+ All Categories
Home > Documents > MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Date post: 16-Oct-2021
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
28
MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010. A pre-bid meeting of the prospective consultants for Empanelment of Technical Consultancy firms for preparation of DPRS and Technical Support for Solid Waste Management / Water Supply and Sanitation / City Development Plans (CDPS) / DPRs and Technical Support for Urban Transportation Studies – Roads, Road-side drains, Bridges, Skywalk and Flyover Projects , at State Level was held on the 14 th May 2010. The questions raised / suggestions made during the meeting and the responses thereto are as under: Sl. No Suggestion/ Query Response 1 All consultants empanelled under JNNURM, should be considered as eligible for empanelment for all the sectors The JNNURM Directorate, GOI, has specifically empanelled consultants only for CDP preparation, by issuing GR. As far as other sectors are concerned, Consultants empanelled for DPR, generally will not be considered. Empanelment done by other States will not be considered. 2 Is it compulsory to have JNNURM and / or UIDSSMT experience? Why other experience, including that of public and private sector and international level is not considered? Other experience would be considered and suitable modifications would be done at the concerned places in RFQs. But the other experience should be in line with JNNURM (in format similar to JNNURM) and the applicant firm has to certify the same, which may be checked at an appropriate time. 3 After the empanelment, whether the ULBs will again technically evaluate the consultants? No. But they would always check the eligibility or the experience of firm to do the specific scope of work required to be carried out at that time. 4 What proof should be produced for the work done? Whether certificate is necessary? (It is difficult to get the Certificate). Whether Work order and proof of final payment will be sufficient? Work order along with proof of final payment would be considered as the proof of work experience. As far as sanction is concerned, if final proof of sanction cannot be produced, the recommendation of the appraisal agency for sanction could be produced. 5 Any work done by the consultants, other than Govt. (private) will this be considered as experience? Response is the same as query no. 2 above. 6 Whether sub-contracts are allowed? No. 7 In case of sub-contractors, the personnel and some of the experts, will not be in the pay roll of the principal company. In such case what is the status of eligibility? No sub-contracting is allowed.
Transcript
Page 1: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010. A pre-bid meeting of the prospective consultants for Empanelment of Technical Consultancy firms for preparation of DPRS and Technical Support for Solid Waste Management / Water Supply and Sanitation / City Development Plans (CDPS) / DPRs and Technical Support for Urban Transportation Studies – Roads, Road-side drains, Bridges, Skywalk and Flyover Projects , at State Level was held on the 14th May 2010. The questions raised / suggestions made during the meeting and the responses thereto are as under: Sl. No

Suggestion/ Query Response

1 All consultants empanelled under JNNURM, should be considered as eligible for empanelment for all the sectors

The JNNURM Directorate, GOI, has specifically empanelled consultants only for CDP preparation, by issuing GR. As far as other sectors are concerned, Consultants empanelled for DPR, generally will not be considered. Empanelment done by other States will not be considered.

2 Is it compulsory to have JNNURM and / or UIDSSMT experience? Why other experience, including that of public and private sector and international level is not considered?

Other experience would be considered and suitable modifications would be done at the concerned places in RFQs. But the other experience should be in line with JNNURM (in format similar to JNNURM) and the applicant firm has to certify the same, which may be checked at an appropriate time.

3 After the empanelment, whether the ULBs will again technically evaluate the consultants?

No. But they would always check the eligibility or the experience of firm to do the specific scope of work required to be carried out at that time.

4 What proof should be produced for the work done? Whether certificate is necessary? (It is difficult to get the Certificate). Whether Work order and proof of final payment will be sufficient?

Work order along with proof of final payment would be considered as the proof of work experience. As far as sanction is concerned, if final proof of sanction cannot be produced, the recommendation of the appraisal agency for sanction could be produced.

5 Any work done by the consultants, other than Govt. (private) will this be considered as experience?

Response is the same as query no. 2 above.

6 Whether sub-contracts are allowed? No. 7 In case of sub-contractors, the

personnel and some of the experts, will not be in the pay roll of the principal company. In such case what is the status of eligibility?

No sub-contracting is allowed.

Page 2: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

8 In case the work is carried out at international and / or national level, then how the capability will be evaluated ?

Evaluation system remains the same and weightage would be assigned to the similar experiences

9 How to evaluate the technical ability of the consultants in the case of consortiums?

Consortiums are allowed only in case of CDP Consultant and, in this case, the joint capabilities would be considered.

10 Why only technical experts are necessary and why not Financial and Legal experts?

That is dealt with separately and, for this, GoM has already done separate empanelment.

11 Where is storm water drainage included ? Under Roads or water supply and sanitation ?

Road side drainage will be included with the Roads. However, Storm water drainage would be combined with water supply and sanitation.

12 Threshold requirements for annual turnover may be reduced from Rs. 6 Cr. to Rs. 2 Cr. Since most target ULBs are smaller and there is a tendency for large Consultants to sub-contract work.

