35
Government of Andhra Pradesh Directorate of Municipal Administration (AP) Guntur Request for Proposals [RFP] for Selection of Twelve [12] Regional Service Providing Agencies to Facilitate Implementation of Capacity Building (CB), Institution Building (IB) and Information Education Behaviour Change Communication (IEBC) activities in ULBs on Municipal Solid Waste Management [MSWM] RFP NO: DATE: 07- 04-2017 Sl.No. Events Dates Time 1. Issue / Downloading RFP Document 07/04/ 2017 11.00 AM 2. Pre-Bid Meeting 13/04/2017 02:30 PM 3. Submission of Bid 24/04/2017 Up to 03.00 PM 4. Opening of Technical Bids 24/04/2017 At 03.00 PM

Government of Andhra Pradesh Directorate of Municipal ...cdma.ap.gov.in/sites/default/files/V9_Draft_RFP_12_Regional... · RFP – Regional Service Providing Agencies for Facilitating

Embed Size (px)

Citation preview

Government of Andhra Pradesh Directorate of Municipal Administration (AP)

Guntur

Request for Proposals [RFP] for Selection of

Twelve [12] Regional Service Providing Agencies to Facilitate Implementation of

Capacity Building (CB), Institution Building (IB) and Information Education Behaviour Change Communication

(IEBC) activities in ULBs on Municipal Solid Waste Management [MSWM]

RFP NO:

DATE: 07- 04-2017

Sl.No. Events Dates Time

1. Issue / Downloading RFP Document 07/04/ 2017 11.00 AM

2. Pre-Bid Meeting 13/04/2017 02:30 PM

3. Submission of Bid 24/04/2017 Up to 03.00 PM

4. Opening of Technical Bids 24/04/2017 At 03.00 PM

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 2 of 35

Contents 1. Fact Sheet ........................................................................................................................................... 3

2. Proposal ............................................................................................................................................... 7

3. Background Information .................................................................................................................. 7

4. Instructions to Bidder ........................................................................................................................... 8

4.1. General ............................................................................................................................. ..... 8 4.2. Compliant Proposals/ Completeness of Tender Paper .................................................... 9 4.3. Key Requirements of the Bid ............................................................................................... 9 4.3.1. Right to Terminate the Process ....................................................................................... 9

4.3.2. Cost of Tender Paper (Document Fees) ....................................................................... 9

4.3.3. Earnest Money Deposit (EMD) ........................................................................................ 9

4.3.4 Performance Security deposit in the form of Bank Guarantee……………………….. 10

4.3.5. Submission of Proposals .................................................................................................... 10

4.3.6. Authentication of Bids ...................................................................................................... 10

4.4. Preparation and Submission of Tender Paper ................................................................... 11 4.4.1. Preparation Costs ........................................................................................................... ... 11

4.4.2. Language .................................................................................................................... ....... 11

4.4.3. Venue & Time for Submission of Tender Paper ............................................................ 11

4.4.4. Late Bids and Conditional Bids ....................................................................................... 11

4.5. Evaluation Process .............................................................................................................. 12 4.5.1. Tender Opening .............................................................................................................. 12

4.5.2. Tender Validity ................................................................................................................. 12

4.5.3. Invalid Tender ................................................................................................................... 12

5. Evaluation Procedure ..................................................................................................................... 13

5.1. Qualification Criteria .......................................................................................................... 13 5.2. Technical Evaluation .......................................................................................................... 14 5.3. Financial Proposal ............................................................................................................... 14 6. Appointment of Service Provider Agency ................................................................................. . 15

6.1. Award Criteria ..................................................................................................................... 15 6.2. Right to Reject Any or All Proposal(s) ............................................................................... 15 6.3. Notification of Award ......................................................................................................... 15 6.4. Contract Finalization and Award...................................................................................... 15 6.5. Signing of Contract............................................................................................................. 15 6.6. Failure to Agree with the Terms and Conditions ............................................................. 15 6.7. Period of Contract .............................................................................................................. 15 7. Terms of Reference .......................................................................................................................... 16

7.1. Objective ............................................................................................................................. 16 7.2. Deliverables ......................................................................................................................... 16 7.2.1. Capacity Building................................................................................................................. 16 7.2.2 IB & IEBC Activities… …………………………………………………………….………… 16

7.3 Inputs for Planning Resources……………………………………………………………………..17

Appendix-I: Technical Bid ............................................................................................................. .......... 19

Form 1: Form for submitting Technical Proposal .......................................................................... 19 Form 2: Compliance Sheet for Eligibility Criteria ......................................................................... 20 Form 3: Bid Letter (Technical Bid) .................................................................................................. 21 Form 4: Particulars of the Bidder ................................................................................................... 22 Form 5: Format for List of Projects Executed ................................................................................ 23 Form 6: Project Citation Format .................................................................................................... 24 Form 7: Affidavit of not be under Ineligibility ............................................................................... 25 Appendix-II: Financial Bid ....................................................................................................................... 26

Form 8: Financial Proposal ............................................................................................................. 26 Form 9: Compliance Sheet for Financial Proposal ...................................................................... 28 Form 10: Bid Letter (Financial Bid) ................................................................................................. 29 Form 11: Performance Bank Gurantee.......................................................................................... 31

Form 12: Format for Power of Attorney for designating Lead Member of Consortium............ 33

Annexure I – Proposed RSPA allotment of Districts / ULBs……………………………………………………………. 35 34

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 3 of 35

1. Fact Sheet This Fact Sheet contains information on the tender for bidder’s quick reference.

Reference Matter / Description

Context

The MA&UD Department, Govt. of AP intends to comprehensively roll-out Training &

Capacity Building, Institution Building and Behaviour Change Communication

activities for the various stakeholders at Regional & ULB levels as per uniform

guidelines. It is proposed to have 12 Regional Service Providing Agencies (RSPA)

to cover the 13 districts of AP. For more details, please visit: http://cdma.ap.gov.in

Scope of

Work

The Selected RSPA must;

(i) Coordinate, Facilitate and Document the Capacity Building Sessions by Preparing

monthly training schedule for the CB Calendar designed by the state level agency

(ii) Build Institutions (both informal and formal) at Micro-pocket/ Ward / ULB / District

levels with Student Chapters to develop social capital comprising of apolitical,

service oriented leaders from diverse groups of stakeholders in the community and

empower them to take up social initiatives in a self-sustainable manner to achieve

the goals set by the Directorate of Municipal Administration, (AP) Guntur.

(iii) Facilitate and Capacity Build Institutions and Community Resource Persons (CRPs)

for IEBC activities including, Mass and Interpersonal communication activities as per

the information provided in 7.3 Inputs for Planning Resources, in this document.

Eligibility

Criteria

NGOs, Trusts, Companies registered under Companies Act 1956, Non-Profit

organizations registered under the societies act or under section 25 of the

Companies Act, 1956 can apply individually or as JV / consortium of not more

than 3 Agencies (Also considering Registered Proprietary and Partnership firms)

Project

Timeline

1 Year. The time may be extended on requirement of Director of Municipal Administration, (AP) Guntur and satisfactory performance of the service

provider

Deliverables

Capacity Building (Tentative Training Plan can be seen in Annexure-2(A):

(i) To submit the list of all the functionaries (Name, Role, Mobile Number, Email

etc) in the respective ULBs as per the focus groups identified.

(ii) Detailed Monthly Training Schedule for the Focus Groups identified at ULB

level, identifying training personnel (facilitators) (refer 7.3) & ensure facilitators

attend ToT & get certified by SCIMMU

(iii) To have dedicated personnel in every ULB for capacity building as

indicated in 7.3.1 Inputs for Planning resources

(iv) Coordinate with the ULB authorities and motivate the Focus Group Trainees

to take up Virtual/Class room training sessions and conduct trainings as

planned.

