annual Turnover (Rs. Cr.)
B. Net Profit (Rs. Cr.)
C. Revenue from providing consultancy services for eligible projects of Bidders (as % of A for respective year, upto second decimal without being rounded off to higher integer) and in amounts in Rs. Cr.
Note:
• To be provided for each Member of the Consortium in case of Bidder being a Consortium.
• The above information should be in the form of a certificate from the statutory auditor of
the organisation or certified public accountant verifying Bidder’s financial information as
above.
• The certificate from the statutory auditor or certified public accountant should be after Bid
Issue Date, and should have certifying auditor or certified public accountant’s name,
address, contact details and registration no.
• Copy of the audited financial statements for each financial year along with auditor’s report
for respective years should be attached.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Place:
Date:
A
P
P
E
N
D
I
X
1
1
Page 62 of 78
Appendix 12: Format of Price Proposal Letter
[On the Letterhead of the Applicant (Lead Member in case of Consortium)]
To Dr.Indresh Kumar Sawhney,
Procurement Specialist,
National Mission for Clean Ganga
(Ministry of Water Resources,River Development & Ganga Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium,
India Gate, New Delhi-110002
Telephone:+91-11-23072900, 23072901;
Dear Sir, Sub: Price Proposal for RFP for Selection of Consultant for Performance Assessment and
Rehabilitation of Existing STPs
We _________________________________ herewith submit our Price Proposal as detailed
in Appendix 12A for RFP for Selection of Consultant for Performance Assessment and
Rehabilitation of Existing STPs.
The supporting details in respect of the Price Proposal are furnished in Appendix 12B and
Appendix 12C.
Signature of Bidder / the Lead Member in case of Consortium
Name of the Authorised Signatory
(With Stamp of the Bidder / the Lead Member in
case of Consortium) Place: _______________ Date: _____________
A
P
P
E
N
D
I
X
1
2
Page 63 of 78
Appendix 12A: Summary of Price Proposal
Item Amount in Rs. (INR)
Fee Quoted in Rupees (excluding of applicable taxes)
Fee Quoted in Words ___________________________
Applicable Taxes (GST)in Rupees
Total Price Including all applicable taxes:
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Address: Place: _______________ Date: _____________
A
P
P
E
N
D
I
X
1
2
A
Page 64 of 78
Appendix 12B: Breakdown of Fees - Remuneration
S. No.
Name of Staff Position Man-Month Rates in Rs.
(A)
Proposed Man-Months
(B)
Total Amount in Rs. (A*B)
Key Experts/Personnel*
1
2
..
..
..
..
Total
*Key Experts / Personnelare to be indicated by name. Total Remuneration : (Amount in Rs.) : _________________
(Amount in Words): _________________ Note:
1. The Bidder is required to give remuneration rate for Key Experts individually and Support personnel in total.
2. Professional Staff should be indicated individually. 3. Positions of Professional Staff shall coincide with the ones indicated in Appendix 10E. 4. Indicate separately staff-month rate for each activity separately.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Address: Place: _______________ Date: _____________
A
P
P
E
N
D
I
X
1
2
B
Page 65 of 78
Appendix 12C: Breakdown of Fees - Reimbursable Expenses
No. Description Unit Quantity Unit Price
in Rs.
Total Amount in Rs.
1. {e.g. per diem allowances} {Day}
2. {e.g. Domestic Country Flights, Rail Travel} {Ticket}
3. Local transportation
4.
Per diem allowance, including hotel allowance, for experts for every day of absence from the home office for the purposes of the Services
5. Other Allowances where applicable
Total: Reimbursable Expenses
• The Bidder is required to give break-up of reimbursable expenses.
Authorised Signatory:
Name of Authorised Signatory:
Name of the Bidder:
Address: Place: _______________ Date: _____________
A
P
P
E
N
D
I
X
1
2
C
Page 66 of 78
Appendix 13: Terms of Reference
A. Background
The ‘Namami Gange Programme’, is an Integrated Conservation Mission, approved as a
‘Flagship Programme’ by the Union Government in June 2014 with budget outlay of Rs.20,000
Crore to accomplish the twin objectives of effective abatement of pollution, conservation and
rejuvenation of National River Ganga.
