Professional Documents
Culture Documents
Page | 1
TABLE OF CLAUSES
PART I ......................................................................................................................................5
Section 1. Letter of Invitation ................................................................................................5
Section 2. Instructions to Consultants and Data Sheet .......................................................11
A. General Provisions ...........................................................................................................11
1. Definitions....................................................................................................................11
2. Introduction ..................................................................................................................13
3. Conflict of Interest .......................................................................................................13
4. Unfair Competitive Advantage ....................................................................................14
5. Corrupt and Fraudulent Practices.................................................................................14
6. Eligibility .....................................................................................................................15
B. Preparation of Proposals .................................................................................................16
7. General Considerations ..............................................................................................16
8. Cost of Preparation of Proposal .................................................................................17
9. Language....................................................................................................................17
10. Documents Comprising the Proposal ........................................................................17
11. Only One Proposal .....................................................................................................17
12. Proposal Validity .......................................................................................................17
13. Clarification and Amendment of RFP .......................................................................18
14. Preparation of Proposals Specific Considerations ..................................................19
15. Technical Proposal Format and Content....................................................................20
16. Financial Proposal .....................................................................................................20
C. Submission, Opening and Evaluation ............................................................................20
17. Submission, Sealing, and Marking of Proposals .......................................................20
18. Confidentiality ...........................................................................................................22
19. Opening of Technical Proposals ................................................................................22
20. Proposals Evaluation .................................................................................................23
21. Evaluation of Technical Proposals ............................................................................23
22. Financial Proposals for QBS .....................................................................................23
23. Public Opening of Financial Proposals (for QCBS, FBS, and LCS methods) ..........23
24. Correction of Errors ...................................................................................................24
25. Taxes ..........................................................................................................................25
26. Conversion to Single Currency..................................................................................25
27. Combined Quality and Cost Evaluation ................................................................... 25
D. Negotiations and Award ..................................................................................................25
28. Negotiations .............................................................................................................. 25
29. Conclusion of Negotiations ...................................................................................... 26
30. Award of Contract .................................................................................................... 27
E. Data Sheet .........................................................................................................................28
Page | 2
Introduction ................................................................................................................59
1.0
7.2
7.3
7.4
7.5
Page | 3
PART I
Section 1. Letter of Invitation
RFP No. 03/Smart Cities/TO/2016.
TIRUPATI
Page | 6
ANNEXURE-A
LIST OF SHORTLISTED CONSULTING FIRMS
Sr No
Aarvee Associates Architects Engineers and Consultants Pvt Ltd in association with
MARS Telecom Systems Pvt Ltd
AECOM India Pvt Ltd in association with AECOM ASIA COMPANY LIMITED
Alia Consulting Solutions Pvt. Ltd. in association with Akanya Development Solutions and
Genesis Fin tech
ArkiTechno Consultants (India) Pvt Ltd in association with IRG Systems South Asia Pvt
Ltd
7
8
9
10
CRISIL Risk and Infrastructure Solutions Limited In association with PriMove Infrastructure
Development Consultants Pvt. Ltd. And Probity Soft Pvt. Ltd
CRP Risk Management Limited in association with Infrastructure Management and
Advisory Services Private Limited
Darashaw & Co. Pvt. Ltd in consortium with IDOM Ingenieria y Consultoria S.A.U. &
FUNDACION CARTIF
Data World Pty Ltd in association with Innovest Advisory Services Pvt Ltd and Caritas
Eco Systems Pvt Ltd
11
DDF Consultants Pvt Ltd in association with MSN Infrastructure and Financial Consultant
Ltd and SGI Studio Galli IngegneriaPvt Ltd
12
Delhi Integrated multi model transit system Ltd (DIMTS) in association with Uttarakhand
Infrastructure Development Company Limited (U-DEC) and Institute for Spatial Planning
and Environmental Research Company (ISPER)
13
14
15
Deloitte Touche Tohmatsu India Private Limited (Deloitte) in association with Urban
Management Consultant (UMC) and Hijli Inspiration (Inspiration)
Dorsh Holding GmbH in association with Dorsh Consult India Pvt Ltd and L R Kadiyali
and associates
DRA Consultants Pvt. Ltd. In JV with Unity Consultants Pvt. Ltd. and Vansh Infotech Pvt.
Ltd.
16
17
Egis India Consulting Engineers Pvt. Ltd. In association with IAU idF France and Egis
EAU
18
19
EPTISA Servicios de Ingeniera, S.L. in association with LKS India Pvt Ltd
20
Feedback Infra Private Limited in Association With BuroHappold Engineers India Pvt.
Ltd.and Cisco Systems Services B.V
Page | 7
Sr No
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Mehta and Associates in JV with Oswal Computers and Consultants Pvt Ltd
36
Mott MacDonald Private Limited in association with Mott MacDonald Limited and Ernst
and Young LLP
37
38
N K BuildconPvt Ltd
39
40
41
42
43
SoftTech Engineers Pvt Ltd an association with Design Point Consult Pvt Ltd
44
Page | 8
Sr No
45
46
47
48
WAPCOS LTD in association with Yashi Consulting Services Pvt. Ltd and Cambridge
Systematics Consulting & Technology Private Limited,
Page | 9
[loan agreement term is used for IBRD loans; financing agreement is used for IDA credits; and grant
agreement is used for Recipient-Executed Trust Fundsadministered by IBRD or IDA]
1
Page | 11
2.1
The Client named in the Data Sheet intends to select a
Consultant from those listed in the Letter of Invitation, in
accordance with the method of selection specified in the Data
Sheet.
