Download as pdf or txt
Download as pdf or txt
You are on page 1of 48

File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No.

374423 ) 1
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Vishakhapatnam Municipal Corporation

Request For Proposalfor

Selection of Agency to setup a Project Management Unit (PMU) for AMRUT 2.0 and other
projects of Water Supply & Waste Water Sectors of GVMC.

March - 2024

Reference No.:

Issued by:

Greater Visakhapatnam Municipal Corporation (GVMC), Main Office, Visakhapatnam, Andhra


Pradesh, India, Pin code530003

Web page: www.gvmc.gov.in

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 2
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Contents
Disclaimer ............................................................................................................. 5
Definitions ............................................................................................................. 6
Document Control Sheet ......................................................................................... 7
Section-1: Introduction ............................................................................................ 8
Section-2 Scope of work ......................................................................................... 9
2.1. Introduction..........................................................................................................9
2.2. Functional Scope .................................................................................................9
2.3. Team Deployment .............................................................................................. 12
2.4. Payment schedule, and timelines .....................................................................16
2.5. Review and monitoring of the Consultant’s work ........................................... 16
2.6. Responsibilities of the Authority ......................................................................16
Section-3: Eligibility and Evaluation criteria ..............................................................17
3.1 Eligibility criteria ........................................................................................................... 17
3.2 Technical evaluation ......................................................................................... 18
3.3 Financial Bid Evaluation ................................................................................... 19
3.4 Final Bid Evaluation .......................................................................................... 20
Section-4: Instruction to Applicants .........................................................................21
4.1 Clarification on RFP document/ Submission of queries .................................21
4.2 Number of Proposals......................................................................................... 21
4.3 Cost of Proposal ................................................................................................21
4.4 Acknowledgment by the Applicant...................................................................21
4.5 Right to accept and reject any or all the Proposals. .......................................22
4.6 Amendment of RFP ...........................................................................................23
4.7 Verification of information ................................................................................23
4.8 Language and currency ....................................................................................23
4.9 Proposal validity period and extension............................................................24
4.10 Format and signing of Proposals .....................................................................24
4.11 Submission of e-bid/Proposal ..........................................................................24
4.12 Proposal Due Date ............................................................................................. 25
4.13 Late Proposal ..................................................................................................... 26
4.14 Modification/ Substitution/ Withdrawal /Resubmission of Proposal .............. 26
4.15 Selection of the Consultant...............................................................................27
4.16 Opening of Proposals........................................................................................27
4.17 Deviations ..........................................................................................................27
4.18 Confidentiality ....................................................................................................27

Page 2 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 3
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

4.19 Proprietary Data .................................................................................................28


4.20 Duties, Taxes and Statutory Levies .................................................................. 28
4.21 Fraud and Corrupt/ malpractices ......................................................................28
4.22 Negotiations ....................................................................................................... 29
4.23 Tests of responsiveness ...................................................................................29
4.24 Clarification sought by Authority ..................................................................... 30
4.25 Proposal evaluation ...........................................................................................30
4.26 Issue of Letter of Intent (LoI)............................................................................. 30
4.27 Issue of Letter of Award/ Award of Project ......................................................30
4.28 Performance Security ........................................................................................31
4.29 Notifications ....................................................................................................... 31
4.30 Miscellaneous .................................................................................................... 31
Section-5: General Contract Conditions...................................................................33
5.1 General Provisions ............................................................................................ 33
5.1.1 Law Governing Contract ................................................................................... 33
5.1.2 Language............................................................................................................33
5.1.3 Notices ............................................................................................................... 33
5.1.4 Authorized Representatives.............................................................................. 33
5.1.5 Limitation of Liability ......................................................................................... 33
5.2. Commencement, Completion, Modification and Termination of Contract .... 34
5.2.1. Effectiveness of Contract .................................................................................. 34
5.2.2. Commencement of Services .............................................................................34
5.2.3. Expiration of Contract .......................................................................................34
5.2.4. Modifications or Variations ............................................................................... 34
5.2.5. Force Majeure ....................................................................................................34
5.2.6. Termination ........................................................................................................ 35
5.3. Obligation of the Agency .................................................................................. 36
5.3.1. Standard of Performance ..................................................................................36
5.3.2. Confidentiality ....................................................................................................36
5.3.3. Documents prepared by the Consultant to be the property of the Authority 37
5.3.4. Accounting .........................................................................................................38
5.4. Obligations of the Authority.............................................................................. 38
5.4.1. Assistance and Exemptions .............................................................................38
5.4.2. Change in the Applicable Law Related to Taxes and Duties ..........................38
5.5. Payments to the Consultant..............................................................................38
5.5.1. Professional fee and Payments ........................................................................ 38
5.5.2. Terms and conditions of Payment.................................................................... 38
5.6. Good Faith and Indemnity. ................................................................................38
5.7. Settlement of Disputes ...................................................................................... 39
5.7.1. Amicable Settlement ......................................................................................... 39
5.7.2. Arbitration .......................................................................................................... 39
5.7.3. Jurisdiction ........................................................................................................ 39
Section 6: Technical Proposal – Standard Forms .....................................................40
1.1. Form TECH-1: Technical Proposal Submission Form ....................................40
1.2. Form TECH-2: Applicant’s Organization and Experience ............................... 41
A – Applicant’s Organization ........................................................................................... 41
B- Applicant’s Experience ...............................................................................................41

Page 3 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 4
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

1.3. Form TECH-3: Description of Approach, Methodology and Work Plan for
performing the Assignment ................................................................................................42
1.4. Form TECH-4: Team Composition and Task Assignments ............................ 43
1.5. Form TECH-5: Curriculum Vitae (CV) for Proposed Professional Staff ......... 44
Section 7: Financial Proposal – Standard Forms ......................................................45
Annexure- 1: Proforma of Bank Guarantee for Performance Security .........................47

Page 4 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 5
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Disclaimer
The information contained in this Request for Proposal (RFP), or information provided subsequently
to Bidder(s) or applicants whether verbally or in documentary form by or on behalf of the Greater
Visakhapatnam Municipal Corporation (“Authority”), is provided to the Applicant(s) on the terms
and conditions set out in this RFP document and all other terms and conditions subject to which
such information is provided.

This RFP document is not an agreement and is not an offer or invitation by Authority to any parties
other than the applicants who are qualified to submit the bids (“Bidders”). The purpose of this
document is to provide the Applicant(s) with information to assist the formulation of their proposals.
This document does not claim to contain all the information each Applicant may require. This RFP
document may not be appropriate for all persons, and it is not possible for Authority and its
employees or advisors or Department to consider the investment objectives, financial situation and
particular needs of each Applicant. Each recipient must conduct its own analysis of the information
contained in this RFP document or to correct any inaccuracies therein that may appear in this RFP
document and is advised to carry out its own investigation into the proposed Project, the legislative
and regulatory regimes which applies thereto and by and all matters pertinent to the proposed
Project and to seek its own professional advice on the legal, financial, regulatory and taxation
consequences of entering into any contract or arrangement relating to the proposed Project.

Information provided in this RFP to the Applicant(s) is on a wide range of matters, some of which
may depend upon Interpretation of law. The information given is not intended to be on exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on law expressed herein.

The possession or use of this RFP in any manner contrary to any applicable law is expressly
prohibited. The applicants shall inform themselves concerning and shall observe any applicable
legal requirements. The information does not purport to be comprehensive or to have been
independently verified. Nothing in this RFP shall be construed as legal, financial, regulatory or tax
advice.

The Authority, its employees, department, advisors or consultants make no representation or


warranty and shall have no liability to any person, including any Applicant under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything
contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or
reliability of the RFP and any assessment, assumption, statement or information contained therein
or deemed to form part of this RFP or arising in any way for participation in this Bid stage. Neither
the information in this RFP nor any other written or oral information in relation to the Bidding Process
for implementing the Project or otherwise is intended to form the basis of or the inducement for any
investment activity or any decision to enter into any contract or arrangement in relation to the Project
and should not be relied as such.

