44
Jabalpur M u n i c i p al C o r p o r a t ion Request for Proposal For Selection of Agency for conducting Solid Waste Management IEC Activities to make Jabalpur Municipal Corporation “A Garbage Free City” in all wards of the City Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 1

Microsoft Word - IECRFPDewascluster218-19_2_jmcjabalpur.org/jabalpur/...21_pm_IEC_for_Garbage_Free_Jabalpur.docx  · Web viewSelection of Agency for conducting Solid Waste Management

Embed Size (px)

Citation preview

Jabalpur M u n i c i p al C o r p o r a t ion

Request for ProposalFor

Selection of Agency for conducting Solid Waste Management IEC Activities to make Jabalpur

Municipal Corporation “A Garbage Free City” in all wards of the City

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 1

Section I General Information1) Project Backgrounda) Swachh Bharat Mission (SBM) – Urban was launched on 2nd October 2014, the birth anniversary of Mahatma Gandhi. For Jabalpur City, the mission is being implemented by Jabalpur Municipal Corporation(JMC) to achieve the following objectives:

i. Elimination of open defecation,ii. Modern and Scientific Municipal Solid Waste Management,iii. Effect behavioral change regarding healthy sanitation practices,iv. Generate awareness about sanitation and its linkage with public health,v. Capacity Augmentation for Sanitation/ SBM teams, by creating an enabling

environment for private sector participation.b) Vision is to achieve “Garbage Free” status wherein at any point of time in the day, no garbage or litter is found in any public, commercial or residential locations (including storm drains and water bodies) in the city (except in litter bins or transfer stations), 100 per cent of waste generated is scientifically managed, all legacy waste has been remediated and scientifically managing the municipal solid waste, plastic waste and construction & demolition waste. Additionally, there must be a steady reduction in the waste generated by the city and visible beautification of the city to achieve a clean & aesthetically pleasing city.

c) In order to institutionalize a mechanism for city to achieve Garbage Free status, and to motivate the city to achieve higher degrees of cleanliness, A SEVEN STAR rating Protocol is defined by the MoHUA, GoI for Garbage Free cities, which builds on aspirations of city to progress towards higher standards of “Swachhata” based on the following key components:

i. Door-to-Door Collectionii. Segregation at sourceiii. Sweeping of public, commercial and residential areas (no visible eyesores

on streets) andiv. Waste Storage Bins, Litter Bins and material recovery facilityv. Bulk Waste Generators compliance

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 2

vi. Scientific Waste Processing, Scientific Land filling and C&D Waste Management

vii. User Fees, Penalties, Spot Fines for littering and Enforcement of Ban on Plastic

viii. Citizen grievance redressal and feedback systemix. Eradication of crude dumping of garbage and dump remediationx. Cleaning of storm drains and surface of water bodiesxi. Visible beautification in the city

The star rating conditions have been designed in a way as to enable city to gradually evolve into a model (7-star) city, with progressive improvements in their overall cleanliness. The protocol, with increasing levels of stringency with increasing star rating, will also be inspirational in nature, feeding city’s’ ambitions and dreams of becoming an ideal city for its residents, and a role model for other cities to follow.

2) ObjectiveThe objective is to select an agency to implement all the activities related to star rating protocols under Swachh Bharat Mission- Urban in all wards of Jabalpur City to make the Jabalpur City as “Garbage Free” as a pilot circle in JMC to achieve Garbage free status.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 3

JABALPUR MUNICIPAL CORPORATIONNotice Inviting e-Tenders

N.I.T.NO. ...................................... Dated. ..........................Offline bids for the following works are invited from registered firms of repute fulfilling registration criteria:S.No. Work Form Fees Probable Amount

(Rs. In lacs)Period

1 Selection of Agency for conducting Solid Waste Management IEC Activities to make Jabalpur Municipal Corporation “A Garbage Free City” in all wards of the City

12,500 Rs.1,80,000/- (Rupees one Lakh eighty thousand only) in the form of DD/FDR drawn in favour of the “ Ayukt Nagar Nigam Jabalpur “.

6 months

Interested bidders can view and download the NIT on website http://jmcjabalpur.orgKey dates:Last date of tender submission offline/hardcopy 14.12.2018 at 15:00 Technical Open 14.12.2018 at 16:00 Financial Open Intimated later

नोट- निननि�दा प्रपत्र क्रय करने हेतु निनगम काया�लय में निननि�दा प्रपत्र की राशि� जमा करनी होगी । निननि�दा प्रपत्र क्रय करने की रसीद ए�ं EMD की मूलप्रनित निननि�दा प्रपत्र के साथ स्�च्छता सेल, स्माट� शिसटी काया�लय मानस भ�न में जमा की जाना अनिन�ाय� है ।

Additional Commissioner Jabalpur Municipal Corporation

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 4

1) Check List for biddersThe bidder shall ensure that his/her bid is complete in all respects and shall go through the following check list & tick mark for the enclosures attached with the bid:

Sr. No. Description Remark

1 List of all documents submitted with 2 Bid processing fee 3 Earnest Money Deposit 4 Tender document duly Digitally

signed &online submitted, as a confirmation of acceptance of the terms & conditions of the tender.