2.2
The shortlisted Consultants are invited to submit a Technical
Proposal and a Financial Proposal as specified in the Data Sheet,
for consulting services required for the assignment named in the
Data Sheet. The Proposal will be the basis for negotiating and
ultimately signing the Contract with the selected Consultant.
2.3
The Consultants should familiarize themselves with the
local conditions and take them into account in preparing their
Proposals including attending a pre-proposal conference, if one is
specified in the Data Sheet. Attending any such pre-proposal
conference is optional and is at the Consultants expense.
2.4
The Client will timely provide, at no cost to the Consultants,
the inputs, relevant project data, and reports required for the
preparation of the Consultants Proposal as specified in the Data
Sheet.
3. Conflict of Interest
3.1
The Consultant is required to provide professional,
objective, and impartial advice, at all times holding the Clients
interests paramount, strictly avoiding conflicts with other
assignments or its own corporate interests, and acting without any
consideration for future work.
3.2
The Consultant has an obligation to disclose to the Client
any situation of actual or potential conflict that impacts its capacity
to serve the best interest of its Client. Failure to disclose such
situations may lead to the disqualification of the Consultant or the
termination of its Contract and/or sanctions by the Bank.
3.2.1
Without limitation on the generality of the foregoing,
and unless stated otherwise in the Data Sheet, the Consultant
shall not be hired under the circumstances set forth below:
Page | 13
a.
Conflicting
activities
(i)
b.
Conflicting
assignments
(ii)
c.
Conflicting
relationships
6.1
The Bank permits consultants (individuals and firms,
including Joint Ventures and their individual members) from all
countries to offer consulting services for Bank-financed projects.
6.2
Furthermore, it is the Consultants responsibility to ensure
that its Experts, joint venture members, Sub-consultants, agents
(declared or not), sub-contractors, service providers, suppliers
and/or their employees meet the eligibility requirements as
established by the Bank in the Applicable Guidelines.
6.3
a. Sanctions
6.3.1
A firm or an individual sanctioned by the Bank in
accordance with the above Clause 5.1 or in accordance with
Anti-Corruption Guidelines shall be ineligible to be
awarded a Bank-financed contract, or to benefit from a Bankfinanced contract, financially or otherwise, during such period
of time as the Bank shall determine. The list of debarred firms
and individuals is available at the electronic address specified
in the Data Sheet.
b. Prohibitions
6.3.2
Firms and individuals of a country or goods
manufactured in a country may be ineligible if so indicated in
Section 5 (Eligible Countries) and:
(a) as a matter of law or official regulations, the Borrowers
country prohibits commercial relations with that country,
provided that the Bank is satisfied that such exclusion
does not preclude effective competition for the provision
of Services required; or
(b) by an act of compliance with a decision of the United
Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrowers Country
prohibits any import of goods from that country or any
payments to any country, person, or entity in that
country.
c. Restrictions for
Government-owned
Enterprises
Page | 15
d. Restrictions for
public employees
B. Preparation of Proposals
7.
General
Considerations
7.1
In preparing the Proposal, the Consultant is expected to
examine the RFP in detail. Material deficiencies in providing the
information requested in the RFP may result in rejection of the
Proposal.
Page | 16
8.
Cost
Preparation
Proposal
9.
Language
10.
Documents
Comprising
Proposal
11.
Only
Proposal
12.
Proposal Validity
12.1
The Data Sheet indicates the period during which the
Consultants Proposal must remain valid after the Proposal
submission deadline.
12.2
During this period, the Consultant shall maintain its original
Proposal without any change, including the availability of the Key
Experts, the proposed rates and the total price.
12.3 If it is established that any Key Expert nominated in the
Consultants Proposal was not available at the time of Proposal
submission or was included in the Proposal without his/her
confirmation, such Proposal shall be disqualified and rejected for
Page | 17
of 12.4 The Client will make its best effort to complete the
negotiations within the proposals validity period. However, should
the need arise, the Client may request, in writing, all Consultants
who submitted Proposals prior to the submission deadline to extend
the Proposals validity.
12.5 If the Consultant agrees to extend the validity of its
Proposal, it shall be done without any change in the original
Proposal and with the confirmation of the availability of the Key
Experts.
12.6 The Consultant has the right to refuse to extend the validity
of its Proposal in which case such Proposal will not be further
evaluated.
b. Substitution of 12.7 If any of the Key Experts become unavailable for the
Key
Experts
at extended validity period, the Consultant shall provide a written
adequate justification and evidence satisfactory to the Client
Validity Extension
together with the substitution request. In such case, a replacement
Key Expert shall have equal or better qualifications and experience
than those of the originally proposed Key Expert. The technical
evaluation score, however, will remain to be based on the
evaluation of the CV of the original Key Expert.