The Authority and also its advisors/ consultants/ representatives/ employees accept no liability of
any nature whether resulting from negligence or otherwise, howsoever caused, arising from reliance
of any Applicant upon the statements contained in this RFP. The Authority and also its advisors may
in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, data, statements, assessment or assumptions contained in this RFP or
change the evaluation or eligibility criteria at any time or annul the entire Bidding Process.

The issue of this RFP does not imply that the Authority is bound to select anApplicant or to appoint

Page 5 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 6
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

the concessionaire hereinafter defined, as the case may be, for the Project and the Authority
reserves the right to reject all or any of the Applicants or Bids at any stage of the Bidding Process
without assigning any reason whatsoever including the right to close the selection process or annul
the bidding process at any time, without incurring any liability or being accountable to any person(s)
in any manner whatsoever. The decision of Authority shall be final, conclusive and binding on all the
parties.

The Applicant shall bear all its costs associated with or relating to the preparation and submission of
its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the Authority or any other costs
incurred in connection with or relating to its Bid including costs relating to submission and
maintenance of various fees, undertakings and guarantees required pursuant to this RFP and also
any cost relating to updating, modifying or re-submitting its Bid pursuant to the RFP being updated,
supplemented or amended by the Authority. All such costs and expenses will be incurred and borne
by the Applicant and the Authority shall not be liable in any manner whatsoever for the same or for
any other costs or other expenses incurred by anApplicant in preparation or submission of the Bid,
regardless of the conduct or outcome of the Bidding Process.

The Applicants are prohibited from any form of collusion or arrangement in an attempt to influence
the Selection and award process of the Bid. Giving or offering of any gift, bribe or inducement or any
attempt to any such act on behalf of the Applicant towards any officer/employee/ advisor/
representative of Authority or to any other person in a position to influence the decision of the
Authority for showing any favor in relation to this RFP or any other contract, shall render the
Applicant to such liability/penalty as the Authority may deem proper, including but not limited to
rejection of the Bid of the Applicant and forfeiture of its EMD. Laws of the Republic of India are
applicable to this RFP.

This RFP document and the information contained herein are confidential and for use only by the
person to whom it is issued. It may not be copied or distributed by the recipient to third parties (other
than in confidence to the recipient's professional advisor). In the event that the recipient does not
continue with the involvement in the Project in accordance with RFP, the information contained in
the RFP document shall not be divulged to any other party. The information contained in the RFP
document must be kept confidential. Mere submission of a responsive Bid/ Proposal does not
ensure selection of the Applicant.

The information contained in this document is selective and is subjected to updation, expansion,
revision and amendment. Authorities’ reserves the right of discretion to change, modify, add to or
alter any or all of the provisions of this document and/or the bidding process, without assigning any
reasons whatsoever.
Definitions
S. No. Acronym Definition
1 Authority Greater Visakhapatnam Municipal Corporation
Successful applicant that will provide the Services to the Authority
2 Consultant/Agency
under the Contract.
the Contract signed by the Parties and all the attached documents, if
3 Contract
any.
the Authority or the Consultant, as the case may be, and “Parties”
4 Party
means both of them.
professionals and support staff provided by the Consultant assigned
5 Personnel
to perform the Services or any part thereof
6 Services the work to be performed by the Consultant pursuant to the Contract.

Page 6 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 7
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Document Control Sheet

Tender Notice No./Reference no.


Greater Visakhapatnam Municipal Corporation
Name of the Department
(GVMC)
RFP for Selection of Agency to setup a Project
Management Unit (PMU) for AMRUT 2.0 and
Name of the Project
other projects of Water Supply & Waste Water
Sectors of GVMC.
Tender/Bidding Type Open
Tender Category Consultancy
Type of Works Services
12 months with the provision of extension for 2
Period of Services
years based on satisfactory performance
JV/consortium Not Applicable
Bid System Two Bid System (Technical & Financial)
Evaluation Type Quality cum Cost Bases Selection (QCBS) (80:20)
Publishing date and time on the e-tendering
/03/2024 11.00 A.M
portal
…/03/2024 3.00 P.M. venue will be
Date, Time and Venue for pre-bid meeting
……………………………
Pre bid queries may be mailed to
Last date and time for submission of queries
……………………………
Bid Submission Closing Date & Time ./03/2024 5.00 P.M.
Release of corrigendum (if required) on the
Any time before opening of the bids
e-tendering portal
Date, Time and Venue for opening of
…/03/2024 at 04.00 PM
technical bids
Time and date of opening of financial
proposal
Bid Validity Period 90 days
Commissioner, Greater Visakhapatnam Municipal
Officer Inviting Bids
Corporation (GVMC), Visakhapatnam
………………., Greater Visakhapatnam Municipal
Bid Opening Authority
Corporation (GVMC), Visakhapatnam
Greater Visakhapatnam Municipal Corporation
(GVMC), GVMC Main Office, Visakhapatnam,
Andhra Pradesh, India, Pin;530003.
Department Address for Communication E-mail address: …………………………………
Web page: www.gvmc.gov.in (for downloading of
tender document).
Mob: …………………………………
Document/ Tender Fees
Performance Security

Page 7 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 8
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Section-1: Introduction

Greater Visakhapatnam Municipal Corporation is the nodal agency responsible for management
and development of the urban areas under its jurisdiction in Visakhapatnam. GVMC undertakes
multiple activities in the GVMC area to ensure that the city is livable for its citizens. Several
vendors/suppliers are also involved in providing goods/services to the GVMC as part of these
ongoing activities, which pertain to various aspects of citizen centric services like city planning,
provision of essential services, city sanitation and waste management, waste water management,
air quality improvement, upkeep and management of public spaces like parks, playgrounds, parking
spots, vending zones etc. Further, GVMC plans to undertake multiple new activities dovetailed with
existing development plans, and with the overarching objective of ensuring of high-quality services
and improving quality of life in Visakhapatnam.

Since Greater Visakhapatnam Municipal Corporation will require significant institutional and
management capacity for development and management of the projects, and has decided to
engage services of a Professional Service Provider (“PSP”)/consultant for providing required
number of qualified and capable experts/specialists for setting up of one Project Management Unit
(PMU) at Greater Visakhapatnam Municipal Corporation for the mission period of AMRUT 2.0 &
other projects of GVMC in water supply & waste water sectors, and the same can be extended as
per the mission requirement or as per directions by Ministry of Housing & Urban Affairs (MoHUA)

GVMC has decided that the project will be developed and monitored through the PMU by hiring
qualified experts/specialists, which will be selected through a competitive bidding process. The
consultant shall provide qualified and experienced technical experts in accordance with the terms
and conditions stated in the agreement to be entered.

Page 8 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 9
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Section-2 Scope of work

2.1. Introduction

The scope of work of PMU will broadly include planning, implementation and monitoring of projects,
reforms, activities, and components under AMRUT 2.0& other projects of GVMC in water supply &
waste water sectors. The PMU will support in preparation and implementation of all plans under
AMRUT 2.0& other projects of GVMC in water supply & waste water sectors, as per the concerned
GoIMinistry’s guidelines, for submission to State Government and Government of India and carry
out Project Monitoring and implementation. The PMU shall support in key activities i.e., planning,
policy support, monitoring of physical & financial progress of projects, procurement etc. and shall
support GVMC in overall program management and implementation of AMRUT 2.0& other projects
of GVMC in water supply & waste water sectors. This would includeend-to-end consultancy
support&hand holding to GVMC.

The consultant shall extend end-to-end support in implementation of upcoming water supply,
sewerage, septage, water body rejuvenation, park and reform projects, and support in ensuring
compliance towards PeyjalSurvekshan data and documentation under AMRUT 2.0 Mission & other
projects of GVMC in water supply & waste water sectors.

