Municipal Corporation Gurgaon

Size: px
Start display at page:

Download "Municipal Corporation Gurgaon"

Transcription

1 REQUEST FOR PROPOSAL For Preparation of DPR on Establishment of Neighborhood Recycling Centres Municipal Corporation Gurgaon September 2016

2 Introduction Gurgaon is located 30 km south of national capital New Delhi, about 10 kilometers from Dwarka sub- city and 268 km south of Chandigarh, the state capital. Over the past 25 years the city has undergone rapid development and construction. Gurgaon is one of Delhi's four major satellite cities and is part of the National Capital Region. It is within commuting distance of Delhi via an expressway and Delhi Metro. Gurgaon is the second largest city in the Indian State of Haryana and is the industrial and financial center of Haryana. It has the 3rd highest per capita income in India after Chandigarh and Mumbai. Gurgaon is also the only Indian city to have successfully distributed electricity connections to all its households. It is also the IT hub & center of various BPO companies. Municipal Corporation Gurgaon (MCG) s main responsibilities are Providing basic civic amenities To manage its own assets and collection of Property Tax Building Regulation Registration of Birth and Death Construction, and maintenance of municipal markets and regulation of trades Sanitation & Public Health Maintenance of public parks, gardens or recreational centres The Hon ble Prime Minister of India has often stressed on Green Growth with an aim of Eco-friendly ways of modernizing the various cities of the country viz. Greater use of technology as a means of increasing the capacity and performance of cities. This is being taken as a challenge globally in terms of an economic opportunity and citizen facilitation. In this regard Municipal Corporation, Gurgaon seeks to be a pioneer by commissioning of a DPR on the measures to establish Neighborhood Recycling Centres as a means for Recycling, Reducing landfill dumping & economic opportunities for Giver & Taker, this should set the trend for further adoption of this initiative across Haryana and India.

3 Salient components of the DPR would be the following (TOR): The following areas of solutions are expected to be pillars of the DPR Identification of Materials for Processing Receiving Terms and Performance Processing Terms and Performance Payment & Market Revenue Employee terms The following shall be guiding principles throughout the DPR. Propose a revenue model to ensure self-sustaining maintenance of the initiative over years. Assess the risk associated with the project and propose risk management tools, and management structure. Evaluate and suggest training and capacity building needs of the community, management personnel and other stakeholders. Enlist internationally accepted best management practices and propose a model of management to ensure adoption of such practices Assess relevance of current legal framework in adoption of best management practices

4 Scope of work: Expected Person Days Expert Person Days Team Leader 40 Civil Engineer(s) 20 Financial Experts(s) 30 Environmental Expert(s) 30 Total 120 Required Qualification and Experience, and Selection Process: The team of Consultants will be led by a team leader with excellent relevant academic credentials and experience. He must hold a post graduate degree in Engineering and diploma or experience in computer aided designing. The consultant can seek services of other trained professional such as civil engineer, project management experts for preparing the DPR, Landscape specialist & environmental engineer. Submission of Offer (Technical bid only) Original documents and two of their copies have to be submitted on the specified date and time to: Joint Commissioner 1 Municipal Corporation Gurgaon Near Civil Hospital Gurgaon Telephone Number: ID: jc1@mcg.gov.in

5 Technical and financial proposals will be submitted online. However, Technical proposal will have to be submitted in print format also(in sealed envelope). Part II: Instructions to Bidders 1. General Aspects Contracting Authority is MCG (Municipal Corporation Gurgaon). The decision of the Commissioner MCG will be final and non-challengeable. He will designate a contact person for facilitating the consultation process. Proposals must state, services for the total requirement of formulation and supervision during implementation of the said project. Proposals stating only part proposal will be rejected straightaway. The bidder is expected to examine all corresponding instructions, forms, terms and specifications contained in this Request for Tenders and related documents. Failure to comply with these documents will be at the bidder s risk and may affect the evaluation of the proposal at the selection of successful bidder. Following public competitive bidding through E-Tendering, the contract will be awarded to a qualified firm. The selection and contract awarding procedure will be governed by the Guidelines of Government of Haryana & MCG. 2. Scope and Content of the Bid 2.1 Scope and Content of the Technical Bid The technical offer should include the following: Analysis and interpretation of the Terms of Reference (TOR): The bidders are invited to present their critical comments and related suggestions on the TOR. Proposals, including conception and methodology, for the implementation of the Terms of Reference and the achievement of services.