The National Mission for Clean Ganga (NMCG) is the implementation wing of National Ganga
Council which was setup in October 2016 under the River Ganga (Rejuvenation, Protection
and Management) Authorities order 2016. The aim of NMGC is to clean the River Ganga in a
comprehensive manner with an objective of effective abatement of pollution, conservation
and rejuvenation of National River Ganga.
The main objective of the proposed consultancy services is to undertake a comprehensive
study of existing sewage treatment plants, interception & diversion(I &D) infrastructure,
pumping stations etc, located along the stretch of main stem of River Ganga which are
discharging into the River Ganga and to develop recommendations for rehabilitation,
augmentation, redundancy and operation & maintenance of the existing STPs.
Though the boundary for the study would primarily be from STP inlet to the STP premises till
discharge of the treated effluent from the STP, but the causative study may extend till
interception & diversion (I&D) infrastructure, pumping stations and till disposal of effluent to
the River Ganga. As a part of study the Consultant shall take into account all the existing as
well as under-construction STPs along with associated infrastructure while developing their
recommendations with an objective of effective abatement of pollution of River Ganga. It is
envisaged that the study would cover all the existing 82 STPs in 44 towns along River Ganga.
The list of STPs is annexed at page no. 72 to page no. 74 of this RFP document.
The study recommendations shall be presented in the form of a Detailed Project Report (DPR)
for each STP, which may be taken up for approval NMCG and subsequently for
implementation.
1. Individual STP assessment/I & D works/Pumping Stations
(a) Background review and screening
(i) The consultant shall undertake physical inspection, data collection, identification of
various operational deficiencies and limitations of existing STPs, I & D structures &
pumping stations. The Consultant shall also collect the background details about the
STP like zone/town it caters to, design details, drawings (if available), past
A
P
P
E
N
D
I
X
1
3
Page 67 of 78
performance etc. including all but not limited to the information indicated in the O&M
checklist annexed backed up with at least 3 years data.
(ii) The Consultant will collect the information relating to STPs in the form of primary &
secondary data. All the related assessments required for design and implementation
of the scheme are to be carried out by the Consultant to the required accuracy for the
purpose and intent of the bid.
(iii) The Consultant will ensure required consultations with all relevant nodal
agencies/municipal authorities.
(iv) The Consultant shall assess primary data the parameters of wastewater received at
each STP in terms of quantity and quality for 5-7 days period as required. Further, the
Consultant shall collect the secondary data relating to yearly & monthly variations in
wastewater in both quality and quantity for each STP.
(v) The Consultant will be required to carry out surveillance studies and macro
assessment of STP performance with the objective to find the STPs
(a) Requiring detailed investigations;
(b) Performing as designed; and
(c) Defunct and non-operational – needs to discarded, along with necessary back-
up and justifications.
(vi) The consultant will do an A/B/C analysis of STPs and related infrastructure on the basis
of volume/size/performance/criticality etc and accordingly consultant to prioritise the
work in consultation with NMCG/Executing Agency.
2. Detailed investigative Studies
The Consultant shall undertake detailed investigative performance studies of STPs falling
under category 1.a.(v)(a) (as highlighted above) and prepare repair / rehabilitation
recommendations along with broad cost estimates. The list of such STPs shall be finalized in
consultation with NMCG. The studies would encompass the following:
(a) The Consultant is required to carry out process, civil & structural, electrical, mechanical
& instrumentation analysis of existing components, non-destructive testing, energy
efficiency studies, identify gaps in the existing system for meeting statutory
requirements /standards, redundancy analysis of existing components and preparing the
recommendations for rehabilitation and augmentation considering year 2035 design
horizon.