The PMU will carry out a multi-stage exercise in close collaboration with the GVMC and other
stakeholders. Without limiting the scope, the PMU will work in close liaison with the GVMC,
including but not limited to the following tasks:

2.2. Functional Scope

A) ProgramManagement
(i) Assist GVMC to prepare City Level Action Plan and overall strategic action plan
of AMRUT 2.0 & other projects of GVMC in water supply & waste water sectors
along with the statistical details such as per capital cost, present population,
population growth rate, design period, service delivery norms (Ipcd), O&M
issues, involvement of ULBs, source availability, details of schemes.
(ii) Coordinate with Stakeholders to seek necessary inputs as well as provide
guidance for timely preparation of project reports.
(iii) Prepare reports, briefs, presentations, and other documents as needed; analyze
the survey reports and deduce outcomes
(iv) Study the implementation pattern and provide inputs to GVMC on better project
implementation for expeditious achievement of objectives.
(v) Monitor fund flow to GVMC and provide effective tracking mechanisms, if
required.
(vi) Coordinate with all stakeholders for effective implementation and execution of
projects, disbursement of funds and reporting on programme monitoring with
GVMC; and
(vii) Support in programme governance

(viii) Assist GVMC in drafting the training needs document, development of training
programs and monitor and evaluate the implementation of these programs for
successful outcomes and continuous improvement.

Page 9 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 10
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

(ix) Assist GVMC in development of a communication strategy that highlights multi-


level messages, media and co-ordination with the identified agencies for
successful implementation.
(x) Development of Trackers for PeyJalSurvekshan.

(xi) Support GVMC on various Portals developed by MoHUA Govt of India –


including handholding support
(xii) Overall coordination between GVMC, State, and MoHUA Govt of India on
technical and financial aspects.
(xiii) Prepare an IEC plan for AMRUT 2.0 (U)& other projects of GVMC in water
supply & waste water sectors to undertake activities like awareness
programmers on importance of use of safe drinking water, water quality and
relevant issues and Operation & Maintenance (O&M) of schemes
(xiv) Support in preparing and implementing a comprehensive capacity building
programme, action plan and develop material for training for AMRUT 2.0 & other
projects of GVMC in water supply & waste water sectors as per the programme
objectives
(xv) Facilitate organization of workshop, conferences, and consultations as required
from time to time.
B) FinancialMonitoring
(i) Review financial progress and provide inputs for improved tracking of financial
progress
(ii) Regular and consistent reporting of financial progress against yearly/ overall
targets and keep track record of utilization certificates.
(iii) Assist in financial reporting and financial issues, if any.

(iv) Support the development and monitoring of annual work plans and budgets,
including annual milestones.
(v) Assessment of the capacity of the contracting agencies and building/ facilitating
their capacities to participate in bids; and
(vi) Assessment of extra budgetary resources required for the mission.

(vii) Municipal financial assessment and strengthening of municipal finance.

(viii) Prepare/support adoption of a robust tariff policy/guidelinestowards effective cost


recovery
(ix) Assist GVMC in the implementation of AMRUT 2.0& other projects of GVMC in
water supply & waste water sectors, support in channeling financial resources
from State, Central, externally aided financial assistance etc.,
(i) Undertaking financial assessment

a. Assessment of past and ongoing investments


b. Assessment of investment priorities and frameworks
c. Assessment of phasing of investment
C) TechnicalMonitoring

Page 10 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 11
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

(i) Provide technical inputs for techno-economically viable designing, planning and
implementation of projects as per already prepared DPRs
(ii) Provide inputs on project implementation, as required by the client

(iii) Review operations and maintenance of commissioned projects by building


capacities of stakeholders.
(iv) Support monitoring and review of projects in terms of physical/ financial targets
and against overall monitoring parameters
(v) Undertake review of city water balance prepared for ULBs under the program

(vi) Undertake analysis of water quality data received from various levels of labs and
provide inputs/interventions to ensure water quality compliance with the
stipulated norms.
(vii) Provide recommendations to GVMC on city water action plan prepared under the
program.

D) Water Supply and Sewerage (WSS) Sector Development Strategy


(i) Review of urban water supply and sanitation service delivery standards

(ii) Undertaking technical assessment:

a. Undertake review of DPRs and analysis of infrastructure gap and project


prioritization under AMRUT 2.0& other projects of GVMC in water supply &
waste water sectors
b. Undertake assessment of water resources for meeting the demands for
consumers in urban sector
(iii) Undertaking policy level assessment for WSS

a. Review of existing policies for WSS in the light of policies and programs in
other ULBs and Indian states
b. Development of new WSS sector policy/guidelines including wastewater
reuse and recycle policy
c. Development/improvisation of tariff guidelines and tariff policy, if required
E) Monitoring and Evaluation and Capacity Building
(i) Support in developing the framework for monitoring and evaluation under AMRUT
2.0 programme at GVMC level.
(ii) Monitor project risks and provide timely advice on ensuring sufficient resources are
allocated and measures are taken to manage risks.
(iii) Prepare consolidated progress reports or project management including
identification of problems, bottlenecks in project implementation, and providing
specific recommendation
(iv) Prepare regular progress report based on MIS data for different periodicity.

(v) Review current systems in providing accurate and timely data, and provide inputs
if any for improvement, development of Standard Procedures
(vi) Provide inputs for enhancement of existing grievance redressal/ and citizen’s
feedback system and analyze data and recommend action for grievance redressal.

Page 11 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 12
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

F) Procurement and Bid Process Management


(i) Undertake clusterization and packaging of projects.
(ii) Undertake preparation and review of bid documents

(iii) Review technical specifications provided by DPR consultants and incorporate the
same
(iv) Assist in all aspects of procurement including issuing bid invitation,
addendum/corrigendum, and clarifications to the bidders queries, bid evaluation,
selection of contractors, award of contract and signing of contract;
(v) Review DPR and contract documents prepared by DPR/other consultant and
provide comments on the RFP and contract documents.
(vi) Provide assistance in procurement and bid process management for all sub-
projects under AMRUT 2.0& other projects of GVMC in water supply & waste
water sectors.
(vii) Develop documents for execution on PPP for various schemes (if any);

The list is indicative, and the consultancy firm may be required to provide additional services/tasksas
required for the programme/or indicated by the client, within the scope of the programme.

2.3. Team Deployment


The Successful Agency shall deploy a team of experts (consultants) full-time based at Greater
Visakhapatnam Municipal Corporation for the project period, and the visit of Subject Matter Experts
(SMEs)on need basis.

The role wise responsibilities are summarizedbelow:


Sl. No Position Numbers Input Type
1 Team Leader cum Urban Infrastructure Expert 1 Full-time
2 Water and wastewater Expert 1 Full-time
3 Water Quality Expert 1 Full-time
4 Procurement Expert 1 Full-time
5 IEC and Capacity Building Expert 1 Full-time
Total 5

AMRUT 2.0 PMU Team – Qualification & Role&Responsibility

S
Title Qualifications&Skills Role&Responsibility
No

1 Team Leader  Master’s degree in engineering/  Responsible for driving PMU (resources,
MBA/ PGDM systems, processes) & ensure Project
objectives are met.
 Minimum10 years of experience
in WASH/ Infrastructure sector  Oversee and provide direction for project
planning, designing, bid management,
multistakeholder management and
coordination.
 Identify specific implementation projects,
project packaging and sequencing
necessary to meet project outcomes or
objectives.