For DPRs two separate panel of consultants will be prepared on the basis of the cost of the project, and accordingly all the requirements have been modified in the revised RFQs. However, for CDP only one panel will be prepared suitable modifications are carried out in the RFQ.

13 If the threshold requirements are reduced, the subsequent evaluation criteria should also be proportionately reduced.

For DPRs two separate panel of consultants will be prepared on the basis of the cost of the project, and accordingly all the requirements have been modified in the revised RFQs. However, for CDP only one panel will be prepared suitable modifications are carried out in the RFQ.

14 What is expected in the Executive summary? Is it necessary to make a presentation?

No presentation is required. This column is only for the applicants’ comments on the RFQ. 5% weightage for understanding of RFQ and preparation of Proposal would be given.

15 Once the empanelment is complete, how the ULBs will avail of the services? Whether any guidelines are issued or will be issued to the ULBs in this regard?

The approved list of empanelled consultants will be made available to the ULBs along with guidelines for their engagement. ULBs would just send the scope of work and after the eligibility check , only the financial bids would be evaluated. The ULBs will be responsible for their engagement and payment for the services.

16 The ULBs will be collecting quotes from how many consultants for each project?

Though this query is not directly related to the process of empanelment, this point would be dealt with at the time of formulating the guidelines on how to use the empanelled consultants, but at least a minimum number for obtaining offers would definitely be specified. The applicants are also advised to indicate addresses of all their offices in the proposal.

17 Whether this empanelment will cover the CDPs/ projects under Nagarotthan Mahaabhiyan also?

Yes

Page 3: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

18 Whether it is mandatory for the ULBs to invite quotes only from the empanelled consultants, or they can also invite quotes by issuing public advertisements?

It is not mandatory to invite quotes from only the empanelled consultants. In case they don’t use this panel they would have to procure the consultancy by following open tender system.

19 Is there a cap on how many assignments of preparation of CDPs / projects can be taken up by a consultant ?

This point would be considered at the time of formulation of guidelines for use of empanelled consultants.

20 Whether empanelled consultants are eligible to get the work awarded without competition?

No. Financial bid would be called at the time of award of work by concerned ULB

21 Whether the applications should be submitted only in the formats prescribed? If so, application format should be uploaded.

Yes. All the formats for making an application including certificate for no-conflict would be uploaded on the MUIDCL site viz www.muidcl.com

22 What is meant by ”Turnover”? Is it the cost of the projects done by the consultant in a given time or the income earned by the consultant from the project? Can the turnover of Associate Firm considered ?

This is self explanatory. Its Applicant firm’s turnover.

23 How to submit the application? (By hand delivery, by post, by courier etc.)

It should be by Postal or by courier service.

24 Who will give the no-conflict certificate format and what is the format?

It would be provided along with other formats on the MUIDCL website.

25 Whether these empanelled consultants are eligible to quote for all ULBs or will it be further divided into different classes of ULBs, i.e. Class-A, B, C etc. and, if so, what are the norms for such division?

For DPRs two separate panel of consultants will be prepared on the basis of the cost of the project, and accordingly all the requirements have been modified in the revised RFQs. However, for CDP only one panel will be prepared suitable modifications are carried out in the RFQ.

26 CDP has no legal binding. Can we introduce some law for implementation of the CDP in a time bound manner ?

This query is not directly related to the process of empanelment. But the suggestion would be forwarded to the appropriate authority in the Government of Maharashtra.

Page 4: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

27 In the case of UIDSSMT, CDP is not compulsory, particularly in Maharashtra. As a result, it is difficult to have the experience of sanctioned CDP under UIDSSMT and cities covered under the JNNURM are few. Therefore, the requirement of approval of CDP prepared by the Consultant should be deleted. Alternatively the threshold criteria be reduced from 2 sanctioned CDPs to 1 CDP

Experience of preparing CDP in the JNNURM format is important.

28 In the Key personnel, why the Economist should have a degree in economics ? Instead MBA in Finance should be sufficient.

The urban development issues related to economics are different from financial issues as are required to be dealt in CDP. The condition would not be diluted.

29 Social Development discipline needs explanation.

It is Humanities.

30 If a CDP is developed by the consultant under JNNURM, is it necessary to get any Certification from Government about its approval, which is very difficult.

The consultant should provide the proof about recommendation of the CDP for approval by the appraisal agency of the Government of India.

31 Cost of consultancy services will be borne by the ULBs or will it come from the Government?

ULB.

32 Who will appraise the CDPs? Is it by the ULBs or by any other body / Committee?

Directorate of Municipal Administration, being the SLNA for Nagarotthan Mahaabhiyan may appraise the CDPs

33 The weightage given for the local language should be reduced.

It is required as it would be very difficult to work with the local offices without the knowledge of local language.

34 Would empanelment with MMRDA, MSRDC, PWD or Government fulfill the criteria of empanelment under JNNURM, / UIDSSMT?

No

35 Some weightage should be given for the work done under Gramin Sadak Yojana.

This cannot be considered.