5 Copy of Registration under relevant Act6 Work orders/ agreements for the past experience

7 Annual accounts viz. Profit &loss account, Balance sheet of last three years, IT returns showing net worth and turnover8 Copy of Pan card

9 Copy of GST registration

SECTION 1- INSTRUCTIONS FOR BIDDERS1) Minimum eligibility criteria :

a. A Bidder must be Registered Company/NGO/ Proprietary or partnership firm. [copy of Registration under relevant act shall be enclosed ]

b. A Bidder must have at least 1 Year experience in fields of Solid Waste management IEC activities in the last (10) ten years [copy of work order/ agreement from respective Urban Local body shall be enclosed]

c. The Bidder should have minimum average annual turnover of Rs.100.00 Lakh (Rupees One Hundred Lakh only) during last 3 financial years. [Turnover and other financial documents viz. Audited Accounts shall be calculated and certified by an Independent Chartered Accountant/Firm of Chartered Accountants registered with the Institute of Chartered Accountants of India]

d. Bidder should not be blacklisted by any State/Union Government or its Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 5

agency [A notarized affidavit on a stamp paper of appropriate value to the effect that they have not been blacklisted or their business dealings with any of the Govt Ministries / Departments have not been banned]

2) Bid processing fee: The bidder shall download the tender document from JMC web site and shall submit a non-refundable bid processing fee of Rs. 12500/- (Rs five thousand only) shall be paid along with the bid submission in the form of DD drawn in favour of “Ayukt Nagar Nigam Jabalpur “.payable at Jabalpur from any nationalized bank.

3) Bid Security : The bid shall be accompanied by a bid security of Rs.1,80,000/-(Rupees One Lakh eighty thousand only) which is refundable except in the case of the Selected Bidder whose Bid Security shall be retained until (6) months from the date of completion of its performance as per terms and conditions of the contract. The Bidders provide Bid Security in the form of a demand draft or a bank guarantee in favour of “Ayukt nagar nigam Jabalpur ” from any nationalized bank payable at Jabalpur. The Bid shall be summarily rejected if it is not accompanied by the Bid Security.

4) Contract Period: Six Month From the date of the Agreement. 5) Cost of bidding: The Bidder shall be responsible for all the costs associated

with the preparation of the Proposal and their participation in the selection process. JMC will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the selection process.

6) Clarification of Bidding Document : A prospective Bidder requiring any clarification of the Bidding Document shall contact JMC in writing at JMC's address indicated in the Bid Data Sheet. JMC will respond in writing to any request for clarification, provided that such request is received not later than seven (7) days prior to the deadline for submission of Bids.

7) Amendment of Bidding Document: At any time prior to the deadline for submission of the Bids, JMC may amend the Bidding Document by issuing addenda. Any addendum issued shall be part of the Bidding Document and shall be placed in JMC web site where tender document was placed. Therefore, bidders are supposed to see the website till last day of bid submission. To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, JMC may, at its discretion, extend the deadline for the submission of the Bids.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 6

8) Language : The Bid, as well as all correspondence and documents relating to the Bid submitted by the Bidder to JMC, shall be written in English language only. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language English, in which case, for purposes of interpretation of the Bid, such translation shall govern.

9) Bid validity: Bids shall remain valid for a period of Three (3) months from the Bid Submission Due Date. In exceptional circumstances, prior to the expiration of the bid validity period, JMC may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. If validity of their Bids is extended the bid security shall also be extended for a corresponding period. Bidder may refuse the request without forfeiting its Bid security. In case of Bidder accepting the request it shall not be required or permitted to modify its Bid.