12.8 If the Consultant fails to provide a replacement Key Expert
with equal or better qualifications, or if the provided reasons for the
replacement or justification are unacceptable to the Client, such
Proposal will be rejected with the prior Banks no objection.
c. Sub-Contracting
13.
Clarification and 13.1 The Consultant may request a clarification of any part of the
Amendment
of RFP during the period indicated in the Data Sheet before the
Proposals submission deadline. Any request for clarification must
RFP
be sent in writing, or by standard electronic means, to the Clients
address indicated in the Data Sheet. The Client will respond in
writing, or by standard electronic means, and will send written
copies of the response (including an explanation of the query but
without identifying its source) to all shortlisted Consultants. Should
the Client deem it necessary to amend the RFP as a result of a
clarification, it shall do so following the procedure described below:
13.1.1 At any time before the proposal submission deadline,
the Client may amend the RFP by issuing an amendment in
Page | 18
Preparation
of 14.1 While preparing the Proposal, the Consultant must give
Proposals
particular attention to the following:
Specific
14.1.1 If a shortlisted Consultant considers that it may
Considerations
enhance its expertise for the assignment by associating with
other consultants in the form of a Joint Venture or as Subconsultants, it may do so with either (a) non-shortlisted
Consultant(s), or (b) shortlisted Consultants if permitted in the
Data Sheet. In all such cases a shortlisted Consultant must
obtain the written approval of the Client prior to the
submission of the Proposal. When associating with nonshortlisted firms in the form of a joint venture or a subconsultancy, the shortlisted Consultant shall be a lead
member. If shortlisted Consultants associate with each other,
any of them can be a lead member.
14.1.2 The Client may indicate in the Data Sheet the
estimated Key Experts time input (expressed in personmonth) or the Clients estimated total cost of the assignment,
but not both.This estimate is indicative and the Proposal shall
be based on the Consultants own estimates for the same.
14.1.3 If stated in the Data Sheet, the Consultant shall
include in its Proposal at least the same time input (in the
same unit as indicated in the Data Sheet) of Key Experts,
failing which the Financial Proposal will be adjusted for the
purpose of comparison of proposals and decision for award in
accordance with the procedure in the Data Sheet.
14.1.4 For assignments under the Fixed-Budget selection
method, the estimated Key Experts time input is not
disclosed. Total available budget, with an indication whether
it is inclusive or exclusive of taxes,is given in the Data Sheet,
Page | 19
16.
Financial
Proposal
16.1
The Financial Proposal shall be prepared using the
Standard Forms provided in Section 4 of the RFP. It shall list all
costs associated with the assignment, including (a) remuneration for
Key Experts and Non-Key Experts, (b) reimbursable expenses
indicated in the Data Sheet.
a.
Price 16.2 For assignments with a duration exceeding 18 months, a
price adjustment provision for foreign and/or local inflation for
Adjustment
remuneration rates applies if so stated in the Data Sheet.
b. Taxes
c. Currency
Proposal
d. Currency of 16.5 Payment under the Contract shall be made in the currency or
currencies in which the payment is requested in the Proposal.
Payment
Submission, Sealing, 17.1 The Consultant shall submit a signed and complete
and Marking of Proposal comprising the documents and forms in accordance
with Clause 10 (Documents Comprising Proposal). The
Proposals
submission can be done by mail or by hand. If specified in the
Data Sheet, the Consultant has the option of submitting its
Proposals electronically.
Page | 20
Confidentiality
18.1 From the time the Proposals are opened to the time the
Contract is awarded, the Consultant should not contact the Client
on any matter related to its Technical and/or Financial Proposal.
Information relating to the evaluation of Proposals and award
recommendations shall not be disclosed to the Consultants who
submitted the Proposals or to any other party not officially
concerned with the process, until the publication of the Contract
award information.
18.2 Any attempt by shortlisted Consultants or anyone on
behalf of the Consultant to influence improperly the Client in the
evaluation of the Proposals or Contract award decisions may
result in the rejection of its Proposal, and may be subject to the
application of prevailing Banks sanctions procedures.
18.3 Notwithstanding the above provisions, from the time of
the Proposals opening to the time of Contract award publication,
if a Consultant wishes to contact the Client or the Bank on any
matter related to the selection process, it should do so only in
writing.
19.
Proposals
Evaluation
21.
Evaluation
of 21.1 The Clients evaluation committee shall evaluate the
Technical Proposals Technical Proposals on the basis of their responsiveness to the
Terms of Reference and the RFP, applying the evaluation
criteria, sub-criteria, and point system specified in the Data
Sheet. Each responsive Proposal will be given a technical score.
A Proposal shall be rejected at this stage if it does not respond to
important aspects of the RFP or if it fails to achieve the
minimum technical score indicated in the Data Sheet.
22.
Financial Proposals 22.1 Following the ranking of the Technical Proposals, when
the selection is based on quality only (QBS), the top-ranked
for QBS
Consultant is invited to negotiate the Contract.
22.2 If Financial Proposals were invited together with the
Technical Proposals, only the Financial Proposal of the
technically top-ranked Consultant is opened by the Clients
evaluation committee. All other Financial Proposals are returned
unopened after the Contract negotiations are successfully
concluded and the Contract is signed.