(v) Facilitate Training Resources (On call basis) to conduct the trainings as per

monthly schedule, approved by SCIMMU.

(vi) Assign the competent training resources as per the FG Modules and also

keep the resource person(s) in buffer for contingencies

(vii) Facilitator’s assignment and bank details (PAN and AADHAR Card) should be

furnished 2 days in advance from the scheduled date of training.

(viii) Complete the necessary pre-and-post training documentation requirements

(ix) Get RSPA admin team trained on the various technical aspects of the

project

(x) Reporting: Upload online reports within 2 Working days after completion of

every training session & file monthly reports (both soft & hardcopy as

prescribed) to SCIMMU.

(xi) Social Audit and Training Impact Assessment and reporting as required by

SCIMMU.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 4 of 35

Deliverables

IB & IEBC Activities:

(xii) Identify Community Resource Persons (CRPs) with leadership qualities from

diverse groups in the community and build their capacities for facilitating the

Institution building and IEBC process (minimum 2 per ward on call basis) and

furnish the detailed list of CRPs identified.

(xiii) To have dedicated resource person(s) for IB and IEBC in every ULB to

coordinate with the local authorities and conduct IB & IEBC activities as

indicated in 7.3.1 Inputs for Planning Resources and send them for ToT to get

them certified by SCIMMU

(xiv) ULB resource persons need to give TOT to the Identified CRPs on various

Project activities

(xv) Get the RSPA admin team trained on the project needs, deliverables and

other technicalities involved in the assignment by SCIMMU

(xvi) To facilitate Mass & Inter Personal Communication activities (as listed in the

Annexure 2(b)) and thematic drives to match SBM schedules involving the

influential and celebrities wherever possible (Creating awareness through

door-to-door campaigning) by taking help from existing institutions like

Walkers club, SHGs, City Task Force etc, through CRPs.

(xvii) Building Institutions and Student Chapters- Informal Groups at Micro-pocket

level in each ward and Formal institutions at Ward, ULB and District levels and

empower them to carry out IEBC activities in a self-sustainable manner by

handholding throughout the year

(xviii) Helping the institutions to become stronger and sustainable through various

capacity building trainings.

(xix) Train the institutions on various ICT and Social Media tools (Includes a website

which will be created only for the purpose of institution building & creating

awareness among the public) for widening their activities and raising social

capital.

(xx) Creating green corps in schools / making them active by motivating the

students to stand up for socially impactful issues.

(xxi) Updating the activity information on social media instantaneously to

generate wide spread publicity.

(xxii) Giving relevant material for publishing weekly and monthly news letters

(xxiii) Document all the above activities and post it online / offline on a daily basis

/ in prescribed manner to SCIMMU.

(xxiv) Conducting random social audits and reporting as required by SCIMMU.

Expected

Start Date Expected to start from 01/05/2017

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 5 of 35

Clause

Reference Topic

Payment

terms

Payment will be released in six installments after delivery of work output

as mentioned below.

Output Percentage Timeline Submission of work schedule, Training Personnel (Facilitators-7.3) and ULB resources (7.31) list along with their consent letters, Undergo the ToT session for CB, SCB & IEBC activities and obtain readiness certificate from State level agencies and SCIMMU.

15%

Within 60 days after award of contract.

5 Part Payments

Payable Bimonthly

within 15 days of

submission of

Invoices raised on

121st, 181st, 241st, 301st and

365th day from the date of

award of contract.

Completion of activities as per

calendar and submission of online

evidence and offline reports with

supporting documents on a monthly

basis and obtaining work completion

certificate from SCIMMU, bi-monthly

for submission of invoice.

17%

Method

of

Selection

Quality and Cost Based Selection (QCBS) method will be followed in agency

selection.

Technical Proposal [100 Marks] (Minimum Qualifying Mark-70)

Understanding on the scope of work [15 Marks]

Expertise and Experience of the Agency / Consortium in implementing any

Government social programs / executed any ULB level SWM works involving

community mobilization, engagement and training / worked on any

environmental projects at the field level / Public or Private Training Institutions

working in Human Resource Development [35 Marks]

Qualification and expertise of the team [40 Marks]

Any relevant interventions in SWM to identified target Groups [10 Marks]

Financial Proposal [100 Marks]

Financial proposal for each bidder will be evaluated according to this formula

given below and Marks allotted =

(Bid of lowest bidder / Bid of particular bidder) * 100

The highest scoring agency (out of 100) will be selected by giving 70% weightage

to Technical score and 30% to Financial score.

Tender Fee

The bidders are required to submit the document Fee of Rs.10,000/-

(Rupees Ten Thousand only) (non-refundable) by Demand Draft

in favour of The Commissioner & Director of Municipal Administration payable at

Hyderabad, from any of the scheduled commercial bank

along with the proposal. (Reduction in fee being considered)

Earnest Money

Deposit

(EMD)

Earnest Money Deposit of amount Rs.50,000/- (Rupees Fifty

Thousand) only (Refundable) by Demand Draft in favour of

The Commissioner & Director of Municipal Administration payable at Hyderabad

from any of the scheduled commercial bank must accompany the technical

bid. (Reduction in fee being considered) • Proposals without DDs for Tender FEE & EMD will be summarily rejected.

Language

of the Bid

The proposal should be prepared by the Bidder in English

language only.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 6 of 35

Clause Reference Topic

Limitations for the Bid

1. Any Regional Service Providing Agency (RSPA) can bid for a

maximum of 4 Districts

2. In case any RSPA chooses to bid for more than 1 District, it needs

to submit separate bids along with all required documentation

and applicable deposits / fees, with dedicated resource / teams. RSPA combining 2 or more bids in one with the same resources /

team will not be considered and the bid will be disqualified

3. In case the RSPA chooses to bid for 2 or more districts

non-performance in any of the Districts will lead to disqualification

and cancellation of contracts in all the other districts as well.

Currency of the

Bid

The bidder should quote price in Indian Rupees only. The

offered price must be exclusive of taxes and duties.

The taxes as appropriate & applicable would be paid at the

prevalent rates.

Validity Period of Proposals/ Bids must remain valid for 60 days after the last

the Bid date of submission.

The proposal must be submitted to:

O/o. The Project Director,

Andhra Pradesh Municipal Development Project (APMDP)

Sri Kavyasri Residency, M.G.Inner Ring Road,

Agatavarapadu, Reddipalem, Guntur. A.P. 522509

through registered post or speed post or in submitted in Specified

Tender Box. Authority is not responsible for any delay what so ever.

Submission

Of

Bid

The tender paper, technical bid, Tender fees and EMD shall

be put in a sealed envelope with superscription as;

“Technical Bid”. The price bid shall be put in a separate

sealed envelope with superscription as “Financial Bid”. Both

the envelopes shall be put in a separate envelope with

superscription as “Proposal for Selection of Regional Service Providing

Agency (RSPA) to Facilitate Capacity Building, Institution Building

and IEBC activities in ULBs on Municipal Solid Waste Management

along with the proposed District Name listed in the Annexure I”.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 7 of 35

2. Proposal

Sealed tenders are invited from eligible, reputed and qualified

organizations/Consortium/JV for Proposal for Selection of Regional Service Providing

Agency to Implement Capacity Building, Social Capital Building and IEBC activities in

ULBs on Municipal Solid Waste Management. This invitation is open to all Bidders

meeting the minimum eligibility criteria mentioned in the RFP Document. The

interested organizations can download the document from http://cdma.ap.gov.in

and submit their proposal, complete in all respects, to O/o. The Project Director,

Andhra Pradesh Municipal Development Project (APMDP), Sri Kavyasri Residency,

M.G.Inner Ring Road, Agatavarapadu, Reddipalem, Guntur. A.P. 522509 within

stipulated time in Tender Box or through speed post or registered post. The authority is

not responsible for any sorts of delay what so ever.