(b) The consultant shall review and analyze the information compiled and generated to
identify the causes for the functional / operational issues
(c) The consultant shall recommend enabling measures and solution to overcome the
identified functional & operational issues. The recommendations should address all the
issues to ensure 100 % capacity utilization and compliance to the design treatment
standards.
(d) The Consultant shall submit the design norms, parameters technical specifications,
wherever applicable, considering as a part of DPR.
Page 68 of 78
(e) The consultant shall examine the laboratory setup at the STPs and make necessary
recommendation.
(f) Energy audit of the pumps and equipment shall be included in the report and accordingly
recommendations shall be made.
(g) Based upon economical energy usage & optimal operation cost consideration, the
Consultant shall explore & propose options for non-conventional power generation
systems and by-products utilization.
(h) The Consultant shall identify new acceptable technologies pertaining to the STPs for
economic efficiency.
(i) The Consultant shall develop options for sludge management which may be required as
a result of proposed process improvement works.
(j) The Consultant shall examine the feasibility and recommend the use of automation
concepts and technologies, PLC & SCADA with latest trends and technologies available
in a cost-effective way for incorporation in the existing, under construction and proposed
systems.
(k) To prepare cost estimates / implications for all the identified & recommended measures.
(l) The Consultant shall estimate operation & maintenance cost for the STP and define
future operation and maintenance strategies (along with cost estimates) as a part of
recommendations.
(m) The consultant shall also prepare phasing programme/priority matrix categorising the
proposed interventions as immediately implementable, short term implementable (3-6
months) and requiring major rehabilitation along with cost implications, expected
improvements and implementation mechanism.
(n) Preparation of detailed Project report (DPR) including recommendations for each STP
along with cost estimates.
(o) The consultant shall make presentation to NMCG for each STP DPR and incorporate the
observations / modifications arising from presentation discussions.
3. Real-time monitoring of STPs, Centralized Dashboard and Display Mechanism
(a) The Consultant shall identify the requirements, including key monitoring parameters for
real time monitoring of STPs and examine the feasibility of to integrate with the existing
centralized dashboard created under PIAS project.
(b) The Consultant will explore reporting mechanism for performance of existing STPs using
standard dashboards as a transitional step between current and future i.e. a centralised
server based control room arrangement of reporting.
(c) Review various mechanisms for displaying the real-time monitoring details / data for
public view through a LED screen at STP premises and other prominent and suitable
public display locations in the town.
(d) Suggestions should be supported with necessary specific technical requirements /
specifications and cost estimates.
Page 69 of 78
4. Project Implementation Support
(a) The Consultant shall provide project development support, which will include
formulation of development strategy, development of tender strategy, preparation of
drawings & estimates required for tendering process, preparation of bid/ contract
documents, draft project agreements along with support during evaluation and
selection of construction contractor.
(b) The submitted drawings should include that, how proposed new facilities are
integrated with existing process units both from layout and hydraulic point of view. At
least, key plan drawings of the proposed new process units with relevant designs need
to be provided.
(c) The Consultant may be asked to provide execution supervision & onsite assistance for
the rehabilitation works until commissioning of recommended works, if required. (
This activity may go beyond 6 months period.)
B. Period of the Study(“Contract Period”)
The consultant is required to complete the entire study within 6 months for the above scope
of work, however deliverables shall be arranged in batches so that rehabilitation or
augmentation works of existing STPs can commence from January, 2018.
C. Deliverables
(i) The consultant is required to provide the following deliverables:
(a) Inception report – within 15 days from the date of execution of contract.
(b) STP specific report- The following STP specific reports need to be submitted:
1. Preliminary survey report for each STP
2. Draft STP assessment & augmentation report
3. Final STP assessment & augmentation report (DPR for individual STP)
4. Tender Document – After approval of the DPR by NMCG, the tender document
needs to be prepared for an individual STP or for a group of STPs based on
feasibility with prime consideration of works execution at the earliest, ease of
implementation and monitoring, preferably single agency for a town, approval
recommendations etc.
(c) Draft report on Real-time monitoring of STPs, Centralized Dashboard and Display
Mechanism – within 2 months from date of contract execution.