23.
Public Opening of
Financial Proposals
(for QCBS, FBS,
and LCS methods)
Correction
Errors
a. Time-Based Contracts
b. Lump-Sum Contracts
25.
Taxes
26.
Conversion to Single 26.1 For the evaluation purposes, prices shall be converted to a
single currency using the selling rates of exchange, source and
Currency
date indicated in the Data Sheet.
a. Availability of Key 28.3 The invited Consultant shall confirm the availability of
all Key Experts included in the Proposal as a pre-requisite to the
Experts
negotiations, or, if applicable, a replacement in accordance with
Clause 12 of the ITC. Failure to confirm the Key Experts
availability may result in the rejection of the Consultants
Proposal and the Client proceeding to negotiate the Contract with
Page | 25
Page | 27
Instructions to Consultants
E. Data Sheet
A. General
ITC Clause
Reference
Description
2.1
2.2
2.3
2.4
The Client will provide the following inputs, project data, reports, etc. to
facilitate the preparation of the Proposals: N/A
4.1
N/A
6.1
The bank permits consultants (Firms, including Joint Venture) form all
countries to offer consulting services for bank Financed projects
6.3.1
Page | 28
ITC Clause
Reference
Description
B. Preparation of Proposals
9.1
10.1
10.2
11.1
12.1
Proposals must remain valid for 90 calendar days after the proposal
submission deadline .
13.1
ITC Clause
Reference
Description
submission deadline.
The contact information for requesting clarifications is:
Municipal Corporation for Smart City Tirupati represented by Commissioner
(on behalf of Ministry of Urban Development, Government of India)
Tel: 09849956004
E-mail: commissioner.mct@gmail.com
14.1.1
14.1.2
N/A
15.2
16.1
Reimbursable expenses:
16.2
(1)
a per diem allowance, including hotel, for experts for every day of
absence from the home office for the purposes of the Services;
(2)
cost of travel by the most appropriate means of transport and the most
direct practicable route;
(3)
(4)
communications costs;
(5)
(6)
(7)
(8)
cost of such further items required for purposes of the Services not
covered in the foregoing.
Page | 30
ITC Clause
Reference
Description
16.3
16.4
The Financial Proposal should state local costs in the Clients country
currency (local currency): Yes
C. Submission, Opening and Evaluation
17.1
17.4
17.7
17.9
ITC Clause
Reference
Description
2. The marks for the presentation by the Consultant shall be awarded on
16.03.2016 after the technical committee evaluates each of the
presentations. It may be noted that the consultants shall be allocated
time slots starting from 11 am on 16th March, 2016.
3. It may be further noted that the venue and time slots shall be
announced for the consultants on the 15th March, 2016 after the
submission deadline. In view of the paucity of time, the intimation
shall be by way of email/SMS/phone call.
4. The final technical score shall then be computed and the financial
bids of the consultants clearing the technical round shall be opened.
The process of selection shall be completed on 16th March, 2016.
It may be noted that the Consultants and their team should be prepared for
the presentation before the Evaluation Committee on the 16th March, 2016.
[If appropriate, add translation of the warning marking [Do not open....]
in the national language to the outer sealed envelope]
The Proposal submission address is:
Municipal Commissioner, Tirupati Municipal Corporation, Tilak road,
Andhra Pradesh, India
Pin : 517501
19.1
Page | 32
ITC Clause
Reference
Description
Time: Immediately after the deadline of submission time, the list of the
Consultants who have submitted their proposals, in time, shall be drawn
out. They shall be required to make their presentation as indicated at
Clause 21.1 (iv) on a one to one basis. Post completion of all the
presentations by the Consultants, the technical bids shall be examined.
19.2
Criteria, sub-criteria, and point system for the evaluation of Full Technical
Proposals are:
S No
(i)
21.1
Description
Max Points
15
15
Note:
1. It may be noted that the Consultant shall submit a self signed declaration on the cities for
which he participated in Round 1 and the selected cities.
2. In the event, the shortlisted consultant associates with a non shortlisted consultant, the
marks for this criteria shall be awarded based on the performance of the shortlisted
consultant in Round 1only.
3. In the event, the shortlisted consultant associates with another shortlisted consultant, the
marks for each of the shortlisted consultants shall be arrived at as per the criteria. The
higher of the two scores shall be considered as the final score.
(ii)
5
5
Page | 33
ITC Clause
Reference
Description
c)
5
Total points for criterion (ii):
15
(iii) Key professional staff qualifications and competence for the assignment:
a)
b)
c)
c)
12
06
06
06
30
Note:
The number of points to be assigned to each of the above positions or disciplines shall be
determined considering the following two sub-criteria and the relevant percentage weights:
1) General qualifications
2) Adequacy for the assignment
Total weight:
30%
70%
100%
(iv) Presentation :
a) Review, Identification and mitigation of gaps of 1st Stage SCP
b) Demonstration of SCP projects undertaken
elsewhere and its relevancy.
c) Implementation of Methodology to complete the SCP
Total points for criterion (iv):
15
10
15
40
Note:
The evaluation of the presentation given by the Consultant shall be done taking the
following aspects into consideration.