10) Documents comprising Bids: The Bidder shall submit the Technical Bid and the Financial Bid using the appropriate Bidding Forms along with required documents to prove their eligibility. These forms must be completed without any alterations to their format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested. The Bidder shall submit, as part of the Price Proposal using the prescribed form.

a. Technical Bid: The Technical Bid shall contain the followingi. Bid processing feeii. Earnest Money Depositiii. Technical bid forms at Appendix iv. Copy of Registration as company/firm/NGO ,as the case may

be , under relevant Actv. Work orders/ agreements for the past experience

vi. Turnover and other financial documents viz. Audited Accounts shall be calculated and certified by an Independent Chartered Accountant/Firm of Chartered Accountants registered with the Institute of Chartered Accountants of India

vii. Latest IT clearance certificate not older than 2016-17viii. This tender document duly signed &stamped on each page as a

confirmation of acceptance of the terms & conditions of the tender.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 7

ix. Copy of Pan card x. Copy of GST registrationxi. Financial Bid: The Financial Bid shall be the price quoted by the

bidder in the Financial bid form at Appendix. The price quoted should be including all duties and levies, all taxes as applicable on proposed work.

xii. Bid submission procedure : The bidder shall prepare and submit their proposals in original as per the procedure detailed below:

a. Technical proposal: The original copy of the Bid security and processing fee as mentioned at point 2&3 of this section shall be submitted in a sealed envelope mentioning: Envelope- A1 BID SECURITY & Bid Processing fee. The original Technical Bid shall be sealed separately in the envelope mentioning: Envelope – A2 Technical proposal. Both Envelope A1 &A2 are considered and shall submitted in a sealed Envelope - A as “ TECHNICAL BID”

b. Financial proposal: The original Financial Bid shall be sealed separately in the envelope mentioning: Envelope – B as “FINANCIAL BID”

c. Both envelops viz. “A” and “B” shall then be sealed in one outer envelope for submission of the Bid. The envelop shall be sealed and duly indicating “Selection of agency for conducting solid waste management IEC activities in all wards of Jabalpur city to make ‘a garbage free city’ in JMC” at top and name and address of the bidder at bottom. Bids shall be submitted to the following address.

d. It is the responsibility of the Bidders that their bids shall reach to the above address not later than the time and date stipulated. JMC will assume no responsibility for the misplacement or premature opening of the Proposal.

11) Dead line for submission of bids: Bids must be received not later than the date and time indicated in Invitation Notice for RFP of this document. JMC may, at its discretion, extend the deadline for the submission of Bids by

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 8

amending the Bidding Document as addenda, in which case all rights and obligations of JMC and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

12)Bid Opening: JMC shall conduct the opening of Technical bids on the date and time indicated in Invitation Notice for RFP of this document. The Financial Bids will remain unopened and will be held in custody of JMC until the time of opening of the Financial Bids. JMC shall conduct the opening of Financial Bids of all Bidders who qualified in Technical evaluation. JMC shall prepare a record of the opening of Financial Bids that shall include, as a minimum: the name of the Bidder, the Bid Price.

13) Clarification from bidders : To assist in the evaluation of Proposal submitted by bidders, JMC may, at its discretion, ask any bidder for clarification of its Proposal. The request for clarification and the response shall be in writing within the requested time. All the bidders fulfilling the eligibility criterion may be given an opportunity to make a presentation of their proposal before an evaluation committee.

14) Forfeiting of the Bid security: The Bid security of the unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder enters in to an agreement with JMC. The Bid security of the successful Bidder shall be returned as promptly as possible after completion of the work successfully. But, Bid security of a bidder may be forfeited

(a) If a Bidder withdraws Bid during the period of bid validity(b) If the successful Bidder fails to:(i) Sign the Contract(ii)Furnish a Performance Security

15) Confidentiality Information relating to the examination, evaluation, comparison, and post qualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders. Any attempt by a Bidder to influence JMC in the examination, evaluation, comparison, and post qualification of the Bids or Contract award decisions may result in the rejection of its Bid.

16) Responsiveness of Technical Proposal: JMC's determination of the responsiveness of a Technical Proposal is to be based on the contents of

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 9

the Technical Proposal itself. a. A substantially responsive Technical Proposal is one that conforms to all the

terms, conditions, and specifications of the Bidding Document without material deviation, reservation, or omission. A material deviation, reservation, or omission is one that:

i. Affects in any substantial way the scope, quality, or performance of the Services and Related Services specified in the Contract; or

ii. Limits in any substantial way, inconsistent with the Bidding Document, JMC's rights or the Bidder's obligations under the Contract; or

iii. If rectified would unfairly affect the competitive position of other Bidders presenting substantially responsive Technical Proposals.

b. If a Technical Proposal is not substantially responsive to the Bidding Document, it shall be rejected by JMC and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.

17) Power of Attorney : The Bidder should submit a Power of Attorney as per the format at Appendix, authorizing the signatory of the Bid to commit the Bidder.

18) Nonconformities, Errors, and Omissionsa. Provided that a Technical Proposal is substantially responsive, JMC may

request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial, nonconformities or omissions in the Technical Proposal related to documentation requirements. Such omission shall not be related to any aspect of the Price Proposal of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.

b. Provided that the Technical Proposal is substantially responsive, JMC will correct arithmetical errors during evaluation of Price Proposals on the following basis, if so:

i. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 10

ii. Price and quantity, the unit price shall prevail and the total price shall be corrected.

iii. If there is an error in a total corresponding to the addition or subtraction of subtotals, the individual item rate shall prevail and the total shall be corrected.

c. If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid security maybe forfeited.