3. Background Information

Solid Waste Management is an activity in which volunteerism and public

participation are the keys to success, it is not only the technology but public attitude

and behavior that are going to make the positive difference.

The MA&UD Department of Government of AP, has issued uniform guidelines in the

form of a GO (G.O.279) for Work Outsourcing in MSWM to ensure better service

delivery and compliance to SWM Rules 2016 and NGT guidelines.

The implementation of the above needs to be in synchronization with Comprehensive

Capacity Building of the Service Providers which is further linked inseparably with

Behavior Change Communication for the citizens of 110 ULBs, through widespread IEC

activities.

Traditionally IEC has been limited to awareness generation for a brief period through

audio-visual materials, distribution of pamphlets, rallies, meetings etc, throughout the

country. It is proven that the investment made in IEC has not given the desired results

in changing the mindsets of people.

It is the key reason for Swachh Bharat Mission to earmark 5% for Capacity Building and

15% on Public Awareness & IEC activities of the total central allocation to ensure that

the SBM goals are met.

For the first time in the country, The Directorate of Municipal Administration (AP),

Guntur, is envisaging a model for sustained and result oriented IEBC activities coupled

with capacity building as they go hand-in-hand to ensure change management.

MA&UD has released a GO.Rt.No.507 dt.05.08.2016 to constitute a committee with the

following members:

1. The Director of Municipal Administration

2. The Managing Director, Swachh Andhra Corporation

3. Mission Director, MEPMA

The committee shall Identify Agency / Consortium of Regional Agencies for Capacity

Building, Institution Building and IEBC activities in ULBs.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 8 of 35

4. Instruction to Bidder

4.1. General

a) While every effort has been made to provide comprehensive and accurate

background information and requirements and specifications, Bidders must

form their own conclusions about the support needed to meet the

requirements based on their past experience.

b) All information submitted by Bidders in their Bids shall be treated as

contractually binding on the Bidders, on successful award of the assignment by

the Director of Municipal Administration, Guntur

c) No commitment of any kind, contractual or otherwise shall exist unless and until

a written contract is executed by or on behalf of the Directorate of Municipal

Administration, AP, Guntur. Any notification of preferred bidder status by The

Directorate of Municipal Administration (AP), Guntur, shall not give rise to any

enforceable rights for the Bidder. The Director of Municipal Administration,

reserves rights to cancel the process at any time prior to a written contract

being executed by or on behalf of the Director of Municipal Administration,

(AP) Guntur.

d) Proposals submitted by a Consortium should comply with the following

additional requirements:

1) Wherever required, the Proposal shall contain the information required of each of the members of the Consortium and should clearly set out the roles and responsibilities of the members.

2) The members of the Consortium shall furnish a Power of Attorney to a designated inclusive member duly signed by authorized representative(s) of the members as per the format set out in Appendix iii (Format for designating Consortium Lead Member)

3) The Proposal shall be signed by the duly authorized signatory of the Lead member and shall be legally binding on all the members of the Consortium.

4) The Consortium shall submit a fresh Memorandum of Understanding (MoU) as part of its Proposal. The MoU shall inter alia:

(i) a) Convey the intent of the Lead Member to enter into a management agreement with the Other Member for the Concession Period or form a joint venture company with the Operator. The Consortium or joint

venture company, as the case may be, would enter into the Concession Agreement and subsequently carry out all the responsibilities as Concessionaire in terms of the Concession Agreement, in case the Project is awarded to the Consortium.

(ii) Clearly outline the proposed roles and responsibilities of the members of the Consortium.

(iii) Include a statement to the effect that all members of the Consortium

shall be liable jointly and severally for the Implementation of the

Project in accordance with the terms of the Concession Agreement.

(iv) In naming the Lead Member and the Other Member of the Consortium,

also include their successors and permitted assigns.

(v) No change in composition of the Consortium would be allowed after

signing of the agreement.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 9 of 35

4.2. Compliant Proposals/ Completeness of Tender Paper

a) Submission of the bid shall be deemed to have been done after careful study

and examination of the RFP document with full understanding of its

implications.

b) Failure to comply with the requirements of any clause of the RFP may render

non-compliant and the proposal shall be rejected summarily

4.3. Key Requirements of the Bid

4.3.1. Right to Terminate the Process

a. Directorate of Municipal Administration, (AP) Guntur, reserves right to terminate

the Tender process at any time without assigning any reason thereof. Director of

Municipal Administration, (AP) Guntur, makes no commitments, express or implied,

that this process will result in a business transaction with anyone.

4.3.2. Cost of Tender Paper (Document Fees)

Tender document can be downloaded from https://www.cdma.ap.gov.in. The

bidders are required to submit the non-refundable tender document Fee of Rs

10,000/- (Rupees Ten Thousand) only in shape of an account payee Demand

Draft in favour of the Commissioner & Director of Municipal Administration,

Government of Andhra Pradesh payable at Hyderabad, from any of the

scheduled or commercial bank along with the Tender Paper. Proposals received

without or with inadequate fees shall be rejected out rightly.

4.3.3. Earnest Money Deposit (EMD)

a. Bidders shall submit, along with their Technical Bids, EMD of Rs. 50,000/- (Rupees

Fifty Thousand only, in the shape of an account payee Demand Draft issued by

any Scheduled or Commercial bank in favour of Commissioner & Director of

Municipal Administration, Government of Andhra Pradesh payable at Hyderabad,

and shall be valid for 90 days from the last date of the tender paper. b. EMD of all unsuccessful bidders would be refunded without interest by the

Directorate of Municipal Administration, within 90 days of the bidder being notified

as unsuccessful. The EMD, for the amount mentioned above, of successful bidder

would be kept as part of Performance Guarantee till acceptance of final

deliverable. c. The EMD amount will be refundable to the unsuccessful bidders without any

interest there on. d. The tender paper submitted without EMD, or less EMD will be summarily rejected. e. The EMD shall be forfeited in the following cases.

• If a bidder withdraws its bid during the period of bid validity.

• In case a successful bidder fails to sign the contract in accordance with this

tender paper.

• If found to have a record of poor performance such as having abandoned

work, having been black-listed, having inordinately delayed completion

and having faced Commercial failures etc.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 10 of 35

4.3.4 Performance security Deposit in the form of Bank Guarantee

a. Bank Guarantee in the prescribed format [Form 11] in favour of The

Commissioner & Director of Municipal Administration, Government of Andhra

Pradesh and shall be submitted by the successful tenderer equivalent to 5% of

the quoted service charge before execution of the agreement. b. The Bank guarantee shall be valid for a period of 12 months from the date of

intimation to the selected tenderer for execution of the agreement. c. Agreement shall be executed on confirmation of the Performance Security

Deposit in the form of Bank Guarantee from the Concerned Bank.

4.3.5. Submission of Proposals

a. The bidders shall submit their tender paper as per the format given in this tender

paper in three sealed envelopes in the following manner;

i. Technical Bid [Form 1 to Form 7] - in first envelope [Tender Paper,

Technical Bid, EMD, Cost of Tender Paper] super scribing “Technical Bid”

ii. Financial Bid [Form 8, 9 & 10] - in second envelope super scribing “Financial Bid”

(Please Note that Prices shall not be indicated in the Technical Bid but shall only

be indicated in the Financial Bid).

iii. The two envelopes super scribing “Technical Bid” and “Financial Bid”

shall be put in another single sealed envelope clearly marked “Proposal

for Selection of Regional Service Providing Agency to implement

capacity building, social capital building and IEBC activities in ULBs on

Municipal Solid Waste Management along with the proposed District

name as listed in the Annexure I”.