36 As there are lot many queries and the response might take some time to be sent, it would be appropriate to extend the last date of submission.

The last date is extended till 25.06.2010.

37 Under SWM RFQ, the threshold requirement for experience in disposal capacity of at least 500 MTPD is too much and it should be reduced to at least 200 MTPD.

Two separate panels of consultants will be prepared, on the basis of project size. Please refer to the revised RFQ, which is available in the website www.muidcl.com

Page 5: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

38 Consultants are expected to engage minimum one expert of National / International repute. How would this be evaluated and would this not envisage forming a consortium or hiring of external expert not on permanent roll

This condition would be dropped.

39 For Water Supply and Sanitation, the threshold requirement for project experience be reduced from project cost of Rs. 100 Cr. each to Rs. 50 Cr. each (2 projects)

Please refer the response again st query No.12.

40 The detailed qualification and experience criteria for Water Supply and Sanitation stipulates mainly water related qualifications and experience. The Sewerage part should be added.

This has been added in the revised RFQ, which is available at www.muidcl.com

41 What would be done in case of Consultants, who are empanelled by the GOI for CDP but have not prepared any CDP / DPR under JNNURM ?

Such consultants , empanelled by the GOI for CDP development should follow the instructions contained on page 4 of the RFQ for CDP, which reads as " All Consultancy firms / organizations who have been empanelled by the GOI for CDP preparation under JNNURM need not to apply and can send their consent only along with a DD of Rs.5000 in favour of "Maharashtra Urban Infrastructure Development Company Limited" payable at Mumbai."

42 Can the past experience of parent company (of which the present firm was a part) be claimed ?

Can be considered provided all the resources of the parent company are available to the firm.

43 What should be exchange rate for USD to Ans: 1 USD = INR 45/-. INR and cut off date:

Page 6: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Government of Maharashtra

Empanelment of Technical Consultancy Firms for Preparing DPRs and

Technical Support for Solid Waste Management Projects at the State Level

Request for Qualification

No. TC/MUINFRA/002

Urban Development Department

Government of Maharashtra April, 2010

www.muidcl.com/tc/rfq_swm.htm

Page 7: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Contents

NOTICE INVITING RFQ ......................................... ERROR! BOOKMARK NOT DEFINED. TERMS OF REFERENCE ............................................................................................................. 9

1. BACKGROUND ........................................................................................ 9 2. Services required from the Technical Consultants ................................... 10 3. Information Required from the Bidders:- .................................................... 11 4. Date and Time of Pre-Proposal Conference ............................................. 12 5. Others important information ........................................................................ 13 6. Processing Fees: ........................................................................................... 13 7. Submission of Responses ............................................................................ 13

SECTION 2 – APPLICATION FORM ...................................................................................... 14

Page 8: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Notice Inviting RFQs Urban Development Department,

Government of Maharashtra

Invitation of Request for Qualification for empanelment of Consultants to render Technical Consultancy / Advisory Services

for preparation of City Development Plans and / or Development of Detailed Project Reports for the implementation of Urban Infrastructure Projects under various Sub-Sectors in the

Maharashtra State Dated: 22nd April 2010. The Urban Development Department, Govt. of Maharashtra is seeking to establish panels of pre-qualified Consultants / Advisers for (i) the development of City Development Plans and (ii) Sector – specific Technical Consultants for Urban Infrastructure Projects in various sub sectors viz. Water Supply, Sanitation and Storm Water Drainage, Integrated City Roads and road-side SWD, SWM etc.

Scope of Work: The firms would be required to provide consultancy for the development of (i) CDPs and / or (ii) DPRs in each of the sectors as specified above. UDD, Govt. of Maharashtra, invites applications from the interested consultancy firms or organizations for the above mentioned work. How to apply: The interested consultancy firms (including the ones already on the GoI panel) are requested to contact Shri Ajay Saxena, PPP Expert – Government of Maharashtra, at [email protected] or [email protected] or call at 022-66157390 or visit the Government website at www.maharashtra.gov.in for further details and the application forms. The firms may download the form(s) for any one or all the sectors as specified and submit the completed application form(s) on the lines mentioned on the website & as per directions provided in the application form. The Firms can apply for any no. of sectors as listed at the specified page on the website as per their qualification and experience in the respective sectors. But the firms need to submit separate application for each sector in one original and two copies. The Last Date of submitting the proposal is 25th June, 2010 upto 5.00 PM. Sd/- Secretary UDD ,Govt of Maharashtra

Page 9: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Terms of Reference

1. BACKGROUND

There are 222 Municipal Councils in the State of which 18 belongs to “A” category, 62 belong to “B” category and 142 belong to “C” category. The main functions of the Urban Local Bodies (ULBs) are – urban planning including town planning, regulation of land-use and construction of buildings, planning for economic and social development, roads and bridges, water supply for domestic, industrial and commercial purposes, public health, sanitation, conservancy and solid waste management, fire services, urban forestry, protection of the environment and promotion of ecological aspects, slum improvement and up-gradation, urban poverty alleviation, provision of urban amenities and facilities such as parks, gardens, playgrounds, promotion of cultural, educational and aesthetic aspects, public amenities including street lighting, parking lots, bus stops and public conveniences, regulation of slaughter houses and tanneries etc.