a)
The extent to which the Consultant undertakes an incisive and rigorous analysis of
the Smart City Proposal of Tirupati, as submitted in Round 1 (a copy of the same is
annexed), with reference to the benchmarks set by the winning cities, the
parameters used for scoring by the evaluators as put up by the MOUD in its
website (http://smartcities.gov.in/writereaddata/What_to_look_for.pdf), general
observations of the panel of experts on the logical process flow for plan
development (http://smartcities.gov.in/writereaddata/Logical_process_flow.pdf).
b) It is desirable that the Consultant identifies the critical gaps in the current proposal
based on the above analysis and presents them section wise viz. City Level
Criteria, Area Based Proposal, Pan City Proposal, Implementation Plan and the
Financing Plan respectively.
c) The Consultant is expected to identify the shortcomings in the Self Assessment
form against the above mentioned benchmarks and the same may be presented in a
separate slide.
Page | 34
ITC Clause
Reference
Description
d) Having identified the sector wise critical gaps, it is expected that the Consultant
comes out briefly with a strategy, methodology and a robust action plan to bridge
them within the stipulated time frame.
e) It is expected that the Consultant is aware of the essential features of a Smart City
Proposal as indicated at Paras 2.4, 2.5, 3.1, 6.2 of the Smart City Mission
guidelines and brings out an action plan for suggestive industry partnerships in
relevant sectors. The action plan may be showcased briefly.
f) The cardinal principles of logical flow in the proposal, replicability, doability,
and financial viability with a robust implementation plan will be the determining
factors and the endeavour of the Consultant should be to bring out these features in
his action plan.
Details of Points:
Total points for the four criteria (i + ii + iii + iv) :
100
The minimum technical score St required to pass is: 75 Points [Seventy Five points]
23.1
25.1
For the purpose of the evaluation, the Client will exclude: (a) all local
identifiable indirect taxes such as sales tax, excise tax, VAT, or similar taxes
levied on the contracts invoices; and (b) all additional local indirect tax on
the remuneration of services rendered by non-resident experts in the Clients
country. If a Contract is awarded, at Contract negotiations, all such taxes will
be discussed, finalized (using the itemized list as a guidance but not limiting
to it) and added to the Contract amount as a separate line, also indicating
which taxes shall be paid by the Consultant and which taxes are withheld
and paid by the Client on behalf of the Consultant.
26.1
The single currency for the conversion of all prices expressed in various
currencies into a single one is: Indian Rupees
The official source of the selling (exchange) rate is: State Bank of India
[SBI] (New Delhi) BC Selling rate of Exchange.
The date of the exchange rate is: Deadline for submission of proposals
Page | 35
ITC Clause
Reference
Description
specified in Para 17.4 above
27.1
(QCBS
only)
28.1
30.1
30.2
Page | 36
If
applicable
applicable
FORM
DESCRIPTION
Page Limit
TECH-1
Technical Proposal Submission Form.
TECH-1
If the Proposal is submitted by a joint venture,
Attachment attach a letter of intent or a copy of an existing
agreement.
If Power of No pre-set format/form. In the case of a Joint
Attorney
Venture, several are required: a power of attorney
for the authorized representative of each JV
member, and a power of attorney for the
representative of the lead member to represent
all JV members
TECH-2
Consultants Organization and Experience.
TECH-2A
TECH-2B
A. Consultants Organization
B. Consultants Experience
TECH-3
TECH-3A
TECH-3B
TECH-4
TECH-5
TECH-6
All pages of the original Technical and Financial Proposal shall be initialled by the same
authorized representative of the Consultant who signs the Proposal.
Page | 37
Dear Sirs:
We, the undersigned, offer to provide the consulting services for Preparation of
Proposal for Assisting .. [City] to Participate in the 2nd Round Smart Cities
ChallengeProposalin accordance with your Request for Proposals dated [Insert Date] and
our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal
and a FinancialProposal sealed in a separate envelope.
{If the Consultant is a joint venture, insert the following: We are submitting our
Proposal a joint venture with: {Insert a list with full name and the legal address of each
member, and indicate the lead member}.We have attached a copy {insert: of our letter of
intent to form a joint venture or, if a JV is already formed, of the JV agreement} signed by
every participating member, which details the likely legal structure of and the confirmation of
joint and severable liability of the members of the said joint venture.
{OR
If the Consultants Proposal includes Sub-consultants, insert the following: We are submitting
our Proposal with the following firms as Sub-consultants: {Insert a list with full name and
address of each Sub-consultant.}
We hereby declare that:
(a)
All the information and statements made in this Proposal are true and we
accept that any misinterpretation or misrepresentation contained in this
Proposal may lead to our disqualification by the Client and/or may be
sanctioned by the Bank.
(b)
Our Proposal shall be valid and remain binding upon us for the period of time
specified in the Data Sheet, Clause 12.1.
(c)
(d)
Page | 38
(e)
In competing for (and, if the award is made to us, in executing) the Contract,
we undertake to observe the laws against fraud and corruption, including
bribery, in force in the country of the Client.
(f)
(g)
We undertake, if our Proposal is accepted and the Contract is signed, to initiate the
Services related to the assignment no later than the date indicated in Clause 30.2 of the Data
Sheet.