(Please note that the outer envelope thus prepared shall also indicate clearly

the name, address, telephone number, E-mail ID and fax number of the

bidder.)

b. All the pages of the tender paper must be sequentially numbered and must

contain the list of contents with page numbers. Any deficiency in the

documentation may result in the rejection of the Bid.

c. The original bid shall be prepared in indelible ink. It shall contain no

interlineations or overwriting, except as necessary to correct errors made by the

bidder itself. Any such corrections must be initialed by the person authorized to

sign the tender paper.

d. All pages of the bid shall be initialed and stamped by the person or persons who

sign the bid in case the Bidder is other than the Signatory of the proposal.

4.3.6. Authentication of Bids

The tender paper shall be accompanied by a power-of-attorney in the name

of the signatory of the proposal who can bind the Firm.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 11 of 35

4.4. Preparation and Submission of Tender Paper

4.4.1. Preparation Costs

The bidder shall be responsible for all costs incurred in connection with the

tender process. The Directorate of Municipal Administration (AP) Guntur, will in no

case be responsible or liable for those costs, regardless of the conduct or outcome of

the bidding process.

4.4.2. Language

The Proposal shall be filled by the Bidder in English language only. If any

supporting documents submitted are in any language other than English, translation

of the same in English language is to be made with due attestation by the Bidder. The

English translation shall govern the purpose of interpretation of the tender.

4.4.3. Venue & Time for Submission of Tender Paper

Proposals, complete in all respects, as specified in the tender paper, must be

submitted on or before the last date and time mentioned on the cover page of the

tender paper at the address specified below through register post/ speed post [Indian

Post] only. No other way of submission of tender paper including submission through

courier, email, Fax etc shall be considered. The Directorate of Municipal

Administration (AP) Guntur, shall not be responsible for any postal delay.

The Project Director, Andhra Pradesh Municipal Development Project (APMDP),

Sri Kavyasri Residency, M.G.Inner Ring Road, Agatavarapadu, Reddipalem,

Guntur. Andhra Pradesh 522509

Telephone: +91 9849453458

Email: [email protected]

Date & Time of Submission: 24.04.2017 Time: 15:00 hours

4.4.4. Late Bids and Conditional Bids

a. Bids received after the due date and the specified time for any reason

whatsoever, shall not be entertained and shall be rejected out rightly. b. The bids submitted by telex/ telegram/ fax/ e-mail etc. shall not be considered

and summarily rejected. c. The conditional bids in any form shall not be considered and will be out rightly

rejected at the first instance. d. The Directorate of Municipal Administration (AP), Guntur, shall not be

responsible for any postal delay or non-receipt/ non-delivery of the documents.

No further correspondence on the subject will be entertained. e. The Directorate of Municipal Administration (AP), Guntur, reserves the right to

modify and amend any of the above-stipulated condition/criterion as per their

requirements. Such amendments will be hosted in the Department website and

published in the same newspaper in which the tender call notice is published to

facilitate proper awareness.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 12 of 35

4.5. Evaluation Process

a. The Directorate of Municipal Administration (AP), Guntur, will constitute a

Tender Evaluation Committee [Tender Committee] to evaluate the proposal of

the bidders. b. The Tender Evaluation Committee constituted by the Directorate of Municipal

Administration (AP), Guntur, shall evaluate the tender papers and all supporting

documents / documentary evidence. Inability to submit requisite supporting

documents / documentary evidence as specified in clause – 5.1 of tender

paper will lead to rejection. c. Tender Committee will make scrutiny of the proposal of bidders, who comply

with all the Terms and Conditions of the Tender. All eligible bids will be

considered for further evaluation by a Committee according to the Evaluation

process defined in this RFP document. The decision of the Committee will be

final in this regard. d. The decision of the Committee in the evaluation of tender papers shall be final.

No correspondence will be entertained outside the process of negotiation/

discussion with the Committee. e. The Committee may ask for meetings with the Bidders to seek clarifications on

their proposals. f. The Committee reserves the right to reject any or all Bids without assigning any

reasons.

4.5.1. Tender Opening

The Bids submitted up to the last date and time of submission will only be

opened on scheduled date and time at O/o Directorate of Municipal Administration

(AP), Guntur by the Tender Committee, in the presence of the Bidders or their

authorized representatives, who desires to be present at the time of opening. The

representatives of the bidders are advised to carry the identity card and a letter of

authority from the tendering firms for attending the opening of the proposal.

4.5.2. Tender Validity

The offer submitted by the Bidders shall be valid for minimum period of 60 days from

the last date of submission of Tender Paper. 4.5.3. Invalid Tender

The Tender papers received in the following cases shall be treated as Invalid and

Liable to be rejected. i. Incomplete tender in any respect ii. Without or with less Tender Fees, EMD, Performance Security Deposit iii. After last date and time iv. Without supporting documents required herein. v. Conditional Tenders in any form vi. Other than Registered/Speed Posts (Indian Posts) like Courier, Email,

Telegram, Telex etc. vii. Without letter of Authorization, wherever necessary viii. Tender received from ineligible Bidders. ix. Non Compliance of any of the stipulated clauses.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 13 of 35

5. Evaluation Procedure

Proposals will be assessed in accordance with Quality and Cost-based Selection

(QCBS) method. All bids will primarily be evaluated on the basis of eligibility criteria.

The Tender Committee will carry out a detailed evaluation of those who qualify all

eligibility criteria.

Quality and Cost Based Selection (QCBS) method shall be followed to select the agency

Technical Proposal [100 Marks] (Minimum Qualifying Mark-70)

Understanding on the scope of work [15 Marks]

Expertise and Experience of the Agency / Consortium in implementing any

Government social programs / executed any ULB level SWM activities involving

community mobilization, engagement and training / worked on any environmental

projects at the field level / Public or Private Training Institutions working in Human

Resource Development [35 Marks]

Qualification and expertise of the team [40 Marks]

Any relevant interventions in SWM to identified target Groups [10 Marks]

Financial Proposal [100 Marks]

Financial proposal for each bidder will be evaluated according to formula given below

and Marks allotted =

(Bid of lowest bidder / Bid of particular bidder) * 100

The highest scoring agency (out of 100) will be selected by giving

70% weightage to Technical score and 30% to Financial score.

Bids of Tenders which don’t possess the specified documents will be considered

invalid and hence debarred from being considered for financial evaluation.

5.1. Qualification Criteria

The Tender Committee will carry out a detailed evaluation of the Proposals. Those who

have submitted documents detailed below will qualify for technical evaluation.

Sl.

Basic

Requirements Specific

Requirements

Documents

Required

•Sales Tax / Vat Registration

•Service Tax Registration

•Attested photocopy of

PAN / GIR card • IT Returns filed for last 3

financial years (2013 – 15)

- Certificates of

incorporation

- Service Tax

- Registration Certificate

PAN copy

1 Legal Entity

2 Up-to-date The agency must have cleared up-to-date VAT

Clearance up‐to‐date VAT (If applicable) clearance

3 Annual Average Annual Turnover during last Copy of the Audited

Average three financial years (as per the last Balance sheet and

Turnover published Balance sheets), should be Profit & Loss

minimum Rs. 25,00,000/- (Rupees Account; Showing

Twenty-Five Lakhs) only. the relevant trade

for last three year

(2012-13, 2013-14

and 2014-15)

4 Consortiums Allowed

Maximum

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 14 of 35

2 agencies

5

Technical

The bidder must have successfully undertaken at least one project

related to capacity building / IEBC

in implementing any Government social

programs / executed any ULB level SWM

works involving community mobilization,

engagement and training / worked on

any environmental projects at the field

level / Public or Private Training

Institutions working in Human Resource

Development

Work Order from the

client mentioning

details of order and

amount of claim.