To perform the above functions, the ULBs prepare projects for individual activities

and submit to the Government for approval. It has been observed that the designs and cost estimates are not prepared in adequate details resulting in major variation at the time of implementation. These local bodies also lack expertise in selecting the right technical and financial consultants who can help them in preparing a bankable and implementable project.

It is, therefore, proposed to empanel pre-qualified Technical Consultants / Consultant Firms at the State level for the Solid Waste Management sector. The Urban Development Department of Government of Maharashtra vide letter No. NUR-2008/C.R.203/NaVi-33 dated March 9th, 2010 has requested Maharashtra Urban Infrastructure Development Company Ltd, (MUINFRA) to prepare a panel of Technical Consultants to help ULBs, and Government and Semi-Government agencies in preparation of CDPs and DPRs of various projects, on the lines of JNNURM and UIDSSMT schemes.

In its series of compliances, MUIDCL invites Requests for Qualification from the reputed Individual firms (no Consortium or Joint Venture is allowed to apply) for providing technically services to ULBs and other agencies in Solid Waste Management (SWM) sector.

The objectives of this exercise are as follows:-

• The Government will establish a panel of Technical Consultants / Consultant Firms who in its assessment are the most suitable for providing the above mentioned services.

• This panel will be made available to the State Urban Development Department, various government/semi-government agencies and municipal bodies. The panel will last for a term of three years, from the date of empanelment.

• The consultants on the panel will be used for technical consultancies where only a

single technical consultant firm will suffice, rather than separate technical, financial and legal advisers.

• The successful applicants will be required to provide the technical consultancies as

per the guidelines provided under JNNURM, UIDSSMT and Maharashtra Suvarna Jayanti Nagarotthaan Mahaabhiyan.

• The successful applicants will also be required to provide technical consultancy

Page 10: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

services to prepare DPRs in support of project financing including the PPP transactions.

• The services required are described in more details in Section 2.

• Specialist PPP Transaction Advisory services related to the sector concerned will be separately procured.

The State Government Agencies / Semi Government agencies and the Municipal Bodies desiring to develop and implement projects in this sector will be able to hire the services of the Technical Consultant / Consultant firm. The consultant from the panel will be appointed for specific assignments on the basis of their financial proposal, against a defined scope of work.

Individual firms, who consider that they are capable of providing high quality Technical Consultancy / advisory services, and of meeting the evaluation criteria set out in this RFQ, are encouraged to submit proposals.

No JOINT VENTURE of any kind or form will be allowed

2. Services required from the Technical Consultants

The scope of work given below is the minimum output expected from the consultant; however, the applicants may suggest more that can be done in this sector to achieve better results.

The panel of Technical Advisors will be used by State Government Departments/ Agencies, Semi-Government Agencies, and Municipal Bodies who have decided to develop and implement projects and who are seeking technical advisers to assist them in technical aspects of the project and support the implementation of the project as per the selected financing option. The panel may be used for retaining advisers prior to the decision to proceed with a transaction. The empanelment of any firm would not automatically guarantee engagement for any assignment. The Technical Consultant firms who are empanelled will be approached by the agencies separately. The services being sought from the consultant will be set out in detail in the terms of reference for the specific assignment. It is anticipated that they may include:

• The primary role of the Consultant is to provide technical consultancy in Solid

Waste Management. • Preparation of Detailed Project Report (DPR) with necessary Investigations,

Studies, Surveys, Designs, Detailed & Abstract Estimates with Analysis of Rates, Detailed Plans, etc. as per the relevant norms of Management of Soild Waste and TOR.

• The DPR may also include population (beneficiary) projections, establishment of design parameters as per relevant codes, carrying out all requisite technical investigations, engineering designs, drawings, environmental and social assessment, technical specifications, bills of quantities and costing (as per relevant Municipal Schedule of Rates where applicable and market rates).

• Preparation of a detailed initial capital investment plan along with implementation programme in phase manner.

• Suggest, evaluate and prioritise various technology options for collection (mechanized vs. manual), transfer (pre or post segregation) and treatment

Page 11: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

(composting, incineration, energy conversion etc.) based on nature/organic content of waste, quantum of treatable waste collected per day, availability of land for landfill creation and availability of funds.

• Suggest different options for domestic, industrial, biodegradable, non-biodegradable, organic, inorganic, medical, animal, chemical (hazardous and non-hazardous) and electronic wastes as mentioned in point above.

• Quality Control of the implementation works • DPR for Development of the existing Dumping yard to Engineered Land Fill site • Supervision, quality control of the works, rehabilitation work and report generation

till the successful implementation of project & completion of the operation and maintenance period.

• The initial basic report that may be prepared on block capital costs and submitted to JNNURM / ADB, JBIC, etc & other financial institution for approval.