19) Right to Accept Any Bid, and to reject any or All Bids : JMC reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to Contract award, without thereby incurring any liability to the Bidders.

20) Award Criteria : JMC shall award the Contract to the Bidder whose offer has been determined to be Lowest.

21) Right to Vary Quantities at Time of AwardAt the time the Contract is awarded, JMC reserves the right to increase or decrease the quantity of Services and Related Services originally specified in Bid document, provided this does notexceedthepercentagesindicatedintheBidDataSheet,andwithoutanychange in the unit prices or other terms and conditions of the Bid and the Bidding Document.22) Letter of Intent (LoI) : Prior to the expiration of the period of bid

validity, JMC shall issue a Letter of Intent notifying the successful bidder that its Bid has been accepted. Until a formal Contract is prepared and executed, the LoI shall constitute a binding Contract and the successful bidder shall sign and return the LoI with in (3) days of date of LoI.

23) Signing of Contract : Promptly after receiving the LoI, the successful bidder shall attend execute the Agreement with JMC within fifteen (7) days of acceptance of LoI. Failure of the successful Bidder to sign the Contract within 7 days shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. In that event JMC may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by JMC to be qualified to perform the Contract satisfactorily.

24) Payment: Payments by the JMC will be made on monthly basis and in accordance with the terms and conditions of the agreement between the

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 11

agency and the JMC, and will be subjected in all respects to the terms and conditions of the Agreement. All payments shall be subject to deduction of taxes at source as per Applicable Laws. No party other than the agency shall derive any rights from the Agreement.

25) Performance Security: From every month billing Performance Security equal to 5% of the total bill amount shall be deducted and shall be released along with the final bill after completion of all the contractual obligations by the agency as per the terms and conditions of the agreement. This performance security shall not be released in case the bidder not achieved the deliverable as per the contract conditions.

31 Examination of Terms and Conditions; Technical Evaluation31.1 JMC shall examine the Bids to confirm that all terms and conditions specified in Bid Document have been accepted by the Bidder without any material deviation or reservation.31.2 JMC shall evaluate the technical aspects of the Bid submitted in

accordance to confirm that all requirements specified in Schedule of Supply of the Bidding Document have been met without any material deviation or reservation.

31.3 If, after the examination of the terms and conditions and the technical evaluation, JMC determines that the Technical Proposal is not substantially responsive it shall reject the Bid.

Section III - Tender Evaluation Criteria This Section complements the Instructions to Bidders. The JMC tender evaluation committee will evaluate the bids and determine whether a Bidder has the required qualifications.

1) Pre-qualification: The committee shall examine the Technical Proposal to confirm that all documents and technical documentation requested have been provided, and to determine the completeness of each document submitted. JMC shall confirm that the bidder shall meet the minimum qualification criteria mentioned at point 1 of Section I of this document.

2) Only bids of those bidders which clear the pre-qualification criteria will

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 12

be evaluated on technical evaluation criteria. 3) Technical Evaluation : The technical bids will be evaluated following QCBS

criteria as per formula decided by JMC. The non-compliance of the following acceptable technical criteria shall make the bid as non-substantive. These criteria will be evaluated on a pass-fail basis.

S Criteria Maximum 1 Similar nature of work:

The bidder should have experience of completing at least one work of similar nature in any Urban Local Body having population of 2 Million or more.

25 Marks

2 Profiles of key team members:1) Team Lead (15 Marks)a. Minimum education qualification – A n y Graduate

with Master d e g r e e in / social work/ urban planning/ solid waste management/ environment engineering

b. Minimum experience – 5 years in Community/ Solid Waste Management Project

2) Supervisor (10 Marks)a. Minimum education qualification – Graduate in any

Disciplineb. Minimum experience – 2 years in Community/ Solid

Waste Management Project

25 Marks

3. Approach and Methodology:Demonstration of Approach and Methodology (will be evaluated through a presentation made by the applicant before a committee of JMC), the following parameters will be evaluated:a) Approach and Methodology, focusing on managing

the scale of the project (10 Marks)b) Proposed Monthly Activity’s impact, their process and

expected output from the activity (5marks)c) Training and monitoring plan for the staff (5 Marks)d) Other innovations proposed (5 Marks)

25 Marks

4 Financial Capability: Having average annual Turnover during the last 3years Rs. 100 Lakh to Rs.200 Lakh (15) & More than Rs.200 Lakh (25)

25 Marks

4) Only those bidders who obtain minimum 70 % in technical evaluation criteria will be considered for further bidding process.