Capability

6 Blacklisting Affidavit by the authorized signatory of

Affidavit in

the bidder that the bidder has not been prescribed format

blacklisted by any Central / State [Form 6]

Government or under a declaration of

ineligibility for corrupt or fraudulent

practices as of 31.03.2017 must be

submitted on original letter head of the

bidder with signature and

stamp.

7 Tender Fees The Bidder must have submitted Rs. In shape of Account

Payee DD 10,000/- (Rupees Ten Thousand only)

8 EMD The Bidder must have furnished the EMD In shape of Account

of Rs 50000/- (Rupees Fifty Thousand payee DD from

only) Scheduled/

Commercial Bank

5.2. Technical Evaluation

Bidders who meet the qualifications/eligibility requirements would be considered

as technically qualified to move to the next stage of detailed evaluation of scores

based on the scheme provided in 5. However, the overwriting or cuttings, if any, in the

technical Bid must be initialed by the person authorized to sign the Tender Bids.

5.3. Financial Proposal

The bidder must quote price exclusive of any taxes and duties in Indian Rupee

only. The amount mentioned in word shall prevail against the amount mentioned in

figures. But, in case, it differs each other, then the lowest amount quoted either in

words/in figures shall be taken for qualifying Financial Bid. No over writing or cutting is

permitted in Financial Bid. In such case the Tender shall be rejected summarily.

Computing of scores is based on the formula provided in 5.

Total Marks = 0.7 (Technical) + 0.3 (Financial)

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 15 of 35

6. Appointment of Regional Service Providing Agency (RSPA)

6.1. Award Criteria

The qualified bidder who has scored the maximum marks out of 100 will be

declared as preferred bidder. In case of equal marks by more than 1 bidder, the

winning bidder will be declared by drawing a lot. After final selection by the Tender

Committee, the Directorate of Municipal Administration (AP) Guntur, will award the

Contract to the successful bidder in a written form.

6.2. Right to Reject Any or All Proposal(s)

The Directorate of Municipal Administration (AP) Guntur, reserves the right to

annul any or all Bids at any time without assigning any reason.

6.3. Notification of Award

Prior to the expiration of the validity period, the Directorate of Municipal

Administration (AP) Guntur, will notify the successful bidder(s) in writing or by fax or

email. In case, due to any reason, the tendering process could not be completed

within the stipulated period, the Directorate of Municipal Administration (AP) Guntur,

may like to ask the bidders to extend the validity period of the bid. In such case

extended period shall be accepted as mutually agreed upon.

Notification of award will constitute the formation of the contract. Upon

successful bidder's signing the contract, the Directorate of Municipal Administration

(AP) Guntur, will notify each unsuccessful bidder and return their EMD within 90 days of

the last date of the submission.

6.4. Contract Finalization and Award

the Directorate of Municipal Administration (AP) Guntur, shall reserve the right

to negotiate with the bidder(s) whose proposal has been ranked best value bid on

the basis of Technical and Financial Evaluation. On this basis the contract agreement

would be finalized for award & signing.

6.5. Signing of Contract

After the notification by the Directorate of Municipal Administration (AP)

Guntur, about the successful bidder(s), The Director of Municipal Administration (AP),

shall enter into a contract, incorporating all clauses and the proposal of the bidder

between the department and the successful bidder. The Draft Legal Agreement will

be provided as a separate document.

6.6. Failure to Agree with the Terms and Conditions Failure of the successful bidder to agree with the Draft Legal Agreement and

Terms & Conditions of the tender paper shall lead to annulment of the award and

forfeit the EMD as well. In such event the Directorate of Municipal Administration (AP)

Guntur, may award the contract to the next best value bidder or call for new

proposals from the interested bidders.

6.7. Period of Contract

The period of contract shall be for 1 year from the date of execution of

agreement. The period may be extended for further periods on mutual agreement by

both the parties on similar terms and conditions.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 16 of 35

7. Terms of Reference

7.1. Objective

the Directorate of Municipal Administration (AP) Guntur, intends to

comprehensively roll-out Training & Capacity Building, Institution Building and

Behaviour Change Communication activities for the various stakeholders at

Regional & ULB levels as per uniform guidelines. It is proposed to have 12

regional service providing agencies to cover the 13 districts of AP.

7.2. Deliverables Followings deliverables are expected in the assignment.

7.2.1. Capacity Building:

1) Detailed Monthly Training Schedule for the Focus Groups identified at ULB level,

identifying training personnel (facilitators) (refer 7.3) & ensure facilitators attend

ToT & get certified by SCIMMU

2) To have dedicated personnel in every ULB exclusively for capacity building as

indicated in 7.3.1 Inputs for planning resources

3) Coordinate with the ULB authorities and motivate the Focus Group Trainees to

take up Virtual/Class room training sessions and conduct trainings as planned.

4) Facilitate Training Resources (On call basis) to conduct the trainings as per

monthly schedule, approved by SCIMMU.

5) Assign the competent training resources as per the FG Modules and also keep

the resource person(s) in buffer for contingencies

6) Facilitator’s assignment and bank details (PAN and AADHAR Card) should be

furnished 2 days in advance from the scheduled date of training.

7) Complete the necessary pre-and-post training documentation requirements

8) Get RSPA admin team trained on the various technical aspects of the project

9) Reporting: Upload online reports within 2 Working days after completion of

every training session & file monthly reports (both soft & hardcopy as

prescribed) to SCIMMU.

10) Social Audit and Training Impact Assessment and reporting as required by

SCIMMU.

7.2.2 IB & IEBC Activities:

1) Identify Community Resource Persons (CRPs) with leadership qualities from

diverse groups in the community and build their capacities for facilitating the

Institution building and IEBC process (minimum 2 per ward on call basis) and

furnish the detail list of CRPs identified.

2) To have dedicated resource person(s) for IB and IEBC in every ULB to

coordinate with the local authorities and conduct IB & IEBC activities as

indicated in 7.3.1 Inputs for Planning Resources and send them for ToT to get

them certified by SCIMMU

3) Get the RSPA admin team trained on the project needs, deliverables and

other technicalities involved in the assignment by SCIMMU

4) To carry out Mass and Inter Personal Communication activities (as listed in the

Annexure 2) and conduct thematic drives to match SBM schedules involving

the influential and celebrities wherever possible (Creating awareness through

door-to-door campaigning) by taking help from existing institutions like

Walkers club, SHGs, City Task Force etc, through CRPs.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 17 of 35

5) Building Institutions and Student Chapters- Informal Groups at Micro-pocket

level in each ward and Formal institutions at Ward, ULB and District levels and

empower them to carry out IEBC activities in a self-sustainable manner by

handholding throughout the year

6) Making the institutions stronger and sustainable by implementing capacity

building trainings.

7) Train the institutions on various ICT and Social Media tools (Includes a website

which will be created only for the purpose of institution building & creating

awareness among the public) for widening their activities and raising human

capital.

8) Creating green corps in schools / making them active by motivating the

students to stand up for socially impactful issues.

9) Updating the activity information on social media instantaneously to

generate wide spread publicity.