(d) Final report Real-time monitoring of STPs, Centralized Dashboard and Display
Mechanism.
(e) Monthly progress reports – submission by 5th day of the month.
(f) As part of the part 4 of the terms of reference, the consultant shall be required to
submit the
1. Development & tender strategy to ensure expeditious tendering, work award and
works execution.
Page 70 of 78
2. Necessary tender processing documents, NIT, RFP, evaluation reports, contract
documents etc.
3. Fortnightly reports on execution supervision & onsite assistance for the
rehabilitation / renovation works from the initiation of contract award.
(g) Final consolidated report.
The consultant may mobilise multiple support teams and needs to plan the studies in a
manner that it should be able to start bring out the Final STP assessment & augmentation
report (DPR for individual STP) for appraisal & approval purposes at the earliest possible and
to ensure completion of investigative studies and submission of all the final STP assessment
& augmentation report (DPR for individual STP)by the end of 6 months from the date of
execution of contract thereby enabling expeditious tendering and execution of works. The
consultant needs to present its plan / methodology to this effect in its tender submission.
D. Payment Terms
1. 10% on submission and approval of the inception report
2. 15% on submission of 25 final STP assessment & augmentation report (DPR for
individual STP along with the bid documents) and their approval by NMCG/EA.
3. 20% on submission of another 25 final STP assessment & augmentation report
(DPR for individual STP alongwith the bid documents), their approval by NMCG
/EA
4. 20% on submission of balance 32 final STP assessment & augmentation report
(DPR for individual STP alongwith the bid documents), their approval by NMCG
/Executing Agency (EA)
5. 25% on conclusion of tendering process for 82 STPs assessed and submission and
approval of final report Real-time monitoring of STPs, Centralized Dashboard and
Display Mechanism.
6. 10% on submission and acceptance (approval) of final consolidated report.
E. Team Members for the Project - Qualifications, Experience and Other Requirements
of Proposed Staff
i. The bidders shall provide the list of specialists in various fields supported by
suitable middle/ junior level professionals. It is expected that the consultant
shall provide following key personnel having requisite background in the
respective areas of specialization / or similar areas of expertise.
ii. The Consultant is required to provide a team of sufficiently qualified personnel
to professionally undertake the assignment, meeting the agreed targets,
timelines, quality assurance and standards.
Page 71 of 78
iii. The following categories of professional personnel is required in the team as Key
Experts/ Personnel:
The Consultant shall propose the Support Personnel as per the Project requirements and shall
be required to effect changes in Support Personnel if so required by NMCG. The CVs of
Support Personnel shall not be evaluated for bid evaluation purposes. The format of CV for
Support Personnel shall be as per the format provided in Appendix 10F.
Sr.No. Key Person Qualification & Experience
1. Team Leader Post Graduate in Sanitary/Public Health/Environmental Engineering. 20 years total experience working in engineering and consulting activities and at least 15 years spent preferably in the sewerage systems network, pumping/lifting stations and Sewage Treatment Plants, Interception and diversion schemes, Industrial effluent treatment Plants. At least 10 years will have been spent in Project Management with experience as team leader on projects of similar nature.
2. Dy. Team Leader Graduate in Mechanical Engineering with 15+ years and should also have experience in Water Wastewater treatment projects. 10+ years working experience in engineering design/ consulting activities in pumping/lifting stations and sewage treatment plants, effluent treatment Plants, Other infrastructure projects. At least 5 years will have been spent in Project Management with experience on projects of a similar nature.
3. Electrical Expert Electrical Engineering Graduate from a recognized University /Engineering Institution) with at least 10 years spent in engineering design/consultancy services in the sewage treatment plant, environmental engineering sector. Should have experience of having worked on at least two projects of sewage treatment plant sector carrying similar nature works.
4. Instrumentation & Control Expert
Instrumentation/Electronic Engineering Graduate from a recognized University /Engineering Institution) with at least 10 years spent in engineering design/consultancy services in the sewage treatment plant, environmental engineering sector. Should have experience of having worked on at least two projects in sewage treatment sector carrying similar nature works.