Page 12 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 13
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

AMRUT 2.0 PMU Team – Qualification & Role&Responsibility

S
Title Qualifications&Skills Role&Responsibility
No
 Liaison with GVMC, GoAP, MoHUA in
finalizing the projects and approval of
funds.
 Scheduling and ensuring
timelymobilization/demobilizationofteam
members
 Advice and guidance to multi-disciplinary
team of experts.
 Presentation of reports and other
deliverables to the client and review
committee
 Review the financials of the programme
and projects under the same
 Undertake financial feasibility study,
infrastructure financing for
projects/programs
 Conductfinancialsustainabilityanalysesforre
venue-generatingsubprojects.
 Reviewestimatesofdetailedeconomicproject
costsandidentifyallprojecteconomic benefits.
 Conducteconomicandfinancialviabilityasses
smentsoftheprojects.
 Support in the implementation of accounting
and user charges reforms.
 Preparationof financialviabilitymodel forPPP
Projects (if any)
 Any other work assigned by the
competent Authority.

2 Water and  Postgraduate in Management/  Overall review the designs of intake,


wastewater Civil/ Environmental/ Equivalent treatment plant process, hydraulic
Expert Engineering. modelling, pumping stations, MBR,
pumping main, gravity main, feeder main
 Minimum 7 years’ experience in & 24x7 continuous pressurized water
water and wastewater projects supply system
 Appraisal of subprojects for Water
 Oversee and review performance of
projects and monitoring of the
contractors
 Should have experience of preparation
and implementation of water supply
projects including NRW reduction
program.
 Assist in implementation of AMRUT 2.0
& other projects of GVMC in water
supply & waste water sectors related
guidelines.
 Guide and support for application of

Page 13 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 14
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

AMRUT 2.0 PMU Team – Qualification & Role&Responsibility

S
Title Qualifications&Skills Role&Responsibility
No
Water+, PeyJalSurvekshan.
 Identify potential sectors/users
(industries and/or power generation
utilities) for bulk wastewater reuse.
 Assist in developing a Plug and Play
Design library that will include scheme
components like ready-to-use design
specifications and norms for reservoirs,
WTPs, STPs ESR, sumps, etc.
 Support in execution of assessments of
existing faecal sludge management
systems, including collection,
transportation, treatment, and disposal
methods. Analyze data to identify gaps,
challenges, and opportunities for
improvement, sewerage system,
treatment and reuse infrastructure.

3. Water Quality  Masters in Environmental /  Preparing a framework for the


Expert Chemical Engineering / selection of appropriate technology for
Master’s in Science or the treatment of water for drinking
Equivalent purpose.
 Minimum 7 Years’ experience  Assist in setting up Accredited water
in water and wastewater quality testing protocols/infrastructure
sector
 Prepare Standard procedures for
testing and compliance of norms of
water and waste water treatment as
stipulated by competent authorities
such as CPCB, NGT, CPHEEO, State
bodies etc
 Ensure compliance fo all projects with
issued norms
 Assist in regular monitoring and
review of water quality monitoring and
surveillance system and suggest
mechanism for strengthening the
system.
 Gap assessment viz. equipment’s,
chemicals, staff requirements, setting
up of procedures / manuals and other
infrastructure needs of Water Quality
Testing Laboratories.
 Modalities for Operation and
Maintenance mechanism of Water
Quality Testing
 Suggesting modalities for water
source strengthening, evaluation of
source sustainability for entire period
of Water Supply Schemes

Page 14 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 15
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

AMRUT 2.0 PMU Team – Qualification & Role&Responsibility

S
Title Qualifications&Skills Role&Responsibility
No
 Provide technical inputs and gap
assessment related to Water Treatment.
 Develop a framework for water quality
control.
 Suggest appropriate Water Treatment
Technologies.

4. Procurement  Postgraduate / Graduate in  Assist in bid invitation,


Expert Management / civil / addendum/corrigendum, and
electrical/mechanical/ clarification to bidder’s queries.
planning/ environmental
 Assist in preparation of tender
engineering/ equivalent
documents and RFP.
 Minimum 7of years’
 Support in preparation of contract
experience in relevant field
documents for implementation& other
 Proven Experience in projects of GVMC in water supply
Procurement, Public & waste water sectors
Procurement in social and
 Assist to develop a procurement
infrastructure sector
mechanism and realign the
procurement process.
 Assist to prepare and finalize project
budget and timely update of the
budget document as required
 Assist in bringing in private player to
execute projects on PPP model as per
the guidelines.
 Assist in execution of capacity building
on adopting a life cycle approach to
develop and manage infrastructure
projects: Life cycle approach includes
(i) needs assessment (ii) Conceptual
design and Feasibility Study (iii)
Design and Action Planning (iv)
Implementation and (v) Operation and
maintenance.

5. IEC and  Graduate / Postgraduate in Minimum 6 years of relevant experience in


Capacity Mass Communication/Social in relevant field imparting awareness in
Building Expert Work/Environment/ Urban citizen on social issues and capacity
Planning or any relevant field building

 Proven experience in Social Sector


Projects including Sanitation, Public
Health, Water
 Develop SOPs on various aspect of
construction, operation &
maintenance, regular maintenance
etc.
 Experience in conducting training /

Page 15 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 16
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

AMRUT 2.0 PMU Team – Qualification & Role&Responsibility

S
Title Qualifications&Skills Role&Responsibility
No
workshops as master trainer (trainer of
trainers)
 Strong leadership, administration,
analytical, communications,
interpersonal and project management
skills is essential for this position.

During the project, additional resources may be required by the Authority for specific requirements.
The Authority may raise requirements for such member (at least 2-months in advance) and
invoicing will be done on basis of the financial quote (person-month rate) on a pro-rata basis.

2.4. Payment schedule, and timelines

The overall period of the engagement of the agency shall be twelve months(12) and further Twenty-
Four (24) months extension on satisfactory performance from the date of signing the contract, with
the provision for extension based on requirement.

In response to the RFP, the Applicant shall provide financial quote in the form of man- month rate
and for Subject Matter Expert (SMEs) per man-dayrate exclusive of GST/taxes. The man-month
rate, i.e., the financial quote, shall be inclusive of the following:

a. All out-of-Pocket Expenses (OPE)


 Travel, boarding and lodging at Visakhapatnam.
 Equipment to be used by the Consultant like laptop, internet dongle etc.
 Stationery
 Admin expenses
 Supervisory time of leadership team/SMEs
b. Payments will be made to the Agency on a monthly basis based on the actual deployment of
billable resources and actual visits of SMEs. The man-month rate determined will
remainunaltered during the twelve (12) months period. Further extension for a period of (24)
month thereafter can be agreed on mutual basis as mentioned above. For such extension,
there will be an increase of 10% on per-man month rate quoted by the selected agency.

2.5. Review and monitoring of the Consultant’s work

The Consultant’s work will be monitored by a Steering Committee constituted by the Authority. The
Committee shall constitute of key officials from GVMC working on the areas specified for
Consultant’s support.

2.6. Responsibilities of the Authority

During the Project, the Consultant shall work in close co-ordination with GVMC and shall provide
(or cause others to provide) the following support to the Consultant:

a) Regular review and approval of all the documents submitted by the Consultants.

b) Co-ordination support from respective government departments and other stakeholders

Page 16 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 17
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

c) Information, resources and assistance (including access to records, systems, and people)
required to perform theServices.

d) The language of work products to be delivered by the Consultant shall be English. GVMC shall
provide office support and assistance (for local language to English and vice-versa translation,
preparation of Government-file noting, operating e-office etc.) on a dedicated basis.

e) Adequate clerical staff, data entry operators, office peons on dedicated basis.

f) Office space with adequate office setup, desk, furniture etc with internet facilities

g) Office printing supplies, stationary supplies, printing & scanning machineries.