10) Giving relevant material for publishing weekly and monthly news letters

11) Document all the above activities and post it online / offline on a daily basis /

in prescribed manner to SCIMMU.

12) Conducting random social audits and reporting as required by SCIMMU.

The Service Providing Agency is responsible for providing a resource on call

basis, who will directly report to SCIMMU to coordinate with the

State/Regional/District/ULB level officials to successfully facilitate the

implementation of all the activities as per the schedule.

7.3 INPUTS FOR PLANNING RESOURCES

Training Personnel Requirement for Capacity Building

(To be available On-call Basis throughout the contract period)

In All Municipalities (Incl. NPs)

Except Corporations

2 Nos (Category 'UE')

(per Municipality/NP)

In All Municipal Corporations EXCEPT

Guntur Municipal Corporation (GMC)

Vijayawada Municipal Corporation (VMC) &

Greater Visakhapatnam Municipal

Corporation (GVMC)

4 Nos (Category 'UE')

(per Corporation)

In GMC, VMC & GVMC 8, 8 & 10 Nos (Category 'UE')

In Every District for Regional Level Trainings 4 Nos (Category 'RC'/'RD')

Eligibility criteria:

➢ Category ‘RC’: 5+ years’ relevant experience & proficiency in Telugu & English

➢ Category ‘RD’: 3+ years’ relevant experience & proficiency in Telugu & English

➢ Category ‘UE’: 1+ years’ relevant experience & proficiency in Telugu

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 18 of 35

➢ Agencies need to identify the training resources as listed above for the region they

opted and should submit the list of Training Resources, CVs & their consent letters

at the time of bidding

➢ This list will be required for the technical evaluation.

➢ The resources should be available to the agency on call basis throughout the year

➢ Payments will be made through the respective ULBs to the Resource person

directly.

➢ Agencies role is just to facilitate the conduction of training programmes,

documentation, reporting, coordinating with the ULBs for conducting the training

programmes and any other job assigned to them by SCIMMU whenever needed.

7.3.1. Dedicated Personnel Requirement for CB, IB & IEBC Activities

(To be available for the entire contract period of 1 year)

Category of the ULB

Overall ULB Level &

CB Co-ordinator

IB

Co-ordinator

IEBC

Co-ordinator

Nagar Panchayats,

Grade III 1

Grade II, Grade I 1 1

Selection & Special

Grade & All

Corporations except

GVMC, GMC & VMC

1 2 1

GMC & VMC

1

2 2

GVMC 3 3

Eligibility criteria

➢ ULB Level: Minimum PG/UG with 5 years of relevant experience in CB/IB/IEBC (with

MS-Office & Social Media skills)

➢ CB: Minimum UG with 3 years of relevant experience in Training multiple stake

holders (with MS-Office & Social Media Skills)

➢ IB: Minimum UG with 3 years of relevant experience in conducting IB activities for

multiple stake Holders (with MS-Office & Social Media Skills)

➢ IEBC: Minimum UG with 3 years of relevant experience in conducting IEBC

activities for multiple stake holders (with MS-Office and Social Media Skills)

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 19 of 35

Appendix-I: Technical Bid

District Name:

Form 1: Form for submitting Technical Proposal

A. Qualification of Service Providing Agency

The Service Provider must describe and explain how and why they are the best entity

that can deliver the requirements defined in the RFP by indicating the compliance

documents highlighted in Form 2 (Compliance Sheet for Eligibility Criteria)

B. Proposed Methodology

Service Provider must describe how it will address/deliver the demands of the RFP;

providing a detailed description of the essential performance characteristics,

reporting conditions and quality assurance mechanisms that will be put in place, while

demonstrating that the proposed methodology will be appropriate to the context of

the work.

C. Qualifications of Key Personnel

The Service Provider must provide:

- Names and qualifications of the key personnel who will be the resource persons for the training.

- CVs demonstrating qualifications; and- Written confirmation from each personnel that they are available for the

entire duration of the contract

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 20 of 35

Form 2: Compliance Sheet for Eligibility Criteria

RFP NO: ______________, Date: _______________

Please check whether following have been enclosed in the respective covers,

namely, letter of Technical Bid.

Sl Compliance Provided Page No in the

(Yes/ No)

Technical Bid

No. Document

1 Copy of the Certificate of Incorporation of the agency(ies)

2 Copy of Service Tax Registration Certificate

3 Copy of PAN

4 Copy of Audited Balance sheet and Profit & Loss

Account; Showing the relevant trade as proof of

Annual Turnover of last 3 FY as of Mar 31, 2016

5 Tender Paper Cost (DD No.: ….………., Amount:

………………, Bank: …………………….., Date:

…………………..)

6 Earnest Money (BG/DD No.: ……….…., Amount:

………………., Bank.: …………….., Date:

……….……………..)

7 Bid Letter (Technical Bid) [in Form 3]

8 Particulars of the Bidder [in Form 4]

9 List of Projects Executed (in Form 5) [Certificate

from the client as per clause 5.1]

10 Project Citation of each Project listed in Form 6 (in Form 5)

11 Affidavit of not be under Ineligibility (in Form 7)

12 Copy of Power of Attorney in the name of the

Authorized signatory

Signature of witness Signature of the Tenderer / Bidder

Date: Date:

Place: Place:

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 21 of 35

Firm/Agency Seal

Form 3: Bid Letter (Technical Bid)

RFP NO: ______________, Date: _______________

<Location, Date>

To

the Directorate of Municipal Administration (AP) Guntur,,

_______________

Subject: Submission of the Technical bid for Regional Service Providing

Agencies to Implement Capacity Building, Social Capital Building

and IEBC activities in ULBs on Municipal Solid Waste Management

[MSWM]for the Directorate of Municipal Administration (AP) Guntur,

Dear Sir,

I/We, the undersigned, offer to provide our services to _______________ District, with

reference to your Request for Proposal dated <insert date>. We are hereby

submitting our Proposal, which includes this Technical bid and the Financial bid

sealed in separate envelopes.

We hereby declare that all the information and statements made in this Technical

bid are true and accept that any misinterpretation contained in it may lead to our

disqualification.

We undertake, if our Proposal is accepted, to initiate the Implementation services

related to the assignment not later than the date indicated in Fact Sheet.

We agree to abide by all the terms and conditions of the RFP document. We would

hold the terms of our bid valid for 60 days as stipulated in the RFP document.

We understand you are not bound to accept any Proposal you receive.

Yours sincerely,

Authorized Signature [In full and

initials]: Name and Title of

Signatory:

Name of Firm:

Address: Location: Date:

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 22 of 35

Form 4: Particulars of the Tenderer / Bidder

RFP NO: ______________, Date: _______________

1. Name of the Organisation:

2. Status of Registration of Organisation:

3. Address of Office

4. Telephone No Fax No

5. Email Address

6. Website

7. Registration No & Date

8. No. of employees:

Technical Managerial Support Total

9. No. of years of proven experience of providing Training Services in India:

10. No. of years of proven experience of providing IEBC, Community

Engagement Services:

11. Annual Turnover of the Firm (in last three years)

FY Amount (Rs.)