5) Financial evaluation:

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 13

a)The Bidder with lowest qualifying financial bid ( L1) will be awarded 100 score.

b)Financial Scores for other than L1 Bidders will be evaluated using the following formula: Financial Score of a Bidder (Fn) = {(Commercial Bid of L1/Commercial Bid of the Bidder) X 100} (Figures will be adjusted to two decimal places)

6) Selection criteria: For award of work technical marks will be given 80% weightage and Financial Bid have weightage of 20%. The following procedure will be followed for selection criteria.a)The technical and financial scores secured by each bidder will be added

using weightage of 80% and 20% respectively to compute a Composite Bid Score.

b)The bidder securing the highest Composite Bid Score will be adjudicated as the most responsive Bidder for award of the Project.

c) The overall score will be calculated as Bn = 0.80 * Tn + 0.20* Fn Where Bn = overall score of bidder Tn = Technical score of the bidder (out of maximum of 100 marks) Fn = Total Commercial score of the bidder

d) Scores will be calculated upto two decimal places only. In the event the bid composite bid scores are ‘tied’, the bidder securing the higher technical score will be adjudicated as the Best Value Bidder for award of the Project.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 14

Section IV- Scope of Work1) The Scope of work broadly includes the following:

• Ensure effective implementation of segregation at source, door to door waste segregation, collection and transport system adopted by the JMC with aim to make garbage free city.

• Ensure implementation of all solid waste management protocols at household and ward level and work towards knowledge enhancement of the community on solid waste management.

• Promote best practices of waste management among the citizens and create awareness about Swachh Bharat Mission-Urban.

• Work towards making a garbage free city and support the activities which are planned to achieve the goal of Garbage Free city.

• Organize monthly thematic activities on Swachh Bharat Mission -Urban• Establish an effective grievance redressal and citizen feedback

system regarding services on sanitation.• Execute Awareness and information campaigns, organize Swachh

Bharath Mission thematic drives, meetings etc as instructed by JMC officials and Consultant.

• Establish an effective internal monitoring and supervision and feedback sharing system to identify gaps/needs for corrective actions and planning.

• Comprehensive documentations and reporting of all the activities & programs.

2) Proposed Activities:

S.No. Component Unit Activity Sub Activity Number

of ADoor to Door HH Household/ Household Visit to sensitize

householdCollection, Residential members on SWM, Ensure D2Dsegregation and

Premises in the collection and Segregation at HH level

All HH of1 t

ransportationCircle are covered

promote best practices of SWM and

Wardof solid waste by door to door collect necessary

data/informationcollection of solid

required for project.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 15

waste Monitor the waste segregation,collection and transport activity ineach ward, ensure proper operations

All Wardof the same and share the gaps withJMC on daily basis.Orientation and capacity building ofthe all concerned teams which areindulged in waste collection andtransport activity, SWM and SBMNuukad Natak for awareness

All Wards

generation in each ward on SWM andSBM

Prabhat pheri/Rally/ for awarenessCommercial To visit in each commercial area/

AllAreas/ Markets/ Institution/ Shops to

createShops/

Markets/

awareness on SWM, promote best

Commerci /shops in the practices of SWM and collect Unit

city are covered

necessary data/information required

of Allby door to door for project. WardsCollection ofwaste

Monitor the waste segregation, collection and each commercial transport activity in area/Markets/Institution/Shops. Ensure proper operations of the same and share the gaps on daily basis with JMC.

Survey of shops/mall/market on

Swachh Behaviors of consumers andemployees.Identification, listing out and datamanagement of street vendors andtheir orientation on SWM and provide handholding support to them.Rally in commercial areas

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 16

Need assessment and gap analysis of vegetable and meet markets and plan Awareness activity according to the

With BULK waste

Identification, listing out and mapping of Bulk waste generation sites.Supervise the waste segregation, collection and transport activity in each identified site, ensure proper operations of the same and

2

Sweeping of public, commercial &

Supervise the activities and ensure quality of service, identify the major gaps and share with the JMC for better implementation.

3

Availability of Litter Bins

Provide help in making plan for placing litter bins in the city, do the mapping and Promote use Supervise that – no Littering or Spillover of waste and share the feedback with JMC.

4Bulk Waste G

Waste m

anagement

Facilitate onsite processing of wet waste generated.

5 Construction and Demolition Waste Management

Ward

Create awareness among citizens on disposal and reutilization of Construction One to one communication with Builders/contractor/House Information to JMC on improper disposal of C&D Waste in the cityIdentification and listing out of C&D waste site in the cityIncreasing use of Swachhta App for C&D Waste management

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 17

6

User Fees for waste collection & Transportation and enforcement of ban on thin plastic

To aware community on user fees & fine system and to stop use of plastic

Inform the community about user fees and motivate the community to pay the user fees.Awareness Activities on stopping use of non-biodegradable plastic bags.