We understand that the Client is not bound to accept any Proposal that the Client
receives.
We remain,
Yours sincerely,
Authorized Signature {In full and initials}:
Name and Title of Signatory:
Name of Consultant (companys name or JVs name):
In the capacity of:
Address:
Contact information (phone and e-mail):
{For a joint venture, either all members shall sign or only the lead member, in which
case the power of attorney to sign on behalf of all members shall be attached}
Page | 39
A - Consultants Organization
1. Provide here a brief description of the background and organization of your company, and
in case of ajoint venture of each member for this assignment.
2. Include organizational chart, a list of Board of Directors, and beneficial ownership
B - Consultants Experience
S
No
1
Description
Number of
Cities selected
Number of Cities participated (Name the cities for which the SCP
were prepared) in the 1st Round of SCP.
(i)
[write Name of City]
(ii)
............................
(iii)
........................
(iv)
.........................
(v)
...........................
(a) Participated City selected in 1st round in top 10 Cities
(b) Participated City selected in 1st round in top 11-20 Cities
(c) Participated City selected in 1st round in top 21-50 Cities
Page | 40
Note :
List only previous similar assignments successfully completed2 during 1st round of SCP along
with the score of the city.
2. List only those assignments for which the Consultant was legally contracted by the Client
as a company or was one of the joint venture partners. Assignments completed by the
Consultants individual experts working privately or through other consulting firms cannot be
claimed as the relevant experience of the Consultant, or that of the Consultants partners or
sub-consultants, but can be claimed by the Experts themselves in their CVs. The Consultant
should be prepared to substantiate the claimed experience by presenting copies of relevant
documents and references if so requested by the Client.
C- Consultants Performance
The Consultant should submit the documentary evidence signed by Commissioner ULB/ State
Mission Director for the performance of the Consulting firm/company in the preparation of
the 1st Round of SCP.
Page | 41
Page | 42
Page | 43
Deliverables 1 (D-..)
Work Schedule
1) review of 1st round SCP
2) Identification of Gaps in the 1st
Round of SCP
3) Preparation of Strategy to mitigate
the Gaps
4) incorporating comments
5) .Final 2nd Round SCP
1
2
3.
Days
10
20
30
40
50
60
70
....
....
.....
TOTAL
List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Clients approvals. For phased
assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.
Duration of activities shall be indicated in a form of a bar chart.
Include a legend, if necessary, to help read the chart.
44 | P a g e
N Name
KEY EXPERTS
{e.g., Mr. Abbbb}
K-1
Total time-input
(in Months)
Position
Home
[Team
Leader]
[Home]
[Field]
D-1
D-2
D-3
[2 month]
[0.5 m]
[1.0]
[2.5]
[1.0]
[0]
........
D-...
Field
Total
K-2
K-3
n
Subtotal
NON-KEY EXPERTS
N-1
[Home]
[Field]
N-2
n
Subtotal
Total
1
2
For Key Experts, the input should be indicated individually for the same positions as required under the Data Sheet ITC21.1.
Months are counted from the start of the assignment/mobilization. One (1) month equals twenty two (22)working (billable) days. One working (billable)
day shall be not less than eight (8) working (billable) hours.
45 | P a g e
Home means work in the office in the experts country of residence. Field work means work carried out in the Clients country or any other country
outside the experts country of residence.
46 | P a g e
Summary of activities
performed relevant to
the Assignment
Membership
in
Professional
Associations
and
Publications:
______________________________________________________________________
Language Skills (indicate only languages in which you can work): ______________
______________________________________________________________________
47 | P a g e
Signature
Date
{day/month/year}
Name of authorized
Representative of the Consultant
(the same who signs the Proposal)
Signature
Date
48 | P a g e
FIN-2
Summary of Costs
FIN-3
Breakdown of Remuneration, including Appendix A Financial Negotiations Breakdown of Remuneration Rates in the case of QBS method
FIN-4
Reimbursable expenses
49 | P a g e
Dear Sirs:
We, the undersigned, offer to provide the consulting services for Preparation of
Proposal for Assisting .. [City] to Enhance Smart Cities Challenge Proposal for 2nd Round
of Competition in accordance with your Request for Proposal dated [Insert Date] and our
Technical Proposal.
Our attached Financial Proposal is for the amount of {Indicate the corresponding to
the amount(s) currency(ies)}{Insert amount(s) in words and figures}, [Insert including or
excluding] of all indirect local taxes in accordance with Clause 25.1 in the Data Sheet. The
estimated amount of local indirect taxes is {Insert currency} {Insert amount in words and
figures} which shall be confirmed or adjusted, if needed, during negotiations. {Please note
that all amounts shall be the same as in Form FIN-2}.
Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before
the date indicated in Clause 12.1 of the Data Sheet.