2013-2014

2014-2015

2015-2016

Average

Signature of witness Signature of the Tenderer / Bidder

Date: Date:

Place: Place:

Firm/Agency Seal

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 23 of 35

Form 5: Format for List of Projects Executed

RFP NO: ______________, Date: _______________

Sl.No. Name & Address of the

client

Name of the

Project

Project Period Total Cost of

Project

Is this similar to

Current

Assignment

(Yes/No) From To

Note: The information provided in the above table must supported by relevant

work order copy.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 24 of 35

Form 6: Project Citation Format

RFP NO: ______________, Date: _______________

I. Client Details

1. Name of the Client :

2. Sector of the Client (Put a tick Mark “

”): a. Govt. in India ____

b. Govt. in AP __

c. PSU in India_____

d. Others ____

3. Detail of concerned officer of the client (Name, Designation, Address, Phone,

e-mail, Fax):

II. Project Detail

4. Name of the Project:

5. Work Order No & Date

6. Project Start Date:

Completion Date:

7. Project Cost (Excluding Tax in INR):

8. Type of Project: a) Training & Capacity building

b) IEBC activities

c) Community Engagement

d) Others Specify

9. No. of skilled Professionals engaged in project:

10. Implementation Coverage: a) State Level b) District Level c) ULB Level 11. Brief details about scope of the project:

Signature of witness Signature of the Tenderer / Bidder

Date: Date:

Place: Place:

Firm/Agency Seal

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 25 of 35

Form 7: Affidavit of not being under Ineligibility

Before the Notary Public Sri

AFFIDAVIT

I, Sri/Smt.____________________________________ aged about___________

S/o./D/o./W/o.______________________________________________Proprietor/Partner/

Director of M/s.___________________________At-______________Po-

_______________________, P.S-________________, Dist-____________________ do hereby

solemnly affirm and state as follows:

That pursuant to the tender call notice dt.07.04.2017 of the Directorate of

Municipal Administration (AP) Guntur, for providing Regional Service to

Implement Capacity Building, Social Capital Building and IEBC activities in

ULBs on Municipal Solid Waste Management.

1. to Identified Target Groups, I/my firm/Agency am/is an intended bidder to

participate in the said tender process. 2. That as per terms & conditions of the tender documents, I am to declare that,

I/my firm/agency have not been blacklisted by any Central/State Govt.

Organisation or by any Public Sector undertakings of the State/Central Govt. 3. That neither any criminal case nor any vigilance case is pending against

me/my firm/Agency before any forum. 4. That I/my firm/agency not have any record of poor performance,

abandoned work, having inordinately delayed completion and having faced

Commercial failures etc. for any State Government or Government of India

organization/ department. 5. That this affidavit is required to be produced with tender paper before the

Director, ___________, the Directorate of Municipal Administration (AP)

Guntur,. 6. That the facts stated above are true to the best of my knowledge and belief.

Identified by me

Deponents

Advocate

The above deponent being present before me & duly identified by

Sri__________________________ Advocate states on oath that the facts stated above

are true to the best of his/her knowledge. Deponent

*Strike out whichever is not applicable.

Notary Public____________

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 26 of 35

Appendix-II: Financial Bid

Form 8: Financial Proposal

RFP NO: ______________, Date: _______________

All the prices quoted below are exclusive of any taxes and duties.

8.a. FACILITATING CAPACITY BUILDING ACTIVITIES

District:

(Note: Vijayanagaram & Srikakulam treated as 1 District package – Refer Annexure 1 pg.no.34)

Region: Anantapur / Guntur / Rajahmundry / Visakhapatnam (Strike out whichever is not applicable)

S.

No.

Cost Item

Particulars

Nos

(For all

ULBs)

`

Unit

Cost

`

Amount (in Rupees)

1 Identifying and Furnishing the list of Training Resource persons

(Trainers) for capacity Building and getting their undertakings

2

Sending Trainers for ToT and getting them certified by SCIMMU

***DONOT include TA & DA for the resource persons

(Payment will be made to the agency based on the attendance

report given by the State Level Agency as per the rates already

fixed by the MA&UD Department)

3

One *Dedicated CB Co-ordinator in every ULB

* As per 7.3.1 Dedicated Personnel Requirements in Pg.No.18

(Responsible for coordination, facilitation, feedback, pre & post

training documentation, online uploading live through whatsapp,

FB, Website etc & and offline reporting of all the Capacity Building

Activities including LMS online training, for all FGs in that particular

ULB on a daily basis and consolidated monthly reports)

4

Administrative expenses including local transportation,

communication etc. (Detailed cost break up should be

enclosed)

Put the

overall cost

in the next

cell

5

Others (Please Specify) a.

b.

c.

d.

e.

*** Please DO NOT Include Venue arrangements, training kits,

refreshments costs and any other costs incurred for the conduction

of trainings. It will be borne by the respective ULBs.

TOTAL (Rupees only)

(Without any applicable Taxes Only)

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 27 of 35

8.b. FACILITATING INSTITUTION BUILDING & IEBC ACTIVITIES

District:

(Note: Vijayanagaram & Srikakulam treated as 1 District package – Refer Annexure 1 pg.no.34)

Region: Anantapur / Guntur / Rajahmundry / Visakhapatnam (Strike out whichever is not applicable)

S.

No. Cost Item

Particulars Nos (For all

ULBs)

`

Unit Cost ` Amount (in Rupees)

1

ULB level Dedicated Resource(s)* for Facilitating

a. Institution Building

b. IEBC * Refer 7.3.1 Dedicated Personnel Requirements in Pg.No.18

(Responsible for coordination, facilitating formation of

informal and formal Institutions, student / youth

chapters, registration, FB, Whatsapp Groups, Website

formation, online uploading & offline reporting of all

the Institution Building Activities, IEBC Mass &

Interpersonal Activities, Coordinate ToTs for IB office

bearers, Identify Community Resource Persons (CRPs)

and furnish list of CRPs in each ULB wardwise,

reporting from ULB on a daily basis and consolidated

monthly reports)

2

Identification of Community Resource Persons

(CRPs - 2 per ward) and getting them trained (ToT)

and certified by SCIMMU

3

Documentation support (ULB Wise Daily &

Consolidated Monthly Reports)

**Includes Pre & Post Activities / Event

documentation, Supplying material for local print and

electronic media etc.)

Calculate the overall cost

for the district and put it in

the next cell

4

Administrative expenses including local

transportation, communication etc. (Detailed

Cost Break up should be enclosed)

Calculate the overall cost

for the district and put it in

the next cell

5

Others (Please Specify) a.

b.

c.

d.

e.

*** Please DO NOT Include Venue arrangements,

training kits, refreshments costs and any other costs

incurred for the conduction of trainings. It will be

borne by the respective ULBs.

Calculate the overall cost

for the district and put it in

the next cell

TOTAL (Rupees only)

(Without any applicable taxes only)

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 28 of 35

Form 9: Compliance Sheet for Financial Proposal

RFP NO: ______________, Date: _______________

Please check whether following have been enclosed in the respective covers,

namely, Financial Bid.

a. Bid Letter (Financial)

(In the format attached at Form 10)

Yes/No

b. Financial Proposal

(In the format attached at Form 8) Yes/No

Signature of witness Signature of the Tenderer / Bidder

Date: Date:

Place: Place:

Firm/Agency Seal

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 29 of 35

Form 10: Bid Letter (Financial Bid)

<Location, Date>

To ____________________,

the Directorate of Municipal Administration (AP) Guntur,

___________,

_______________

Subject: Submission of the financial bid for Regional Service Providing Agency to

Implement Capacity Building, Social Capital Building and IEBC activities in ULBs on

Municipal Solid Waste Management in the allotted region.

Dear Sir,

We, the undersigned, offer to Implement Capacity Building, Social Capital

Building and IEBC activities in ULBs in sanitation in Andhra Pradesh in accordance

with your Request for Proposal << RFP No. >> dated <<Date>> and our Proposal

(Technical and Financial Proposals). Our Financial Proposal is attached in Form 8.

This amount quoted is exclusive of any taxes and duties.