7

Citizen Grievance Redressed and Feedback System

Awareness generation on Grievance Redressed System

Inform the community about Grievance Redressed and Feedback System of the JMC regarding SBM Promote Swachhta app downloading in all HH level or equivalent grievance redressal platform and do the Do the review of citizen feedback and provide it to the JMC for further action in a structured manner.

8

Awareness regarding Cleaning of water

Awareness generation among nearby resident/commercial unit for cleanliness.

9Waste reductio

Awareness generation among community on 3R

Visible beautification in the

Identify and mapping of the area/sites where beautification can be done and facilitate the beautification work. To Identification

of rag Ensure participation

Identification , listing of rag pickers and their deployment on appropriate work

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 18

11

pickers of Rag Pickers in SBM

Provide identity card and reorganization to rag pickers

12

Make litter free city

Identification and listing out of the GVP sites in the cityCommunity sensitization activities at GVP sites

13

Special Thematic cleanliness drive in every month

Engaging communities and key stakeholders in the cleanup of the city

1.Planning and Implementation of all Thematic drive, theme details will be provided in details by JMCReporting and documentation of Thematic Drive

14

Documentation

Process documentation of the activitiesMonthly Progress Reports cum action taken reportsDocumentation of Best practices, case study and stories.Prepare Documents required for star rating processPhoto documentation of the activitiesProvide contents for Social Media

15

Innovation Plan innovations and implement the ideas to bring positive changes among the communities

3)Employees :The bidder shall be responsible for the overall planning and organizing of the project with duration of 12 months and shall deploy the following minimum employees.1. Project In-charge - 1

no.Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 19

2. Project Supervisor - 15 nos.

3.Documentation and other support staff - 04 nos.4.D2D Coordinator with min one per each Ward - 79 nos.

4) JMC will provide : • Provide necessary movable assets – garbage collection rickshaws/

Vans/ small vehicles to carry out primary (door step) collection of waste in the allotted wards

• Provide identity cards, uniforms, and covered waste carts to all engaged waste pickers of JMC.

• Arrange for daily secondary collection of waste from the wards/transfer points/transfer station to the dumping ground

• Provide support in advocating for household segregation of waste• Provide necessary awareness material like pamphlets, Hoardings,

flakes etc.5)Training

The agency shall provide training to employees of JMC for efficient SWM i.e. Door to Door collection of waste and 100% cleaning of entire ward area. Segregation of Waste at Source.

The agency will promote the household in the area to segregate the waste at source into biodegradable (wet) waste and non-biodegradable (dry) waste. The non-biodegradable (dry) waste will thereafter be segregated into recyclables, non-recyclables, and domestic hazardous waste.

6)Primary CollectionDoor-to-door collection of waste will take place on a daily basis using either covered handcarts or tricycles or motorized vehicles. The agency will assist in Planning of route plan of the vehicles as per requirement so that Door-to-door collection of waste is done efficiently in the wards.

7)Awareness and Information CampaignsAn important step to motivate and engage the public is via continuous public awareness campaigns based on a public IEC strategy. Activities include promotion of the slogans, Awareness campaigns include advertisement on publicity boards, on local radio channels and in local newspapers, as well as

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 20

workshops, exhibitions, lectures, and street plays. The agency will plan and design the IEC activity in consultation.

SECTION V. FRAUD AND CORRUPT PRACTICES4.1 The Bidders and their respective officers, employees, agents and advisers

shall observe the highest standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during the subsistence of the Concession Agreement. Notwithstanding anything to the contrary contained herein, or in the LOA or the Concession Agreement, the Authority may reject a Bid, withdraw the LOA, or terminate the Concession Agreement, as the case may be, without being liable in any manner whatsoever to the Bidder or Concessionaire, as the case may be, if it determines that the Bidder or Concessionaire, as the case may be, has, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In such an event, the Authority shall be entitled to forfeit and appropriate the Bid Security or Performance Security, as the case may be, as Damages, without prejudice to any other right or remedy that may be available to the Authority under the Bidding Documents and/ or the Concession Agreement, or otherwise.