Section-3: Eligibility and Evaluation criteria

3.1 Eligibility criteria

The Applicants should meet all the criteria provided below:

S.
Topic Eligibility Criteria
No.
1. Registration The Applicant shall be a Company registered under the Companies Act or
Partnership firm registered under the Partnership Act of 1932 or
registered (converted to) under the Indian Limited Liability Partnership
Act, 2008. The legal status shall be demonstrated through a copy of
registration certificate OR a copy of certificates of incorporation.
2. Blacklisting An undertaking (self-certificate) that the applicant hasn’t been blacklisted
by any central or state Government institution as on the date of
submission and there has been no litigation with any government
department on account of similar service which shall create impact on the
performance of the services under this RFP, must be submitted. The
documentary proof should be provided on Applicant’s letter head that is
duly signed by authorized signatory.
3. Annual The Applicant must have a minimum annual turnover of INR 25 Cr. during
turnover the last three (03) audited financial years ending on 31st March 2023 from
India operations.
The same shall be demonstrated by submitting audited financial
statements for the last three (3) years and a Certificate of Chartered
Accountant should be submitted.
4 Specific Applicant must have the following consulting experiences:
Experience
a) The Applicant should have at least 5 years of experience in and
management / water and wastewater sector.

b) Must have one consultancy projects worth more than Rs. 1.4 Cr.
Having scope of handling and implementing national level schemes/
initiatives w.r.t.water/wastewater projects.
Or
Must have one consultancy projects worth more than Rs. 80 lakh
Having scope of handling and implementing national level schemes/

Page 17 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 18
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

S.
Topic Eligibility Criteria
No.
initiatives w.r.t.water/wastewater projects
Or
c) Must have one consultancy projects worth more than Rs. 70 lakh
Having scope of handling and implementing national level schemes/
initiatives w.r.t.water/wastewater projects. Must have experience of at
least 3 projects having scope of each programs of AMRUT
implementation. Should have experience in establishing and operating
monitoring, evaluation, and verification frameworks.
.
The documentary proof will be Work Order/ Completion Certificate/ CA
certificate certifying the payment received.

3.2 Technical evaluation

The Technical Evaluation of the proposals shall be based on following parameters:

S. No. Evaluation Criteria Marks


1. Experience of implementing consultancy projects at State/City level with the
scope of handling and implementingwater/wastewater/water resources with
minimum consulting value of INR 5 Cr. for each project
10
1 Project – 5 Marks
2 projects – 7 Marks
3 Projects – 10 Marks
2. Experience of implementing consultancy projects in the state of Andhra Pradesh
with minimum consulting value of INR 5 Cr. for each project

10
1 Projects – 5 Marks
2 projects – 7 Marks
3 Projects – 10 Marks
3. Financial Capability
Average Annual financial Turnover during the last three audited financial years

25-50 Cr: 5 Marks 10


50-100: 7 Marks
More than 100 Cr: 10 Marks

4. Profiles of Key Resources/Experts:

1. Team Leader (6 Marks)

Minimum Qualifications: 3
Minimum relevant experience: 3 Marks
30

2. Water and Wastewater Expert (6 Marks)

Minimum Qualifications: 3
Minimum relevant experience: 3 Marks

Page 18 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 19
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

S. No. Evaluation Criteria Marks

3. Water Quality (6 Marks)

Minimum Qualifications: 3
Minimum relevant experience: 3 Marks

4. Procurement Expert (6 Marks)

Minimum Qualifications: 3
Minimum relevant experience: 3 Marks

5. IEC and CB Expert (6 Marks)

Minimum Qualifications: 3
Minimum relevant experience: 3 Marks

5. Technical Presentation:
1. Understanding of Scope
40
2. Approach & Methodology

Total Marks 100

The (project) experience that would be claimed by the Applicant against the criteria both for
eligibility as well as for technical evaluation must have been executed as the primary/ lead
consultant by the Applicant’s legal entity submitting the bid for this RFP. Applicants will be required
to provide work orders/extension orders/contracts/completion certificate/ payment certificate as
proof of experience.

Experiences mentioned in technical evaluation section should be mutually exclusive. Extension


work orders of a project may be counted as total project duration but will not be counted as
separate projects but may be counted towards monetary value of total project. All experience
should be from India.

Highest Technical scoring proposal shall be given a technical score (St) of 100 points. The
technical score of the other proposals (To) shall be computed as follows.

St = 100 X To (Other Technical proposal)


Tm (Highest Technical proposal)

Evaluation will be based on documentary evidence submitted by the Applicants and presentation
before the Selection Committee of the Authority with respect to evaluation/selection criteria.
Documentary evidence will be signed contracts/agreements, or work/orders (or award letters or
letters of intent) or completion certificates and payment certificates.

3.3 Financial Bid Evaluation

Minimum score of 70 marks in the technical evaluation process is required to be considered as a


Technically Shortlisted applicant.

Only Technically Shortlisted bids (having the minimum required score) would be eligible for opening

Page 19 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 20
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

of financial bids. The financial proposals of only technically shortlisted Applicants will be opened in
the presence of the Applicants representatives who choose to attend.

The Financial proposal will be evaluated on Total cost.

Lowest Financial proposal (Fm) shall be given a financial score (Sf) of 100 points. The financial
score of the other financial proposals (Fo) shall be computed as follows:

Sf = 100 XFm (Lowest Financial proposal) / Fo (Other Financial proposal)

Bids determined to be substantially responsive (see instructions to Applicants) will be checked by


the Authority for any arithmetical errors in computation and summation.
Errors will be dealt by the Authority as - Where there is discrepancy between ratesindicated in
figures and in words, rates in words will govern.

The bid shall contain no interlineations or overwriting except as necessary to correct errors made
by the Applicant themselves. Any such correction shall be initiated by the authorized person.

3.4 Final Bid Evaluation

The Applicant shall be selected under the Quality-cum-Cost Based System (QCBS) with
weightages of 80:20 (80% for technical proposal and 20% for financial proposal) and procedures
described in this RFP.

Proposals shall finally be ranked according to their combined technical (St) and Financial (Sf)
scores using the weights (T=the weight given to the technical proposal; F=the weight given to the
financial proposal; T + F = 100) indicated below.
S = St X (T=80%) + Sf X (F = 20%)

In case of a tie, Applicant with higher technical score will be considered for award of work.
The successful Applicant would be notified in writing by the Authority by issuing the Letter of Award
(LOA) in favor of the Applicant.

The Authority reserves the right to accept any proposal or reject any or all the proposals without
assigning any reasons and any liability whatsoever including financial liability. The Authority also
reserves the right to close or cancel the entire process of appointment at any point without
assigning any reasons whatsoever and without any liability whatsoever.

Page 20 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 21
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


Section-4: Instruction to Applicants

4.1 Clarification on RFP document/ Submission of queries

a) The Applicants requiring any clarification on the RFP document may submit its queries
by the due date and time as mentioned in the Document Control Sheet in the following
format on the e-tendering portal and via mail

Amendment
RFP Clause RFP Clause
S.No. Page No. Sought / Justification
No. detail
Suggestion

b) The Authority shall endeavor to respond to the queries within the period specified
therein but not later than 7 (seven) days prior to the Proposal due date.

c) The Authorityreserve the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 4.1 shall be construed as
obliging the Authority to respond to any question or to provide any clarification.

4.2 Number of Proposals

No Applicant or its Associate shall submit more than one proposal for the project. An
Applicant applying individually or as an Associate shall not be entitled to submit
another application either individually. Joint venture/Consortium is not allowed under
this RFP.

4.3 Cost of Proposal

a) The Applicants shall be responsible for all of the costs associated with the preparation
of their Proposals and their participation in the Selection Process including subsequent
negotiation, visits to the Authority, Site(s) etc. The Authority will not be responsible or in
any way liable for such costs, regardless of the conduct or outcome of the Selection
Process.

b) All papers submitted with the Proposal are neither returnable nor claimable.

4.4 Acknowledgment by the Applicant


It shall be deemed that by submitting the Proposal, the Applicant has:

(a) made a complete and careful examination of the RFP; received all relevant information
requested from the Authority.

(b) acknowledged and accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority or relating to any of
the matters referred to in Clause 2.6 above.