6 Organisational aspects and logistical services, including work break down structure, a tentative project schedule, as well as a chronological structure of the allocation of personnel, including duration and length of the work by experts consultants. Office, transportation and logistical support (if required); A proposal for personnel. Please note that key staff (team leader) presented by the Consultant should be available throughout the entire assignment. The technical offer should not contain any financial information. 2.2 Scope and Content of the Financial Bid The Financial Proposals shall be structured as follows for submission through E-Tendering. Overall Cost for project shall be calculated as per the following - Fees of the experts per person per day (includes salary according to expert personnel months, social charges and overhead cost, home office cost, normal communication cost with regard to the study, normal home office services, professional, personnel and administrative support, cost of electronic data processing, company's professional insurance, risk and profit). Lodging and Boarding Expenses Travel Expenses local (Lump sum) Travel Expenses Flight (lump sum) Other Miscellaneous cost Report preparation and submission

7 Reports: Production of reports and copies (3 copies of Final Report) will be submitted as per the schedule discussed above. Other costs beyond the above-mentioned will not be accepted in the financial offer, nor considered for payment. If bidders consider that an important cost factor has not been covered by these instructions, its inclusion can be solicited. Such a solicitation should be presented in the offer and justified In order to allow for a fair evaluation of tenders, the financial proposal for the project shall be a Single Figure i.e. All Included amount. The offer price should be made in Indian Rupees. Taxes, duties and other public charges shall be included in the Bid amount. All rates presented in the financial part of the offer shall be considered fixed for the duration of the assignment. 3. Requests for Clarification of Tender Documents and Collection of Further Information Requests for further information or clarification regarding this tender should be addressed by to: Joint Commissioner 1 Municipal Corporation Gurgaon Near Civil Hospital Gurgaon Telephone Number: ID: jc1@mcg.gov.in

8 All requests (exclusively in English language) should be submitted not later than 14 days before the closing date. The response (including an explanation of the query, but without identifying the source of inquiry) will be circulated to all tenderers. Consultants may wish to prepare their bids using information collected during a study visit to the intervention area. Such an information visit is not obligatory for participating in the tender. It should be understood that none of the cost incurred in this regard will be reimbursed to the Consultant. Applicants are advised that these contacts are exclusively intended to familiarise with local conditions and with documentation available. 4. Language of the Proposal The bid prepared by the bidder and all correspondence and documents relating to the bid exchanged with the bidder and MCG shall be in writing in English language. 5. Cost of Proposal The bidder shall bear all costs associated with the preparation and submission of the bid. MCG will not in any case be responsible or liable for those costs, regardless of the conduct or outcome of the solicitation. 6. Associations Consultants may form an association with another consultant to enhance their technical competence. However, pooling of firms in any unethical manner to enhance the cost of bid is strictly prohibited. 7. Assessment of Bids 7.1 General Principles The evaluation of the bids will follow a two-step procedure: a technical and a financial assessment. The assessment of the technical proposals will be completed prior to any price proposal being opened and evaluated.

9 Bids are in principle disregarded if: The consultant has influenced the selection procedure with illegal payments or by granting or promising other advantages, or if circumstances suggest that such influence has been exercised; The bid has been received after expiry of the deadline, unless the applicant can prove that he is not responsible for the delay, which is due to force majeure; The bid does not fulfil the criteria in the request for tenders in essential points, if it is incomplete or contains inadmissible restrictions; The statement by the applicant that he is associated with other companies does not clearly show that the former or the latter will not apply to participate in the same project as manufacturers, suppliers or construction firms; No envelope containing any price quotations shall be submitted and only E- Tendering shall be utilized by applicants, bids of those who have achieved the minimum points to be awarded in the technical assessment of the bids for services shall be processed. 7.2 Technical Assessment QCBS (Quality & Cost Based Selection) criteria and their individual weight will be employed for evaluation of the technical proposals 1. Concept and methodology 75 Points Critical analysis of the project s objectives and Terms of Reference (i.e. additional information requirements, strengths and weaknesses, proposals for modification or refinement) Concept and methodology proposed including e.g. project implementation schedule, personnel assignment schedules, project monitoring and coordination; conceptual approaches for it s development and management.