• Collection of data on existing infrastructure, service levels, problems and bottlenecks etc., in the existing solid waste management process vis-à-vis rules made therefor.

• Assessing the requirement of infrastructure and proposing the necessary developments for improvements of the existing system

• Obtaining statutory approvals and clearances from relevant authorities for project implementation

• Assess the environment impact of locating the landfill or waste conversion unit at a certain site and assist with the “green” planning of the site/project.

• Obtaining requisite approval from SLNA for project cost estimate and finance plan • Relevant support to respective PPP Cell or Transaction Advisor for award of work

and carrying out project management consultancy • Act as independent engineer / Technical auditor • Any other activity as specified in TOR

Panel members will have contract with the respective agencies to provide the services. Panel members should be aware that agencies may have specific requirements, such as for particular levels of professional indemnity insurance, which are not included within this RFQ.

3. Information Required from the Bidders:-

Respondents to this RFQ are required to provide information to enable evaluation of their suitability to provide the services outlined in section 2. Attachment 1 sets out the information required.

3.1 Proposal Evaluation: 3.1.1 The evaluation criteria include:

• Two Separate Panels : Two separate panels will be prepared depending on the size of projects viz., Panel T-1 : For projects costing equal to Rs. 25 Cr. or more but not more than Rs.250 Cr., and Panel T-2 : For projects costing less than Rs. 25 Cr. Consultants empanelled for T-1 will automatically get empanelled in T-2. For projects costing more than Rs. 250 Cr., the concerned agencies may follow open tendering system.

• Threshold Requirements: The panel will require firms whose project

Page 12: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

experience and annual average turnover from technical advisory services equal or exceed defined levels. Responses that do not meet these threshold requirements will not be further evaluated. The Applicant Firms are requested to submit the information to meet threshold requirements in a separate Envelop and Mark clearly as “Information Regarding Threshold Requirements” on the top.

• Evaluation Criteria: Responses that do meet the threshold requirements will be evaluated against capability and experience in providing technical consultancy on various aspects of the sector. This evaluation will be conducted with respect to the firm as a whole, and with respect to the team proposed. The Applicant Firms are requested to submit the Technical Proposal in a separate Envelop and Mark clearly as “Technical Proposal” on the top.

3.1.2 Procedure A Two stage procedure will be adopted in evaluating the Proposals: i] Processing Fees of Rs 10,000.00 and the Threshold Requirement

Information in envelop no. 1 will be opened first and further evaluation would be carried out only for those who qualify.

ii] Technical evaluation will be carried out based on the data submitted in

the given format and supported by documentary evidence.

Applicants should provide summary responses at the points set out in Attachment 1, summarizing their performance against the requirements set out in the RFQ. Applicants should also provide: • Audited Accounts for the last three years; • A statement of Company Capability, summarizing, in not more than 10 pages,

the company’s capability and experience, and • Curriculum Vitae of not more than 3 pages for each member of the team

nominated for the panel

Panel members will not be required to provide Transaction Advisory services. 4. Date and Time of Pre-Proposal Conference

Date: 14th May, 2010 (1130 hours) Venue:

MUINFRA Ground Floor, CR-2, Building, Barrister Rajni Patel Road, Nariman Point, Mumbai – 400 021,

Page 13: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

For any clarifications, please contact Mr. Ajay Saxena, PPP Expert – Govt. of Maharashtra, Asian Development Bank and OSD, MUINFRA, at [email protected] or [email protected] or call at 022-66157390

5. Other important information

• Proposal shall be submitted in English language only. • Validity of offer is 180 days from date of submission of tender. • All the envelops should be properly sealed and marked as per instructions • All the pages should be signed by the Authorized representative • All kinds of amendments in RFQ, in case there are any and pre-bid meeting minutes

would be made available on the website www.muidcl.com

6. Processing Fees:

The applicant firms should submit the completed application form(s), along with a non-refundable processing fee of Rs 10,000.00 with each application, only in the form of DD in favour of ‘Maharashtra Urban Infrastructure Development Company Limited’ payable at Mumbai

7. Submission of Responses

The Applicants’ proposals, in the envelope super scribing clearly "Proposal for empanelment as Technical Consultant for Solid Waste Management”,

should be submitted to:

The Managing Director, MUINFRA, Ground Floor, CR-2, Building, Barrister Rajni Patel Road, Nariman Point, Mumbai – 400 021, Tel: +91 22 6615 6265 or 6615 7390 Fax: +91 22 6615 7429 Email: [email protected] Applicants’ proposals must be received at the address indicated above by 5.00 PM on 25th June, 2010. Responses which are received after this deadline will not be considered.

Page 14: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Section 2 – Application Form

Attachment- I

1. Organizational Information

I acknowledge that I have read this Request for Qualification, and have fully acquainted myself with all matters relating to the Government of Maharashtra’s proposal to empanel technical consultants.

1.1 Applicant Firm’s Profile

Full name:

Any trading or business name:

If a company, the registered office address:

Date and Place of Incorporation:

Name of principal point of contact : Email: Telephone:

1.2 Executive Summary and Scope of services

Provide a brief executive summary of the overview of the tender.