(c) satisfied itself about all matters, things and information, necessary and required for
submitting an informed Proposal and performance of all of its obligations thereunder.

(d) acknowledged that it does not have a Conflict of Interest; and

Page 21 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 22
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

(e) agreed to be bound by the undertaking provided by it under and in terms hereof.

(f) The Authority shall not be liable for any omission, mistake or error on the part of the
applicant in respect of any of the above or on account of any matter or thing arising out
of or concerning or relating to RFP or the Selection Process, including any error or
mistake therein or in any information or data given by the Authority.

4.5 Right to accept and reject any or all the Proposals.

a) Notwithstanding anything contained in this RFP, Authority reserves the right to accept
or reject any Proposal and to annul the bidding process and reject all the Proposals, at
any time without any liability or any obligation for such acceptance, rejection or
annulment, without assigning any reasonthereof.

b) Without prejudice to the generality of Clause 4.4.1, the Authority reserve the right to
reject any Proposal if, but not limited to:

a) at any time, a material misrepresentation is made or discovered, or

b) the Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the
Proposal.

c) Made misleading or false representations in the forms, statements and


attachments submitted in bid documents. The EMD of the applicant will be
forfeited in such cases.

d) Exhibited a record of poor performance such as abandoning works, not


properly completing the contractual obligations, inordinately delaying
completion or financial failures, etc. in any project in the preceding three
years.

e) Failed to provide clarifications related thereto, when sought.

f) Submitted more than one bid (directly / indirectly).

g) Declared ineligible by the Government of India / State / UT Government


/’PSU's / any Government Society/Board/Corporation for corrupt and
fraudulent practices or blacklisted.

h) Submitted a bid with price adjustment/variation provision.

i) Documents are not submitted as specified in the RFP document.

j) Suppressed any details related to bid.

k) Submitted incomplete information, subjective, conditional offers and partial


offers submitted.

l) Not submitted documents as requested in the checklist.

Page 22 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 23
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


m) Submitted bid with lesser validity period.

n) Any non-adherence/non-compliance to applicable RFP document


content.The Applicant does not adhere to the formats provided in the
Annexures to the RFP while furnishing the required information/details.

o) Misrepresentation/ improper response by the Applicant may lead to the


disqualification of the respective Applicant.

p) If such disqualification / rejection occurs after the Proposals have been


opened, such applicant will be debarred from participating in the next
bidding process and the performance security will be forfeited.

4.6 Amendment of RFP

a) At any time prior to the Proposal Due Date, the Authority, for any reason, whether at its
own initiative or in response to a clarification requested by eligible Applicant/s, modify
the RFP by issuance of an Addendum/Amendment. Such amendments shall be
uploaded on the website through a corrigendum and form an integral part of the e-
bid/Proposal document.

b) The relevant clauses of the e-bid/Proposal document shall be treated as amended


accordingly. It shall be the sole responsibility of the prospective Applicant to check the
abovementioned website from time to time for any amendment in theRFP document/s.
In case of failure to get the amendments, if any, the Authority shall not be responsible
for it.

c) In order to provide the Applicants a reasonable time to examine the addendum, or for
any other reason. Authority may, at its own discretion, extend the Proposal Due Date
minimum by additional 30 days.

4.7 Verification of information

a) It is desirable that the Applicants submit their Proposal/s after verifying the availability
of the data, information and/or any other matter considered relevant.

b) It is deemed that Applicants have conducted their own assessment, research and
analysis, including seeking clarification, queries from nodal officer(s) identified in this
document, as required before submission of their Proposal.

c) It would be deemed that by submitting the Proposal, the Applicant has:


a. Made a complete and careful examination and accepted the RFP in totality.
b. Received all relevant information requested from Authority and:
c. Made a complete and careful examination of the various aspects of the Scope of
Work.

d) Authority shall not be liable for any mistake or error on the part of the Applicant in
respect of the above.

4.8 Language and currency

a) The Proposal and all related correspondence and documents should be written in the

Page 23 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 24
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


English language. Supporting documents and printed literature furnished by the
Applicants with the Proposal may be in any other language provided that they are
accompanied by appropriate translations of the pertinent passages in the English
language. Supporting materials, which are not translated into English, may not be
considered for evaluation. For the purpose of interpretation and evaluation of the
Proposal, the English language translation shall prevail.

b) The currency for the purpose of the Proposal shall be the Indian National Rupee (INR).

4.9 Proposal validity period and extension

a) Proposal shall remain valid for a period of 90 days from the Proposal Due Date
(“Proposal Validity Period”) and Authority may solicit the Applicant’s consent
forextension of the period of validity, if required. Authority reserves the right to reject
any Proposal, which does not meet this requirement.

b) In exceptional circumstances, prior to expiry of the original Proposal Validity Period,


Authority may request Applicants to extend the validity period for specified additional
period. Applicants, who may not extend the validity period, will deem to have withdrawn
their Proposal at the expiry of validity period.

4.10 Format and signing of Proposals

a) The Applicants shall prepare electronic copies of the technical and financial e-
bid/Proposals separately.
b) Applicants should provide all the information as per the RFP and in the specified
formats. Authority reserves the right to reject any Proposal that is not in the specified
formats.

c) In case the Applicants intends to provide additional information for which specified
space in the given format is not enough, it can be furnished in duly stamped and
signed PDFs.

4.11 Submission of e-bid/Proposal

a) The Applicants need to submit the Proposal online in response to this RFP published
by the Authority. Submission can be done till the Proposal Due Date specified in the
RFP. Applicants should start the process well in advance so that they can submit their
Proposal in time. Once the submission date and time has passed, the Applicants
cannot submit their Proposals. For delay in submission of Proposal due to any
reasons, the Applicants shall only be held responsible.

b) The Applicants have to follow the following instructions forsubmission:

a. For participating through the e-tendering system, it is necessary for the Applicants
to be the registered users of the e-procurement website. The Applicants must
obtain a user login ID and password.

b. In addition to the normal registration, the Applicant has to register with his/her
Digital signature Certificate (DSC) in the e-tendering system and subsequently
he/she will be allowed to carry out his/her e-bid/Proposalsubmission activities.

Page 24 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 25
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


Registering the DSC is a one-time activity. Before proceeding to register his/her
DSC, the Applicant should fist log on to the e-tendering system using the user
login option on the home page with the login ID and password with which he/she
has registered.

c. For successful registration of DSC on e-procurement website the Applicant must


ensure that he/she should possess class-2/class-3 DSC issued by any Certifying
Authorities approved by Controller of Certifying Authorities, Government of India,
as the e-procurement website is presently accepting DSC issued by these
authorities only. The Applicant can obtain user login ID and perform DSC
registration exercise above even before e-bid/Proposal submission date starts.
The Authority shall not be held responsible if the Applicant fails to submit his/her
e-bid/Proposal before the Proposal Due Date due to DSC registration problem.

d. The Applicant can search for active tenders through “search active tenders” link,
select a tender in which he/she is interested in and then move it to ‘My Tenders’
folder using the options available in the e-bid submission menu. After selecting
the tender, for which the Applicant intends to e-bid/Proposal, from “My tenders”
folder, the Applicant can place his/her e-bid/Proposal, the Applicant should
download the RFP document including financial format and study them carefully.
The Applicant should keep all the documents ready as per the requirements of
RFP document in the PDF format.

e. Before uploading, the Applicant has to select the relevant DSC. She/He may be
prompted to enter the DSC password, if necessary. For uploading, the Applicant
should click “browse” button against each document label intechnical and financial
schedules/packets and then upload the relevant PDF files already prepared and
stored in the Applicant’s computer.

f. The Applicant should click “Encrypt” next for successfully encrypting and
uploading of required documents. During the above process, the e- bid/Proposal
documents are digitally signed using the DSC of the Applicant and then the
documents are encrypted/locked electronically with the DSCs of the bid openers
to ensure that the e-bid/Proposal documents are protected, stored and opened by
concerned bid openers only.

g. After successful submission of e-bid/Proposal document, a page giving the


summary of a-bid submission will be displayed confirming end of e- bid/Proposal
submission process. The applicant can take a printout of the bid summary using
the “print” option available in the window as an acknowledgement for future
reference.

h. Authority reserves the right to cancel any or all e-bids/Proposals without assigning
any reason.