5. Process Expert Chemical/Environment Engineering graduate from a recognized University /Engineering Institution) with at least 10 years spent in engineering design/consultancy services in the sewage treatment plant, environmental engineering sector. Should have experience of having worked on at least two projects in sewage treatment sector carrying similar nature works.
Page 72 of 78
List of Existing STPs
S. No.
State Name of town Location of STP Year of commissioning
Technology Installed STP Capacity
(MLD)
1 Uttarakhand Haridwar Jagjeetpur 1990 SBR 27
2 Uttarakhand Haridwar Jagjeetpur 2010 ASP 18
3 Uttarakhand Haridwar Sarai, Jawalpur 2013 SBR 18
4 Uttarakhand Rishikesh Swarg Ashram 2010 SBR 3
5 Uttarakhand Rishikesh Lakkarghat 1984 OP 6
6 Uttarakhand Rishikesh IDPL BPT 14
7 Uttarakhand Tehri Tehri 2006 ASP 5
8 Uttarakhand Srinagar Srinagar 2009 FAB 3.5
9 Uttarakhand Uttarkashi Gyansu 2012 MBBR 2
10 Uttarakhand Devprayag Bah Bazaar Area-Ward no.-4
2016 1.4
11 Uttar Pradesh Kanpur Jajmau 1999 ASP 130
12 Uttar Pradesh Kanpur Jajmau 1989 UASB 5
13 Uttar Pradesh Kanpur Jajmau 1988-89 USAB 27
14 Uttar Pradesh Kanpur Bingawan 2014-15 USAB 210
15 Uttar Pradesh Allahabad Salori 2007 FAB 29
16 Uttar Pradesh Allahabad Salori 2015-16 SBR 14
17 Uttar Pradesh Allahabad Rajapur 2013 UASB 60
18 Uttar Pradesh Allahabad Pongghat 2012 BTR 10
19 Uttar Pradesh Allahabad Kodra 2013 BTR 25
20 Uttar Pradesh Allahabad Naini 1999 ASP 80
21 Uttar Pradesh Allahabad Numayadahi 2013 Bio Tower Treatment
Plant
50
22 Uttar Pradesh Allahabad District B- Kalindipuram
2009 ASP with Extended Aeration
2.5
23 Uttar Pradesh Allahabad Jhusi - Trivenipuram 2006 ASP with Extended Aeration
1.5
24 Uttar Pradesh Allahabad District- F (Shantipuram)
2006 ASP with Extended Aeration
1.5
25 Uttar Pradesh Varanasi Dinapur 1996 TF 80
26 Uttar Pradesh Varanasi Bhagwanpur BHU 1989 ASP 9.8
27 Uttar Pradesh Varanasi DLW 1993 ASP 12
28 Uttar Pradesh Mirzapur Ramaipatti 1993 UASB 14
29 Uttar Pradesh Mirzapur Vindyachal 2008 WSP 4
30 Uttar Pradesh Anupshahr Anupshahr 2004 OP 0.81
31 Uttar Pradesh Anupshahr Anupshahr 2004 OP 1.75
32 Uttar Pradesh Farrukhabad Fatehgarh 1993 OP 2.7
33 Uttar Pradesh Narora Narora ASP 2.25
34 Bihar Patna Pahari 1994 AL 25
35 Bihar Patna Beur 1993 ASP 35
Page 73 of 78
S. No.
State Name of town Location of STP Year of commissioning
Technology Installed STP Capacity
(MLD)
36 Bihar Patna Saidpur 2002 ASP 45
37 Bihar Patna Karmalichak 2007 AL 4
38 Bihar Bhagalpur Bhagalpur AL 11
39 Bihar Buxar Buxar AL 2
40 Bihar Chappra Chappra AL 2
41 West Bengal Titagarh Titagarh 1934 ASP 4.5
42 West Bengal Titagarh Titagarh 1986 OP 4.5
43 West Bengal Titagarh Bandipur 1986 OP 14.1
44 West Bengal Bhatpara Jagaddal 1994 ASP 10
45 West Bengal Bhatpara Jagaddal (ASP) 1994 ASP 9.5
46 West Bengal Bhatpara Jagaddal (OP) OP 4.5
47 West Bengal Bhatpara Kankinara 1995 OP 10