Response: (Applicants are requested to summarize the executive summary in no more than 2 pages)

Page 15: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

2. Evaluation Criteria: 2.1 The Applications will be evaluated against the following criteria.

Criteria Assessment Weightage

Threshold Requirements

Experience Experience in preparation of DPR of at least Two Sanctioned Projects in the format prescribed under JNNURM each costing equal or more than the following : Panel T-1 : Rs. 25 Cr. Panel T-2 : Rs. 10 Cr.

Threshold requirement

Annual turnover

Average Annual turnover in the preceding last three years i.e. FY8, FY9 and FY10 or FY7, FY8 and FY9 (in case FY10 is not ready) should be equal to or more than the following : Panel T-1 : Rs. 6.0 crores Panel T-2 : Rs. 2.0 crores

Threshold requirement

Response: (Respondents should confirm that they meet this criterion. Please provide attachments of annual audited financial statements) No conflict The applicant should give the no

conflict certificate in provision of advice on contracts at State level

Threshold requirement

Response: (Respondents to provide details of any existing or potential conflict of interest)

It should be noted that Respondents will also be required to demonstrate that no conflict of interest exists when providing a financial proposal for specific assignments. 2.2 The evaluation of each technical proposal shall be further done taking into account the

criteria and sub-criteria given below:

S. No. Particulars Points / Marks

I) Experience of consultant: (Completion certificates should be attached as proof of work)

1 Experience in preparation of Number of Sanctioned DPR in the format

prescribed under JNNURM The points to be assigned shall be determined considering the following criteria and relevant percentage weightage:

150

a) Equal to 2 nos.. 50% b) 3 nos. 75% c) More than 3 nos. 100%

2 Project experience in preparation of DPRs in the format prescribed 200

Page 16: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

S. No. Particulars Points / Marks

under JNNURM each costing equal or more than the cost specified in the following tables : The points to be assigned shall be determined considering the following criteria and relevant percentage weightage:

Panel T-1 Panel T-2 a) 50 Cr. 20 Cr. 50% b) 51-100 Cr. 21-40 Cr. 75% c) More than 100 Cr. More than 40 Cr. 100%

3 Understanding of RFQ and Preparation of Proposal 50 Sub Total (1+2) 400

II) Annual average turnover figures of the firm for the last 3 years supported by audited statements

100

Panel T-1 Panel T-2 a) 6 Cr. to 8 Cr. 2 Cr. to 3 Cr. 50% b) More than 8 Cr. to 10 Cr. More than 3 Cr. to 4 Cr. 75% c) More than 10 Cr. More than 4 Cr. 100% Sub Total 100

III) Weightage of Points for Qualification and Experience of Key Personnel likely to be deployed as:

500

Key Personnel/ Experts 1 Team Leader – Postgraduate in civil engineering with specialization in

PHE / Environmental Engineering / PG in Environmental Management with 20 years’ experience in the SWM

150

2 Sr. Engineer (Solid Waste Management) - M.Tech in Environmental Engineering with 10 years’ experience in collection, transport and disposal of SWM

100

3 Environmental Engineer - B.Tech in Environmental Engineering with 10 years’ experience in SWM

100

4 Mechanical Engineer - Graduate in Mechanical engineering with 5 years’ experience in mechanical operations of SWM

75

5 Structural Engineer - Graduate in Civil Engineering with 5 years’ experience in structures

75

Sub Total 500 Grand Total (I + II + III) 1000

The Key Personnel should be on the permanent rolls of the Applicant Firm. (Applicants are requested to provide details of company experience and team experience separately. Responses should be no more than 2 pages each) The Qualifying marks for empanelment would be 75%. Only those firms that get 75% or more marks shall be empanelled. The weightage to be given for qualifications and competence of the key professional staff for the assignment are:

Page 17: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

i) General qualifications 30%

(e.g., level & educational qualifications),

ii) Adequacy for the project experience 60%

(e.g., duration of relevant experience,

experience in methodologies, solid waste

management, specialization, managerial skills)

iii) Experience in region & language 10% 3. References Provide three references that MUINFRA could contact regarding your ability to provide services under this RFQ. Sr. No. Client name and

contact details Description of Services Period

Page 18: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

APPENDIX-I

TECHNICAL PROPOSAL

Form-1

Letter of Proposal

(On Applicant’s letter head)

(Date and Reference)

To,*****

**********************

**********************

Sub: Empanelment of Consultant for preparing DPRs and Technical support for ------------- (name of Sector) Projects / City

Development Plans at State Level

Dear Sir,

With reference to your RFQ Document dated ………….., I/we/consortium members (only for CDPs, if relevant), having

examined all relevant documents and understood their contents, hereby submit our Request for Empanelment of Consultant

for preparing DPRs and Technical support for ------------- (name of Sector) Projects / preparation of City Development Plans at

State Level.

2. All information provided in the Proposal and in the Appendices is true and correct and all documents accompanying

such Proposal are true copies of their respective originals.