4.12 Proposal Due Date

a) The Applicants are strictly advised to follow dates and times as indicated in the
document control sheet of this RFP. The date and time shall be binding on all
Applicants. All online activities are time tracked and the system enforces time locks
that ensure that no activity or transaction can take place outside the start and end

Page 25 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 26
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


dates and the time of the stage as defined in the Document Control Sheet of this RFP.

b) The Authority may, as its discretion, extend this deadline for submission of Proposal
byissuing an Addendum in accordance with Clause 4.6 uniformly for all Applicants, in
which case all rights and obligations of the Authority and Applicants previously subject
to the deadline will thereafter be subject to the deadline, as extended.

4.13 Late Proposal

The server time indicated in the bid management window on the e-procurement
website will be the time by which the e-bid/Proposal submission activity will be allowed
till the permissible date and time schedule in the e- tender. Once the e-bid/Proposal
submission date and time is over, the Applicant cannot submit his/her e-bid/Proposal.
Applicant has to start the bid submission well in advance so that the submission
process passes off smoothly. The Applicant will only be held responsible if his/her e-
bid/Proposal is not submitted in time due to any of his/her problems/faults, for
whatsoever reason, during the e-bid/Proposal submission process.

4.14 Modification/ Substitution/ Withdrawal /Resubmission of Proposal

a) At any point of time, an Applicant can withdraw his/her Proposal submitted online
before the Proposal Due Date. For withdrawing, the Applicant should first log in using
his/her login ID and password and subsequently by his/her DSC on the e- procurement
website.The Applicant should then select “My bids” option in the bid submission menu.
The page listing all the bids submitted by the Applicant will be displayed. Click “View”
to see the details of the bid to be withdrawn. After selecting the “bid withdrawal” option
the Applicant has to click “Yes” to the message- “Do you want to withdraw this bid?”
displayed in the bid information window for the selected bid. The Applicant also has to
enter the bid withdrawing reasons and upload the letter giving the reasons for
withdrawing before clicking the “submit” button. The Applicant has to confirm again by
pressing “OK” button before finally withdrawing his/her selected e-bid/Proposal.

b) No e-bid/Proposal may be withdrawn in the interval between the Proposal Due Date
and the Proposal Validity Period. Withdrawal of an e-bid/Proposal during this interval
may result in the Applicant’s forfeited of his/her e-bid/EMD.

c) The Applicant can re-submit his/her e-bid/Proposal as when required till the e-bid
submission end date and time. The e-bid/Proposal submitted earlier will be replaced by
the new one. The payment made by the Applicant earlier will be used for revised e-bid
will be considered for evaluation purpose. For resubmission, the Applicant should first
log in using his/her login ID and password and subsequently by his/her digital signature
certificate on the e-procurement website. The Applicant should then select “My bids:
option in the bid submission menu. The page listing all the bids submitted by the
Applicant will be displayed. Click “View” to see the detail of the e-bid to be resubmitted.
After selecting the “bid resubmission” option, click “Encrypt & upload” to upload the
revised e-bids documents.

d) The Applicant can submit their revised e-bids/Proposals as many times as possible by
uploading their e-bid documents within the schedule date & time for submission of e-
bids/Proposals.

Page 26 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 27
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


e) No e-bid can be resubmitted subsequently after the deadline for submission of e- bids.

4.15 Selection of the Consultant

a) From the time the Proposals are opened to the time the contract is awarded, if any
Applicant wishes to contact the Authority, on any matter related to their Proposal if
should do so in writing on the e-mail of the contact given in this RFP. Any effort by the
Applicants to influence any officer or bearer of the Authority in the Proposal evaluation
or contract award decision may result in the rejection of the Applicant’s Proposal.

4.16 Opening of Proposals

a) Authority will open all technical e-bids/Proposals, in the presence of Applicant’s


representatives who choose to attend on the prescribed date of opening at the
Authority office.

b) The Applicant’s representatives who are present shall sign a register evidencing their
attendance. In the event of the specified date e-bid/Proposal opening declared a
holiday for the Authority, the e-bids shall be opened at the appointed time and place on
the next working day. The Applicant who is participating in e- bid/Proposal should
ensure that the RTGS of Bid Processing fee must be submitted in the prescribed
account of Authority within the duration (strictly within opening & closing date and time
of individual e-bid/Proposal) of the work as mentioned in RFP, otherwise, in any case,
bid shall be rejected.

c) The Applicants name and the presence or absence of requisite e-bid/EMD and such
other details as the Authority at its discretion may consider appropriate, will be
announced at the opening. The name of such Applicants not meeting the technical
specifications and qualification requirement shall be notified subsequently.

d) The Authority will prepare minutes of e-bid/Proposal opening.

4.17 Deviations

Bids submitted with any deviations to the contents of the RFP document will be considered as
non-responsive. No deviation(s) / assumption(s) / recommendation(s) shall be allowed with
the bid. Applicants must ensure that pre-bid meeting is attended by their concerned senior
people so that all clarifications and assumptions are resolved before bid submission.

4.18 Confidentiality

a) Information relating to the examination, clarification, evaluation and recommendation


for the short-listed Consultant shall not be disclosed to any person who is not officially
concerned with the process or is not a retained professional adviser advising the
Authority in relation to matters arising out of or concerning the Selection Process.

b) After opening of the Proposals, no information relating to the examination, clarification,


evaluation and comparison of Proposals and recommendations concerning the award
of contract shall be disclosed to Applicants or their representatives, if any. Any effort by
an Applicant to exert undue or unfair influence in the process of examination
clarification, evaluation and comparison of Proposal/s shall result in outright rejection of
the offer, made by the said Applicant.

Page 27 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 28
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

c) The Authority shall treat all information, submitted as part of the Proposal, in
confidence and shall require all those who have access to such material to treat the
same in confidence. The Authority may not divulge any such information unless it is
directed to do so by any statutory entity that has the power under law to require its
disclosure or is to enforce or assert any right or privilege of the statutory entity and the
Authority or as may be required by law or in connection with any legal process.

4.19 ProprietaryData

Subject to the provisions of Clause 4.18, all documents and other information provided by the
Authority or submitted by anapplicant to the Authority shall remain or become the property of
the Authority. Applicants and the Applicant, as the case may be, are to treat all information as
strictly confidential. The Authority will not return any Proposal, or any information related
thereto. All information collected, analyzed, processed or in whatever manner provided by the
Applicant to the Authority in relation to the Project shall be the property of the Authority.

4.20 Duties, Taxes and Statutory Levies

All taxes, duties and any statutory levies etc. payable during the currency of the contract shall
be the sole responsibility of the Successful Applicant.