48 West Bengal Baidyabati Baidyabati-Saspara 2005 OP 6
49 West Bengal Konnagar Konnagar-Kanaipur Panchayat
2001 OP 22
50 West Bengal Panihati Panihati 1987 OP 12
51 West Bengal Howrah Kona 1989 OP 30
52 West Bengal Howrah Anupara TF 45
53 West Bengal Chandannagar KhalisaniChandernagore near RlStn Ward No.31
1993 TF 18.16
54 West Bengal Chandannagar Chandannagar 1993 OP 4.54
55 West Bengal Bansberia Bansberia 2009 WSP 0.3
56 West Bengal Kamarhati Ward No. 18, Mathkhal, Baranagar, South DumDum
1994 TF 40
57 West Bengal Naihati Naihati 2009 ASP 11.56
58 West Bengal Naihati Ward-18, Naihati 1990-2005 6.5
59 West Bengal Garulia Near Burning Ghat, Garulia
2004 WSP 7.9
60 West Bengal Kolkata Garden reach 2011 ASP 57
61 West Bengal Kolkata Cossipore (Bangur) 2011 ASP 52
62 West Bengal Kolkata South- Sub-Urban (Keorapukur)
2009 AL 45
63 West Bengal Kolkata Bhagajatin 1984 AL 15
64 West Bengal Kolkata Hastisur 2004 OP 10
65 West Bengal Serampore Serampore- Left side of Delhi-Howrah Rl route
1990 TF 19
66 West Bengal Mahesthala Mahesthala 2003 WSP 4
67 West Bengal Budge Budge M.H.Khan Rd Budge-Budge in ward no.19
2009 WSP 4.25
Page 74 of 78
S. No.
State Name of town Location of STP Year of commissioning
Technology Installed STP Capacity
(MLD)
68 West Bengal Bhadreshwar B.B. Street beside the Victoria Jute Mill Ground, Telinipara
2006 AL 7.6
69 West Bengal Barrackpore Barrackpore 2003 OP 1
70 West Bengal Barrackpore North Barrackpore 2003 OP 4.35
71 West Bengal Murshidabad Berhrampore 1990-2005 OP 3.7
72 West Bengal Kalyani Kalyani Block- B2,B3 TF 11
73 West Bengal Kalyani Kalyani Tower area OP 6
74 West Bengal Champdani Champdani 2009 AL 1
75 West Bengal Nabadwip Nabadwip OP 10
76 West Bengal Jiaganj-Azimganj
Jiaganj-Azimganj 1990-2005 OP 1.39
77 West Bengal Kanchrapara Gayeshpur, Halishar&Kanchrapara
2004 OP 13
78 West Bengal Khardah Khardah 2005 WSP 3
79 West Bengal Katwa Katwa 1990-2005 2.3
80 West Bengal Murshidabad Murshidabad, ward no-2
1990-2005 1.96
81 West Bengal Diamond Harbour
Ward no-10, Diamond Harbour
1990-2005 2.03
82 West Bengal Gayeshpur Gayeshpur (Kalyani sub-division)
2017 SBR 8.3
F. Place of Performance of Assignment:
The assignment will be performed in India with frequent visits of experts to other sites.
Each such visit shall be followed by a mission report, stating the objectives of the
mission, mission contents, and conclusion. Except for backstopping and home office
support, all expert inputs shall be delivered in India. No payment shall be effected for
time inputs of key experts in any place other than the place of performance of the
assignment.
G. NMCG’s Input and Counterpart Personnel
Services, facilities and property to be made available to the Consultant by the Client:
The NMCG would make the following available to the Project Management
Consultant:
• All permits, visas and licenses necessary for the work.