4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights and remedies which the Authority may have under the LOA or the Concession Agreement, or otherwise if a Bidder or Concessionaire, as the case may be, is found by the Authority 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 Concession Agreement, such Bidder or Concessionaire shall not be eligible to participate in any tender or RFP issued by the Authority during a period of 2 (two) years from the date such Bidder or Concessionaire, as the case may be, is found by the Authority 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.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 21

4.3 For the purposes of this Clause 4, the following terms shall have the meaning hereinafter respectively assigned to them:(a) “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 the Authority 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 Concession 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 the Authority, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or (ii) save and except as permitted under the Clause 2.1.15 of this RFP, engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the LOA or after the execution of the Concession Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Concession Agreement, who at any time has been or is a legal, financial or technical adviser of the Authority in relation to any matter concerning the Project;

(b) “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;

(c) “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;

(d) “undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and

(e) “restrictive practice” means forming a cartel or arriving at any

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 22

understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

Draft RFP for selection of agency to make Jabalpur as “Garbage free city” Page 23

Section VI. General Conditions of Contract1) Contract Documents

Subject to the order of precedence set forth in the Agreement, all documents forming the Contract (and all parts thereof) are intended to be correlative, complementary, and mutually explanatory.

2) Corrupt PracticesThe JMC's Anticorruption Policy requires that bidders, agencies, and contractors under JMC contacts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of the policy, the JMC:

(a) Defines, for the purposes of this provision, the terms set forth below as follows: "Corrupt practice,” means the offering, giving receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any party in the procurement process or the execution of a contract;"Fraudulent practice' means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;Collusive practices" means a scheme or arrangement between two or more bidders, with or without the knowledge of the Borrowers, designed to influence the action of any party in a procurement process or the execution of a contract;"Coercive practices" means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract.

(b) Will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

(c) Will sanction a party or its successor, including declaring ineligible, either indefinitely or for stated period of time to participate in JMC

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 24

tender activities if it at any time determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, an JMC contract.

3) LanguageThe Contract as well as all correspondence and documents relating to

the Contract exchanged by the Agency and JMC, shall be written in English or Hindi language. Supporting documents and printed literature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in English or Hindi language, in which case, for purposes of interpretation of the Contract, this translation shall govern.

4) NoticesAny Notice given by one party to the other pursuant to the Contract shall be in writing. The term "in writing" means communicated in written form with proof of receipt. A Notice shall be effective when delivered or on the Notice's effective date, whichever is later.

5) JurisdictionFor all legal matters Jurisdiction shall be Jabalpur only.

6) Contract Price

Prices charged by the agency for services and the Related Services performed under the Contract shall not vary from the prices quoted by the agency in its bid.

7) Terms of PaymentThe Agency's request for payment shall be made to JMC in writing, accompanied by invoices describing, as appropriate, the services delivered and Related Services performed upon fulfillment of all the obligations stipulated in the Contract.a) Payments shall be made, on performance evaluated based upon the

following criteria.. i. Criteria 1 : percentage of segregation at source including existing achievement

(weightage 50%) and will be assessed based on the report issued by the concerned Officer .

ii. Criteria 2 : percentage of collection and transportation of waste including

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 25

existing achievement (weightage 30%) and will be assessed based on the report issued by the concerned Officer.

iii. Criteria 3 : Percentage improvement in reduction of grievances on collection and transportation of garbage over the last one year grievances (weightage 20%) and will be assessed based on the report issued by the concerned Officer.

b) Payments shall be made on monthly basis as follows based on the average percentage of achievement of the deliverables and subject to fulfillment of all contractual obligations.

c) All the intermittent payments shall be made payments duly deducting the statutory taxes and withholding the performance security amount. JMC shall pay the monthly payments not later than sixty (30) days after submission of an invoice or request for payment by the agency and as per the evaluation of JMC on the performance achieved.

8) Taxes and DutiesFor services supplied, the Agency shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted services to JMC.

9) Performance SecurityPerformance Security equal to five (5) percent of the contract value shall be deducted from monthly bills.

10) Confidential InformationJMC and the Agency shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract.

11) SubcontractingThe Agency are not allowed to subcontract the work assigned to them.

12) InsuranceThe agency shall insure all his employees. JMC shall not bear the cost of insurance of the agency manpower nor be the party of any claims.

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 26

13) Limitation of Liability Except in cases of gross negligence or willful misconduct:

(a) Neither party shall be liable to the other party for any in director consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Agency to pay liquidated damages to JMC.

14) Force MajeureThe Agency shall not be liable for forfeiture of its Performance Security, liquidated damages, or termination for default if and to the extent that it's delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

15) Termination Termination for Default :

(a)JMC, without prejudice to any other remedy for breach of Contract, by Notice of de fault sent to the Agency, may terminate the Contract in whole or in part:(i) If the Agency fails to deliver any or all of the Services within the period

specified in the Contract, or within any extension thereof granted by JMC.