10 Clarity and completeness of the bid Qualification of proposed staff (and duration of assignment) 15 Points 30 Points Only offers which have attained minimum 75 points in the technical evaluation will be further considered, and the financial proposals of only these proposals will be opened and assessed. The technical proposal will account for 80 % of the overall rating. The bid for services with the highest rating will receive the maximum possible number of points, i.e. 80 points. The number of points awarded to the other bids for services is reached by dividing the rating of each by the rating of the top bid for services, and then multiplying by the maximum possible number of points. P (Tech) = 80 x (C0/ C) Where P = resulting points for the technical proposal being evaluated C0 = attributed points for the technical proposal being evaluated C = attributed points for the technical proposal with the highest points 7.2 Financial assessment The price quotations will be assessed through E-Tendering in terms of total price (including customs and excise duties, taxes and levies), after correcting any arithmetical errors and after deducting cost items that, as stated in the Request for Tenders, are not to be included in the assessment. Any items missing in individual cases can be added, and this will be done on the basis of the most expensive bid opened. Arithmetic errors will be rectified on the following basis: If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the bidder does not accept the correction of errors, the proposal will be rejected. If there is a discrepancy between words and figures, the amount in words will prevail.

11 The price quotation will account for 20 % of the overall rating. The price quotation with the lowest adjusted value will receive the maximum possible number of points (here: 20). The number of points awarded to the other price quotations opened is reached by dividing the total adjusted price in the lowest bid by the total adjusted price of each other bid and then multiplying by the maximum possible number of points, i.e. using the following formula: P (Fin) = 20 x (C0 / C) where P = attributed points for the financial proposal being evaluated C0 = (corrected) price of the lowest priced proposal C = (corrected) price of the proposal being evaluated 7.3 Overall Assessment and Contract Negotiations The number of points scored by the bidder for the price quotation will be added to the number awarded for the technical proposal. The order of the applicants will be determined by the total number of points awarded. The bid with the highest total number of points will be the best received. The bidder cannot exchange proposed project personnel who are firmly committed to the project after the bid has been submitted without the approval of the MCG. Any exchange of personnel can result in the bid being reassessed. There is no right of appeal for the applicants beyond the legal rights provided as per law of the land. 8. Deadline for Submission of Proposals Proposals must be received by the MCG at the address specified under clause Submission of Tender Documents not later than the date and time specified in the cover invitation letter for this tender. Any bid received after this deadline will be rejected.

12 9. Submission of Tender Documents The bid for services ( T echnical proposal ) is to be submitted online & as well as in sealed and labelled envelope to JC 1, MCG at the address given below. The technical offer must not contain financial information. The technical proposal is to be submitted in three hard copies: one set of the technical proposals (hard copy) is to be marked Original and is to be signed by the authorised representatives of the bidder. The other two sets are to be marked with the word Copy. In case of any differences between original and copies of the documents, the original shall prevail. The financial proposal is to be presented online through E-Tendering. The original and three hard copies shall be addressed to and marked with Proposal for the provision of Consulting Services for Preparation of DPR Reducing GHG & Mitigating Climate Change. The inner envelopes shall indicate the name and address of the bidder. The package shall display the following words clearly visible: "Call for Tenders Not to be opened by the Postal Service. If the inner envelopes are not sealed and marked as per the instructions in this clause, the department will not assume any responsibility for the proposal s misplacement or premature opening. 10. Validity of the Offers Proposals shall remain valid for ninety (90) days from closing date of submission of proposal. A bid valid for a shorter period may be rejected on the grounds that it is non-responsive. MCG may solicit the bidder s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing. A bidder granting the request will not be required nor permitted to modify its bid.

13 11. Others The fulfilment of the Terms of Reference and the operational plans will be considered as important performance indicators. The Commissioner, MCG shall have the right to suspend payment installments at any stage of disbursement in the event of substantial deviations from the time schedule and/or insufficient performance on the part of the Consultant. This right shall also apply to payments not based on output-related evidence of performance.

14

15