• Access to all available relevant reports and data required to undertake the
assignment.
• Assistance with arranging meetings with local Government and other authorities
as necessary during the course of the Consultant’s work.
Page 75 of 78
• Facilitate clearance through customs of any property required for the services of
the Consultants.
• Ensuring to make best efforts for collaborative working arrangements with
NMCG, SPMGs, ULBs, EAs and counterpart staff.
H. Commencement of Services:
The assignment will start within fifteen (15) days of issuance of Letter of Award or as
specified by the NMCG whichever is earlier.
I. Administration:
The proposed staff will report directly to the Executive Director - Projects of the
National Mission for Clean Ganga (NMCG). The concerned officials of respective
projects/assignments will be supervisor for all day to day activities.
Page 76 of 78
Appendix 14: Checklist
1. The following Check List is intended to help the Bidders in submitting Proposals which
are complete. Incomplete Proposals are liable to be rejected. Bidders are advised to
go through the list carefully and submit Proposals complete in all respect.
2. Bidders are also required to submit the Check List, duly marked, along with their
Proposal.
3. Any other documents required as per any other clause of the RFP Documents have to
be submitted along with the Proposal even if not indicated in the aforesaid checklist.
4. Proposal Check List:
Outer Envelope contains:
[(Envelope A) + (Envelope B) + (Envelope C)]
S.
No. Description
Checking
Remarks
General Proposal (Envelope A)
1. Format of Acknowledgement of RFP Document as per Appendix 2 Yes/No
2. Covering Letter cum Project Undertaking as per Appendix 3 stating the
Proposal Validity Period Yes/No
3. Power of Attorney for signing of the Proposal as in Appendix 4 Yes/No
4. Power of Attorney for Lead Member of Consortium as in Appendix 5 Yes/No
5. Affidavit Certifying that Business Entity/Promoter(s)/ Director(s) of
Business Entity are not blacklisted/barred as in Appendix 6 Yes/No
6. Bid Security as per Appendix 7 Yes/No
7. Affidavit as per Appendix 8 Yes/No
8. Non-Collusion Certificate as per Appendix 9 Yes/No
9. Financial Information of Bidder’s Organisation as per Appendix 11 Yes/No
10. Copy of Certificate of Incorporation and PAN CARD Yes/No
11. Consortium Agreement as per requirements in this RFP Yes/No
A
P
P
E
N
D
I
X
1
4
Page 77 of 78
12. Check - List dully filled in as per the format provided in Appendix 14 Yes/No
Technical Proposal (Envelope B)
1. Appendix 10, 10A, 10B, 10C, 10D,10E,10F,10G, and Appendix 10H and
other requisite documents as required therein Yes/No
Price Proposal (Envelope C)
1. Appendix 12, Appendix 12A, Appendix 12B and Appendix 12C and other
requisite documents as required therein Yes/No
Page 78 of 78
Appendix 15: Format of Pre-Proposal Queries
To
Dr Indresh Kumar Sawhney,
Procurement Specialist,
National Mission for Clean Ganga,
(Ministry of Water Resources, River Development & Ganga Rejuvenation)
1st Floor, Major Dhyan Chand National Stadium, India Gate, New Delhi-110002.
Telephone: +91-11-23072900-01
E -mail ID : [email protected]; CC: [email protected], [email protected]
Subject:RFP for Selection of Consultant for Performance Assessment and Rehabilitation of
Existing STPs
Dear Sir,
Following are the Clarifications and Comments from the Terms and Conditions and Scope of
Work against the RFP issued on _________ for Selection of Consultant for Performance
Assessment and Rehabilitation of Existing STPs. These Clarifications are exhaustive.
Signature of the Authorized Signatory: Name of the Authorized Signatory: Name of the Bidder:
Date:
Place:
S. No.
Clause Ref. Page No. Clarifications asked for
1
2
…
A
P
P
E
N
D
I
X
1
5