(ii) If the Agency fails to perform any other obligation under the Contract.(b) In the event JMC terminates the Contract in whole or in part, JMC may

procure, upon such terms and in such manner as it deems appropriate, Services or Related Services similar to those undelivered or not performed, and the Agency shall be liable to JMC for any additional costs for such similar Services or Related Services.

(c) If the Agency, in the judgment of JMC has engaged in corrupt or fraudulent practices, in competing for or in executing the Contract.

16) Termination for ConvenienceJMC, by Notice sent to the Agency, may terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination shall specify that termination be for JMC's convenience, the extent to which performance of the Agency under the Contract is terminated, and the date upon which such termination becomes effective.

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 27

Appendix-1

Covering Letter

(THIS FORM OF TENDER MUST BE COMPLETED AND RETURNED BY ALL TENDERERS)

To, The Commissioner,Jabalpur Municipal Corporation.

Dear Sir or MadamWe, the undersigned, offer for Selection of Agency for conducting Solid Waste

Management IEC Activities to make Jabalpur City “A Garbage Free City” in all wards of Jabalpur Municipal Corporation.

In accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this qualification documents Proposal and a Financial Proposal submitted online.

We hereby declare that we have examined the RfP documentation and offer to provide the supplies in accordance with the RfP.

We undertake to deliver the services in accordance with the terms & conditions of and specifications of the RfP.

We acknowledge that all costs and expenses incurred by us in producing and submitting this offer will be borne by us in full.

We undertake to treat the details of this offer as private and confidential. We acknowledge that no part of these documents may be transmitted by us to a third party

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 28

We hereby declare that all the information and statements made in this Proposal are true and accept that any misleading information contained in it may lead to our disqualification.

We acknowledge that you are not obliged to accept the lowest or any offer and that this contract award procedure may be cancelled by you.Yours faithfully,Authorised Signature [In full and initials]:

Name and Title of Signatory:Name of Firm Address:

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 29

APPENDIX–IIPower of Attorney for signing of Bid

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 bid for the ……………………………… Project proposed or being developed by the ………………………………… (the “JMC”) including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders' and other conferences and providing information / responses to the Authority, representing us in all matters before the Authority, signing and execution of all contracts and undertakings consequent to acceptance of our bid, and generally dealing with the JMC 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 Agreement with the JMC.

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)Office seal

Witnesses:

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 30

Appendix IIIParticulars of the Applicant

1. (a) Name:(b) Country of incorporation:(c) Address of the corporate headquarters and its branch office(s), if any, in

India:(d) Date of incorporation and/ or commencement of business:

2. Brief description of the Company including details of its main lines of business and proposed role and responsibilities in this Project:

3. Particulars of individual(s) who will serve as the point of contact/ communication for the Applicant:(a) Name:(b) Designation:(c) Company:(d) Address:(e) Telephone Number:(f) E-Mail Address:

4. Particulars of the Authorised Signatory of the Applicant:(a) Name:(b) Designation:(c) Address:(d) Phone Number:

For……………………………..

(Signature, name, designation and address )Office seal

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 31

Appendix -IVDetails of the technical personnel

a) CVs of proposed team leader and supervisor shall be enclosed b) Details of manpower deployed for the projects for IEC activities to be

enclosed.

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 32

APPENDIX VDetails of previous experience

a) Details of previous experience in the IEC activities of SWM as proof of having 1 Year experience (give details of each project executed in the last 1 Years )

Item Particulars of the ProjectTitle & nature of the projectName of ULB/department/organization for which service providedProject costDate of commencement of project/ Date of completion/ status

b) Details of previous experience in the IEC activities of SWM as having experience in ULB having population more than 20 Lakh (give details of each project executed in the last 1 years)

Item Particulars of the ProjectTitle & nature of the projectName of ULB/department/organization for which service providedWork order/agreement no &dateProject costDate of commencement of project/ Date of completion/ status

For……………………………..

(Signature, name, designation and address )Office seal

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 33

Appendix VI

Financial Proposal Submission Form FormatName of work: “Selection of agency for conducting solid waste management IEC activities in all wards of Jabalpur City to make “A Garbage Free City” in all wards of Jabalpur city

S.No Nomenclature (Monthly Lumpsum Amount)In Rupees

Figure

(Monthly Lumpsum Amount)

In Rupees in Words

1 2 3 4Selection of Agency for conducting Solid Waste Management IEC Activities to make Jabalpur Circle “A Garbage Free City” in all wards of Jabalpur City

Note :1. Lumsum amount quoted the bidder shall be inclusive of all taxes applicable for the

project2. The contract will be arrived by multiplying the Lumsum amount quoted the

successful bidder by the no of contract months.

For……………………………..

(Signature, name, designation and address)Office seal

Draft RFP for selection of agency to make Jabalpur as “Garbage free circle” Page 34