3. This statement is made for the express purpose of Empanelment of Consultant for preparing DPRs and Technical

support for ------------- (name of Sector) Projects / preparation of City Development Plans at State Level.

4. I/We/Consortium members (only for CDPs, if relevant) shall make available to the Authority any additional information

it may deem necessary or require for supplementing or authenticating the Proposal.

5. I/We/Consortium members (only for CDPs, if relevant) acknowledge the right of the Authority to reject our application

without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever.

6. I/We/ Consortium members (only for CDPs, if relevant) certify that in the last three years, we / any of the consortium

members (wherever applicable) have neither failed to perform on any contract, as evidenced by imposition of a penalty by an

arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant, nor been expelled from any

project or contract nor have had any contract terminated for breach on our part.

7. I/We/ Consortium members (only for CDPs, if relevant) declare that:

(a) I/We/ Consortium members (only for CDPs, if relevant) have examined and have no reservations to the RFQ

Documents, including any Addendum issued by the Authority;

Page 19: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

(b) I/We/ Consortium members (only for CDPs, if relevant) do not have any conflict of interest in accordance with the

relevant Clause of the RFQ Document;

(c) I/We/ Consortium members (only for CDPs, if relevant) have not directly or indirectly or through an agent engaged or

indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, in respect of

any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector

enterprise or any government, Central or State; and

(d) I/We/ Consortium members (only for CDPs, if relevant) hereby certify that we have taken steps to ensure that no

person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable

practice or restrictive practice.

8. I/We/ Consortium members (only for CDPs, if relevant) understand that you may cancel the Empanelment Process at

any time and that you are neither bound to accept any Proposal that you may receive nor to select the Consultant, without

incurring any liability to the Applicants in accordance with the relevant Clause of the RFQ document.

9. I/We/ Consortium members (only for CDPs, if relevant) declare that we/any member of the consortium, are/is not a

Member of a/any other Consortium applying for Selection as a Consultant.

10. I/We/ Consortium members (only for CDPs, if relevant) certify that in regard to matters other than security and

integrity of the country, we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory

authority which would cast a doubt on our ability to undertake the Consultancy for the Project or which relates to a grave

offence that outrages the moral sense of the community.

11. I/We/ Consortium members (only for CDPs, if relevant) further certify that in regard to matters relating to security and

integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law

for any offence committed by us or by any of our Associates.

12. I/We/ Consortium members (only for CDPs, if relevant) further certify that no investigation by a regulatory authority is

pending either against us or against our Associates or against our CEO or any of our Directors/Managers/employees.

13. I/We/ Consortium members (only for CDPs, if relevant) hereby irrevocably waive any right or remedy which we may

have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in

connection with the selection of Consultant or in connection with the Selection Process itself in respect of the above

mentioned Project.

14. The Bid Processing Fees of Rs. ________________ (Rupees _____________only) in the form of a Demand Draft is

attached, in accordance with the RFQ document.

15. I/We/ Consortium members (only for CDPs, if relevant) agree and understand that the proposal is subject to the

provisions of the RFQ document. In no case, shall I/we/ Consortium members (only for CDPs, if relevant) have any claim or

right of whatsoever nature if I/we are not empanelled or our proposal is not opened or rejected.

16. I/We/ Consortium members (only for CDPs, if relevant) agree to keep this offer valid for 180 (one hundred and eighty)

days from the Proposal Due Date specified in the RFQ.

Page 20: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

17. A Power of Attorney in favour of the authorised signatory to sign and submit this Proposal and documents is attached

herewith in Form 3.

18. I/We/ Consortium members (only for CDPs, if relevant) agree and undertake to abide by all the terms and conditions

of the RFQ Document. In witness thereof, I/we submit this Proposal under and in accordance with the terms of the RFQ

Document.

Yours faithfully,

(Signature, name and designation of the Authorised Signatory)

(Name and seal of the Applicant / Lead Member)

Page 21: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

APPENDIX-I Form-2

Particulars of the Applicant 1.1

Title of Assignment :

1.2

Title of Sector :

1.3

State whether applying as Sole Firm or Lead Member / Member of a consortium (for CDPs, if relevant) : 1.4

State the following:

Name of Company or Firm:

Legal status (e.g. incorporated private company, unincorporated business, partnership etc.):

Country of incorporation:

Registered address:

Year of Incorporation:

Year of commencement of business:

Principal place of business:

Brief description of the Company including details of its main lines of business:

Name, designation, address and phone numbers of Authorised Signatory of the Applicant:

Name:

Designation:

Company:

Address:

Phone No.:

Fax No. :

E-mail address:

1.5 For the Applicant, state the following information:

i) In case of non Indian company, does the company have business presence in

India? Yes/No If so, provide the office address (es) in India.

ii) Has the Applicant been penalized by any organization for poor quality of work or breach of contract in the last five

years? Yes/No

iii) Has the Applicant/Member ever failed to complete any work awarded to it by any public authority/entity in last five

years? Yes/No

iv) Has the Applicant been blacklisted by any Government department/Public Sector Undertaking in the last five

years? Yes/No

v) Has the Applicant or any of the Members, suffered bankruptcy/insolvency in the last five years? Yes/No

Note: If answer to any of the questions at (ii) to (v) is yes, the Applicant is not eligible for empanellment.