1. PRICE AND VALIDITY

All the prices mentioned in our Tender are in accordance with the terms as

specified in the RFP documents. All the prices and other terms and conditions of

this Bid are valid for a period 90 days from the date of opening of the Bid.

We hereby confirm that our prices do not include any taxes and duties.

We understand that the actual payment would be made as per the existing tax

rates during the time of payment.

2. UNIT RATES

We have indicated in the relevant forms enclosed, the unit rates for the purpose

of on account of payment as well as for price adjustment in case of any increase

to / decrease from the scope of work under the contract.

3. TENDER PRICING

We further confirm that the prices stated in our bid are in accordance with your

Instruction to Bidders included in Tender documents.

4. QUALIFYING DATA

We confirm having submitted the information as required by you in your

Instruction to Bidders. In case you require any other further

information/documentary proof in this regard before evaluation of our Tender, we

agree to furnish the same in time to your satisfaction.

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 30 of 35

5. BID PRICE

We declare that our Bid Price is for the entire scope of the work as specified in the

appropriate section in the RFP. These prices are indicated Commercial Bid attached

with our Tender as part of the Tender.

Our Financial Proposal shall be binding upon us subject to the modifications resulting

from Contract negotiations, up to expiration of the validity period of the Proposal.

We understand you are not bound to accept any Proposal you receive.

We hereby declare that our Tender is made in good faith, without collusion or fraud

and the information contained in the Tender is true and correct to the best of our

knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to

accept a Tender you receive.

Thanking you,

Yours sincerely,

Authorized Signature:

Name and Title of Signatory:

Name of Firm:

Address:

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 31 of 35

Form 11: Performance Bank Guarantee

To

the Directorate of Municipal Administration (AP) Guntur,

______________

Whereas, <<name of the agency and address>> (hereinafter called “the Bidder”)

has undertaken, in pursuance of contract no. <<insert contract no.>> dated <<insert

date>> to provide services for Regional Service Providing Agency to Implement

Capacity Building, Social Capital Building and IEBC activities in ULBs - the Directorate

of Municipal Administration (AP) Guntur, (hereinafter called “the beneficiary)

And whereas it has been stipulated by in the said contract that the Bidder shall

furnish you with a bank guarantee by a scheduled bank for the sum specified

therein as security for compliance with its obligations in accordance with the

contract;

And whereas we, <<name of the bank>> a banking company incorporated and

having its head /registered office at <<address of the registered office>> and

having one of its office at <<address of the local office>> have agreed to give the

supplier such a bank guarantee.

Now, therefore, we hereby affirm that we are guarantors and responsible to you, on

behalf of the supplier, up to a total of Rs.<<insert value>> (Rupees <<insert value in

words>> only) and we undertake to pay you, upon your first written demand

declaring the supplier to be in default under the contract and without cavil or

argument, any sum or sums within the limits of Rs .<<insert value>> (Rupees <<insert

value in words>> only) as aforesaid, without your needing to prove or to show

grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Bidder

before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of

the contract to be performed there under or of any of the contract documents

which may be made between you and the Bidder shall in any way release us from

any liability under this guarantee and we hereby waive notice of any such change,

addition or modification.

This Guarantee shall be valid until <<Insert Date>>)

Notwithstanding anything contained herein:

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 32 of 35

I. Our liability under this bank guarantee shall not exceed Rs<<insert value>>

(rupees <<insert value in words>> only).

II. This bank guarantee shall be valid up to<<insert expiry date>>)

III. It is condition of our liability for payment of the guaranteed amount or any part

thereof arising under this bank guarantee that we receive a valid written claim or

demand for payment under this bank guarantee on or before <<insert expiry

date>>) failing which our liability under the guarantee will automatically cease.

Seal & Signature of the authorized officer of the Bank

Name & Designation of the Officer

Date: Seal, Name & address of the bank & address of the Branch

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 33 of 35

Form-12 FORMAT FOR POWER OF ATTORNEY FOR DESIGNATING LEAD MEMBER

OFCONSORTIUM

(On Stamp Paper of relevant value) POWER OFATTORNEY

Whereas, the Directorate of Municipal Administration (AP) Guntur, has invited

proposals for selecting Regional Service Providing Agency to implement,

Capacity Building, Social Capital Building and IEBC activities in all ULBs on

MSWM. (herein after referred to as “Project”),

Whereas, the Consortium being one of the qualified Bidders is interested in

bidding for the Project and implementing the Project in accordance with the

terms and conditions of Request for Proposal (RFP Document), and

Whereas, it is necessary under the RFP Document for the members of the

Consortium to designate the Lead Member with all necessary power and

authority to do for and on behalf of the Consortium, all acts, deeds and things

as may be necessary in connection with the Consortium’s Proposal for the

Project or in the alternative to appoint one of them as the Lead member who,

would have all necessary power and authority to do all acts, deeds and things

on behalf of the Consortium, as may be necessary in connection with the

Consortium’s Proposal for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT;

We, M/s…………………………………, and M/s………………………………. (the

names and address of the registered offices), do hereby designate

M/s…………………………………. being one of the members of the Consortium,

as the Lead Member of the Consortium, to do on behalf of the Consortium, all

or any of the acts, deeds or things necessary or incidental to the Consortium’s

Proposal for the Project, including submission of Proposal, participating in

conferences, responding the queries, submission of information/documents

and generally to represent the Consortium in all its dealings with the

Directorate of Municipal Administration (AP) Guntur, any other Government

Agency or any person, in connection with the Project until culmination of the

process of bidding and thereafter till the Concession Agreement is entered

into with the Directorate of Municipal Administration (AP) Guntur.

We hereby agree to ratify all acts, deeds and things lawfully done by the lead Member and our said attorney pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium.

Dated this the……. Day of……….2017

………………………………………… (Executants)

(TO BE EXECUTED BY BOTH MEMBERS OF THECONSORTIUM) Note: The mode of execution of the Power of Attorney should be in

accordance with the procedure, if any, laid down by the applicable law and

the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required

RFP – Regional Service Providing Agencies for Facilitating Implementation of CB, IB & IEBC activities in ULBs of AP

Page 34 of 35

procedure.

RFP – Selection of Service Providing Agencies for Carrying out Field Level CB, IEBC & SCB Activities

Page 35 of 35

Annexure I

a. Proposed Regional Agencies Allotment of Districts / ULBs for CB, IB & IEBC Activities for the contract period of 1 year.

Sl.

No.

Proposed Allotment of

Districts

No. of

ULBs

No. of

Municipal

Corporations

No. of

Sel.Gr-Sp.Gr-Gr.1

No. of

Gr.2- Gr.3- N.P.

Total No. of

Election Wards

Population

2011 Census

1. Visakhapatnam 3 1 GVMC 2 123 2128584

2. Vijayanagaram

& Srikakulam

5 - 1 1 2 3 1 296 757930

6 1 SMC 3 2

3. Krishna 9 1 VMC 2 2 1 3 277 1569259

4. West Godavari 9 1 EMC 2 3 1 1 1 291 819414

5. East Godavari 12 2 KMC, RMC 1 6 3 364 1102516

6. Guntur 13 1 GMC 1 2 7 2 433 1646463

7. Prakasam 8 1 OMC 1 2 1 3 225 565638

8. Nellore 7 1 NMC 2 1 3 218 857630

9. Anantapur 12 1 AMC 1 1 2 2 2 3 373 1079949

10. Chittoor 8 2 TMC, CMC 1 1 4 269 936970

11. Kurnool 9 1 KMC 2 1 1 4 273 1160680

12. YSR Kadapa 9 1 KMC 1 4 3 256 858780