Commissions and gratuities paid or to be paid by us to an agent or any third party
relating to preparation or submission of this Proposal and Contract execution, paid if we are
awarded the Contract, are listed below:
Name and Address
of Agents
Amount and
Currency
Purpose of Commission
or Gratuity
{If no payments are made or promised, add the following statement: No commissions or
gratuities have been or are to be paid by us to agents or any third party relating to this
Proposal and Contract execution.}
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature {In full and initials}:
Name and Title of Signatory:
50 | P a g e
51 | P a g e
Item
{Insert
Foreign {Insert
{Insert
Foreign
Currency # 2, if Currency
Currency # 1}
used}
used}
Foreign {Insert
# 3,if Local Currency, if
used and/or required (16.4
Data Sheet}
(ii)
(iii)
Footnote: Payments will be made in the currency(ies) expressed above (Reference to ITC 16.4).
52 | P a g e
Position (as
in TECH-6)
Person-month
Remuneration
Rate
Time Input in
Person/Month
(from TECH-6)
{Currency
# 1- as in
FIN-2}
{Currency #
2- as in FIN2}
{Local
Currency- as
in FIN-2}
Key Experts
K-1
[Home]
[Field]
K-2
Non-Key Experts
N-1
N-2
[Home]
[Field]
Total Costs
53 | P a g e
Type
of
Expenses
Reimbursable
Unit
{Day}
{Ticket}
Unit Cost
Quantity
{Currency#
as in FIN-2}
3-
{Local
Currency- as in
FIN-2}
{e.g.,
In/out
airport
{Trip}
transportation}
{e.g., Communication costs
between Insert place and Insert
place}
{ e.g., reproduction of reports}
{e.g., Office rent}
....................................
{Training of the Clients
personnel if required in TOR}
Total Costs
Legend:
Per diem allowance is paid for each night the expert is required by the Contract to be away from his/her usual place of residence.
Client
can
set
up
a
ceiling.
54 | P a g e
55 | P a g e
(ii)
For the purpose of this sub-paragraph, another party refers to a public official acting in relation to the
selection process or contract execution. In this context public official includes World Bank staff and
employees of other organizations taking or reviewing selection decisions.
3
For the purpose of this sub-paragraph, party refers to a public official; the terms benefit and obligation
relate to the selection process or contract execution; and the act or omission is intended to influence the
selection process or contract execution.
4
For the purpose of this sub-paragraph, parties refers to participants in the procurement or selection process
(including public officials) attempting either themselves, or through another person or entity not participating in
the procurement or selection process, to simulate competition or to establish prices at artificial, non-competitive
levels, or are privy to each others bid prices or other conditions.
5
57 | P a g e
(v)
obstructive practice is
(aa) deliberately destroying, falsifying, altering, or concealing of evidence material
to the investigation or making false statements to investigators in order to
materially impede a Bank investigation into allegations of a corrupt,
fraudulent, coercive, or collusive practice; and/or threatening, harassing, or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Banks inspection and
audit rights;
(b) will reject a proposal for award if it determines that the consultant recommended for
award or any of its personnel, or its agents, or its sub-consultants, sub-contractors,
services providers, suppliers, and/or their employees, has, directly or indirectly, engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the
contract in question;
(c) will declare misprocurement and cancel the portion of the Loan allocated to a contract if it
determines at any time that representatives of the Borrower or of a recipient of any part of
the proceeds of the Loan were engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices during the selection process or the implementation of the contract in
question, without the Borrower having taken timely and appropriate action satisfactory to
the Bank to address such practices when they occur, including by failing to inform the
Bank in a timely manner they knew of the practices;
(d) will sanction a firm or an individual at any time, in accordance with prevailing Banks
sanctions procedures7, including by publicly declaring such firm or an ineligible, either
indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract, and
(ii) to be a nominated8 sub-consultant, supplier, or service provider of an otherwise
eligible firm being awarded a Bank-financed contract.
For the purpose of this sub-paragraph, party refers to a participant in the selection process or contract
execution.
6
A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon (i) completion
of the Banks sanctions proceedings as per its sanctions procedures, including inter alia: cross-debarment as
agreed with other International Financial Institutions, including Multilateral Development Banks, and through
the application of the World Bank Group corporate administrative procurement sanctions procedures for fraud
and corruption; and (ii) as a result of temporary suspension or early temporary suspension in connection with an
ongoing sanctions proceedings. See footnote 12 and paragraph 8 of Appendix 1 of these Guidelines.
8
A nominated sub-consultant, supplier, or service provider is one which has been either (i) included by the
consultant in its proposal because it brings specific and critical experience and know-how that are accounted for
in the technical evaluation of the consultants proposal for the particular services; or (ii) appointed by the
Borrower.
58 | P a g e
Introduction
The Ministry of Urban Development (MoUD) has rolled out Smart City Mission
(SCM). The cities to be shortlisted under Smart City Mission will be competing for
funding in the City Challenge. The proposals for Round One of the Smart City
Mission (SCM) Challenge were submitted on 15th Dec, 2015. Cities clearing Round
One will begin receiving funds from MoUD, as per SC Guidelines and remaining
cities will compete for Round Two of the challenge process.
The objective of the consultancy services is to assist cities for enhancing proposals by
updating 1st Round of SCP for participating in the 2nd Round of the Challenge process.
The Consultant is expected to develop a clear and holistic strategy after review of the
1st Round SCP for Tirupati to participate in the second round.