Page 22: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

1.6

Does the Applicant's firm/company combine functions as a applicant or adviser along with the function as a contractor

and/or a manufacturer? Yes/No

If yes, does the Applicant (and other Member of the Applicant's consortium) agree to limit the

Applicant's role only to that of a applicant/adviser to the Authority and to disqualify themselves, their

Associates/affiliates, subsidiaries and/or parent organization subsequently from work on this

assignment in any other capacity.

1.7

Signature, name and designation of the Authorised Signatory) For and on behalf of ……………….. …………………………..

The above should be filled and submitted for all members of consortiums for CDP, if relevant.

Page 23: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

APPENDIX-I

Form-3

Power of Attorney

Know all men by these presents, we, .......................(name of firm and address of the registered office) do hereby constitute,

nominate, appoint and authorise Mr / Ms……………….......................... son/daughter/wife and presently residing at

.................................who is presently employed with us and holding the position of …………………...as our true and lawful

attorney (hereinafter referred to as the “Authorised Representative”) 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 Request for Empanelment of

Consultant for preparing DPRs and Technical support for ------------- (name of Sector) Projects / preparation of City

Development Plans at State Level including but not limited to signing and submission of all applications, proposals and other

documents and writings, participating in pre-bid 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 proposal and generally dealing with the Authority in all matters in connection with or relating to or arising

out of our Proposal for the said assignment and/or upon award thereof to us till the entering into of the Agreement with the

Authority.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said

Authorised Representative 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 Authorised Representative 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 …………, 2010

For ........................................................

(Signature, name, designation and address)

Witnesses:

1.

2.

Accepted

(Signature, name, designation and address of the Attorney)

Page 24: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the

applicable law and the charter documents of the executant(s) and when it is so required the same should be under common

seal affixed in accordance with the required procedure. The Power of Attorney should be executed on a non-judicial stamp

paper of Rs. 100 or of appropriate value and duly notarised by a notary public.

Wherever required, the Applicant should submit for verification the extract of the charter documents and other documents such

as a resolution/power of attorney in favour of the person executing this Power of Attorney for the delegation of power

hereunder on behalf of the Applicant.

For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy

and notarised in the jurisdiction where the Power of Attorney is being issued. However, Applicants from countries that have

signed the Hague Legislation Convention 1961 need not get their Power of Attorney legalised by the Indian Embassy if it

carries a conforming Appostille certificate.

Page 25: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

APPENDIX-I

Form-4

Applicant Firm’s Experience

1

Assignment name: Approx. value of the contract (in current Rs):

2 Country: Location within Country:

3

Name of Client: Total No of person-months of the assignment:

4

Address of Client: Approx. value of the services provided by your firm under the contract (in current Rs.):

5

No of person-months provided by your firm:

6

Start date (month/year): Completion date (month/year):

No of professional person-months provided by the JV partners or the Sub-Consultants:

7

Name of Joint Venture partner or sub-Consultants, if any:

8

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved from your firm and functions performed indicate whether regular full-time employees of your firm or part-time/independent

9 Narrative description of Project in brief:

10

Description of actual services provided by your firm in the assignment:

The above should be filled and submitted for all members of consortiums for CDP, if relevant.

Page 26: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

APPENDIX-I

Form-5

Key Professionals’ CV

Curriculum Vitae (CV) for Proposed Experts NAME DATE OF BIRTH NATIONALITY EDUCATION [year] [name of institution and degree] MEMBERSHIP OF PROFESSIONAL ASSOCIATIONS COUNTRIES OF WORK EXPERIENCE LANGUAGES PROFESSIONAL BACKGROUND [description] EMPLOYMENT RECORD [year(s) starting with present position] [employer] PROFESSIONAL EXPERIENCE [month and [Name of project and client] year start to finish] [Descriptive paragraph of 4-5 sentences on each assignment, position held, responsibilities undertaken and achievements attained.] … … …

Certification:

1 I am willing to work on the assignment and I will be available for entire duration of the assignments as required.

2 I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my

Page 27: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

qualifications and my experience.

(Signature and name of the Professional)

Place...

(Signature and name of the Authorised Signatory of the Applicant)

Notes: Use separate form for each Professional Personnel. Each page of the CV shall be signed in ink by both the Personnel

concerned and by the Authorised Representative of the Applicant firm along with the seal of the firm. Photocopies will not be

considered for evaluation.

Page 28: MINUTES OF THE PRE-BID MEETING HELD ON 14-05-2010.

Request for Qualification (RFQ) for Solid Waste Management MUINFRA

APPENDIX-I

Form-6

Understanding of RFQ (Not more than 2 pages)


Recommended