To facilitate Cities / State Governments for Round 2 Proposals, MoUD has shortlisted
consulting firms in 1st Round of Competition to assist States/ Union Territories
through its World Bank assisted Capacity Building for Urban Development (CBUD)
project in selection of the consulting firms which can help the States/ Cities to prepare
Proposal.
7.2
Scope of Work
The Consulting Firm will prepare and deliver the Smart City Proposal (SCP) to the ULB(s)
under the supervision of the State Government. One of the key activities before embarking on
updating the 1st Round SCP prepared by the city is to identify gaps and critical issues
including proposed typologies for Area based Development and Pan City Solutions.
Specifically, the Consultant will review and update the 1st Round SCP with respect to the
following;
1.
Review Key Performance Indicators (KPIs) as attempted in the 1st Round SCP
to improve the infrastructure, livability, sustainability and economic prosperity.
Also assess the gap by adopting principles of best practices. Conduct self
Page | 59
assessment of the city based on the quantitative indicators and project where
the city wants to be with regard to the future.
2.
3.
economic
prosperity.
4.
Pan-city Solutions are mandatory component of Smart City Proposals and are
aimed at benefitting entire city through application of Information &
Communication Technologies (ICT) resulting in improvement in governance
and public service delivery. The proposal shall contain one or two smart
solutions. Smartness of the Pan-city Solution refers to doing more with less,
building upon existing infrastructural assets and resources and proposing
resource efficient initiatives. The pan city solutions proposed in the 1st Round
of the challenge by Tirupati shall be critically reviewed in all aspects for their
appropriateness and necessary action intiated.
5.
Identify and establish changes in the conceptual framework and the strategies
submitted during 1st Round Competition. The consultant shall list out those
required changes/modification in the previous SCP document to make it more
realistic as per the Smart city Guidelines, the logical process flow for plan
development, the parameters for scoring as given by MOUD in their website
and also the benchmarks set up by the winning cities.
60 | P a g e
6.
7.
Align the financing plan with the revised SCP for the complete life cycle
including viable sources of mobilizing funds for capital investment and
operation & maintenance over the life cycle of project. Financial plan will
provide for sources for repayment of project cost over the life of the project,
O&M cost and also include resource improvement action plan for financial
sustainability of SPV.
8.
9.
Reconnect citizen in the process of enhancement of SCP for the city. Present
draft final SCP to the citizens and build consensus for the revised SCP.
10.
61 | P a g e
7.3
Team Composition
Qualifications &Skills
Experience
Postgraduate Degree in
Urban Planning/ Urban
Management
or
equivalent
Experience
of
project
management, preparation of
CDPs/ Master plans/ Strategic
Plan/ City Business Plans/ City
Investment
Plan/
Vision
Documents.
Infrastructure/
Engineering Specialist
Degree
in
Engineering
At least 10
experience.
Experience
of
municipal
finance analysis, municipal
budgeting and accounting and
financial projections.
Experience
Modelling
Infrastructure
desirable.
Urban
Specialist
Finance
Civil
Masters Degree in
Finance/
Economics/
Chartered Accountant/
Commerce/ ICWA /
Post
Graduate
in
Economics
with
specialization in Public
Finance.
yrs
relevant
in
Financial
in
Urban
and
PPP
62 | P a g e
Smart
Specialist
Solution
Degree in Information
Technology/ Electronics
Engineering
or
equivalent
Experience
in
MIS
for
institutional / Governance level
and integration of various user
data.
Experience in preparation of
technical
requirements
document of the Smart Solution
to implementing the IT related
infrastructure
services
/eservices,
networking
infrastructure etc.
Experience
in
database
development, programming and
web designing; Crowdsourcing
on e and m platforms.
The Consulting Firm shall assess the requirement of other support professionals required for
carrying out the assignment as per Terms of Reference and indicate in the technical proposal.
The broad requirement of support professionals will be (i) Urban Designer, (ii) Transport
planner (iii) Economist, (iv) Affordable Housing Expert, (v) Environment Scientist/ Ecologist
and (vi) Communication Specialist.
63 | P a g e
7.5
The following outputs are expected to be delivered in stages in total duration of assignment.
S.No
Deliverables
Number
of Time
copies
date
of
start
of
Assignment
Round
price on acceptance of
SCP
with Identification of in
Gaps
editable
version
Review
Report
by
ULB/SPV
price on acceptance of
Mitigate
Gaps in
editable
by ULB/SPV
work plan
3
price on acceptance of
Final
Interdepartmental
editable
version
SCP
ULB/SPV
by
and
Task Force)
forwarding to MoUD
(Duly
price on acceptance of
version
editable
Final
SCP
ULB/SPV
by
and
forwarding to MoUD
64 | P a g e
7.6
Implementation Arrangement
The Special Purpose Vehicle (SPV for Smart city)/ Urban Local Body (ULB) shall suggest,
monitor and review the progress of the assignment. The recommendations of SPV/ ULB for
payment as per contract shall be forwarded to Ministry of Urban Development through a
confirmatory mail or hard copy letter from Chief Executive Officer (CEO) of SPV/
Commissioner, Municipal Corporation. Based on CEO, SPV/ Commissioner
recommendations, the payment shall be made to Consulting Firm directly by Ministry of
Urban Development under CBUD Project.
65 | P a g e