4.21 Fraud and Corrupt/ malpractices

a) The Applicants and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the selection process of successful
applicant, selection process and executing the contract. Notwithstanding anything to
the contrary contained in this RFP, the Authority shall reject a Proposal without being
liable in any manner whatsoever to the applicant, if it determines that the applicant has,
directly or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the Authority shall,
without prejudice to its any other rights or remedies, forfeit Performance Security, as
the case may be, as mutually agreed genuine pre-estimated compensation and
damages payable to the Authority for, inter alia, time, cost and effort of the Authority, in
regard to the RFP, including consideration and evaluation of such applicant’s Proposal.

b) Without prejudice to the rights of the Authority under Clause 4.21.a hereinabove and
the rights and remedies which the Authority may have under the LOA or the
Agreement, if anApplicant or Applicants, as the case may be, is found by the Authority
to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive
practice during the Selection Process, or after the issue of the LOA or the execution of
the Agreement, such applicant shall not be eligible to participate in any tender or RFP
issued by the Authority during a period of 5 (five) years from the date such applicant,
as the case may be, is found by the Authority to have directly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.

c) For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them:

Page 28 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 29
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of any
person connected with the Selection Process (for avoidance of doubt,
offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has
been associated in any manner, directly or indirectly with the Selection
Process or the LOA or has dealt with matters concerning the Agreement or
arising therefrom, before or after the execution thereof, at any time prior to
the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, as the case may be,
shall be deemed to constitute influencing the actions of a person
connected with the Selection Process); or (ii) save as provided herein,
engaging in any manner whatsoever, whether during the Selection Process
or after the issue of the LOA or after the execution of the Agreement, as
the case may be, any person in respect of any matter relating to the
Project or the LOA or the Agreement, who at any time has been or is a
legal, financial or technical consultant/ adviser of the Authority in relation
to any matter concerning the Project;

(b) “fraudulent practice” means a misrepresentation or omission of facts or


disclosure of incomplete facts, in order to influence the Selection Process.

(c) “coercive practice” means impairing or harming or threatening to impair


or harm, directly or indirectly, any persons or property to influence any
person’s participation or action in the Selection Process.

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

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


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

(f) “Unfair trade practice” means supply of services different from what is
ordered or change in the Scope of Work.

4.22 Negotiations

a) The Successful Applicant may, if necessary, be invited for negotiations. The


negotiations shall not be for reducing the price of the Proposal but will be for re-
confirming the obligations of the Applicant under this RFP. Issues such as deployment
of Key Personnel, understanding of the RFP, proposed methodology, technology and
work plan shall be discussed during negotiations.

b) The Authority will examine the CVs of all other Professional Personnel and those not
found suitable shall be replaced by the Applicant to the satisfaction of the Authority.

4.23 Tests of responsiveness

Page 29 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 30
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


a) Prior to evaluation of the Proposals, Authority will determine whether each Proposal is
responsive to the requirements of the RFP. The Proposals shall be considered
responsive if:

a. It is received or deemed to be received by the due date and time including any
extension thereof pursuant to Clause 4.12.
b. It is signed, sealed and marked as stipulated in this RFP.
c. It contains all information as desired in this RFP.
d. Information is provided as per the formats specified in the RFP.
e. It mentions the validity period as set out in this RFP
f. Bids are accompanied with EMD in the form of RTGS as specified in the Data
Sheet / Document Control Sheet of this RFP.
b) Authority reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by
Authority in respect of such Proposal.

4.24 Clarification sought by Authority

a) To facilitate in the process of evaluation of Proposals, Authority may, at its sole


discretion, ask any Applicant for clarification on its Proposal. The request for
clarification and the response shall be in writing. No change in the substance of the
Proposal would be permitted by way of such clarification.

b) If Applicant does not provide clarifications sought under Clause 4.17.1 above within the
specified time, its Proposal shall be liable to be rejected. In case the bid is not rejected,
the Authority may proceed to evaluate the bid by construing the particulars requiring
clarification to the best of its understanding, and the Applicant shall be barred from
subsequently questioning such interpretation of the Authority.

4.25 Proposal evaluation

a) Submission from Applicants would first be checked for responsiveness as set out in
this RFP. All Proposals found to be substantially responsive shall be evaluated as per
the Technical/Evaluation Criteria set out in this RFP.

b) The envelopes containing the Technical Proposal of the Applicant/s who do not meet
the Technical Criteria shall not be considered for further process.

4.26 Issue of Letter of Intent (LoI)

The Authority shall issue a Letter of Intent (LoI) to notify the successful Applicant in writing
about acceptance of their bid. The LoI will constitute the formation of the Letter of Award
(LOA) after submission of PBG to the Authority as performance security of the successful
applicant.
4.27 Issue of Letter of Award/ Award of Project

Post receiving of the Performance Security from the successful applicant, the Authority
shall issue a Letter of Award (LoA) within 3 days of verification of PBG submitted by the
successful applicant. This Letter of award shall constitute the formation of the contract.

Page 30 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 31
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


4.28 Performance Security

a) As soon as possible, but not more than 10 days following receipt of letter of intent, the
successful applicant shall furnish performance security to the Authority valuing 5% of
the total project cost____________________ for a period of 1 (one) years and 60
(sixty) days.

b) Performance security may be furnished in the form of Insurance Surety Bonds,


Account Payee Demand Draft, Fixed Deposit Receipt from a Commercial Bank, Bank
Guarantee (including e-Bank Guarantee) from a commercial bank or online payment in
an acceptable form safeguarding the Authority’s interest in all respects.

c) Performance Security against the work order shall remain valid for a period of 60 (sixty)
days beyond the expiry of the contract. Whenever the contract is extended, the agency
will have to extend the validity of Performance Security proportionately.

d) The successful applicant will not be entitled for any interest on the performance
security submitted.

4.29 Notifications

Authority will notify the successful Applicant by letter.

4.30 Miscellaneous

a) The Selection Process shall be governed by, and construed in accordance with, the
laws of India and the Courts in the AndhraPradesh shall have exclusive jurisdiction
over all disputes arising under, pursuant to and/or in connection with the Selection
Process.

b) The Authority, at their discretion and without incurring any obligation or liability,
reserves the right, at any time, to:

(a) suspend and/or cancel the Selection Process and/or amend and/or
supplement the Selection Process or modify the dates or other terms and
conditions relating thereto.
(b) consult with any applicant in order to receive clarification or further
information.
(c) retain any information and/or evidence submitted to the Authority by, on
behalf of and/or in relation to any Applicant; and/or
(d) independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or on
behalf of any Applicant.

c) It shall be deemed that by submitting the Proposal, the applicant agrees and releases
the Authority, their employees, agents and advisers, irrevocably, unconditionally, fully
and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/or
performance of any obligations hereunder, pursuant hereto and/or in connection
herewith and waives any and all rights and/or claims it may have in this respect,
whether actual or contingent, whether present or future.

Page 31 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 32
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


d) All documents and other information supplied by the Authority or submitted by
anapplicant shall remain or become, as the case may be, the property of the Authority.
The Authority will not return any submissions made hereunder. Applicants are required
to treat all such documents and information as strictly confidential.

e) The Authority reserve the right to make inquiries with any of the clients listed by the
Applicants in their previous experience record.

Page 32 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 33
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


Section-5: General Contract Conditions

5.1 General Provisions

5.1.1 Law Governing Contract

This Contract, its meaning and interpretation, and the relation between the Parties shall
be governed by the Applicable Law.

5.1.2 Language

This Contract has been executed in English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract.

5.1.3 Notices

a) Any notice, request or consent required or permitted to be given or made


pursuant to this Contract shall be in writing. Any such notice, request or consent
shall be deemed to have been given or made when delivered in person to an
authorized representative of the Party to whom the communication is addressed.

b) A Party may change its address for notice hereunder by giving the other Party
notice in writing of such change to the address.

5.1.4 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted
to be executed under this Contract by the Authority or the Consultant may be taken or
executed by the officials specified in the Contract.

5.1.5 Limitation of Liability

The following limitation of the Consultant’s Liability towards the Client:

“Limitation of the Consultant’s Liability towards the Client:

a) Except in the case of gross negligence or willful misconduct on the part of the
Consultant or on the part of any person or a firm acting on behalf of the
Consultant in carrying out the Services, the Consultant, with respect to damage
caused by the Consultant to the Client, shall not be liable to the Client:

(i) for any indirect or consequential loss or damage; and


(ii) for any direct loss or damage that exceeds 1 x times the total value of the
Contract.

b) This limitation of liability shall not

(i) affect the Consultant’s liability, if any, for damage to Third Parties caused by
the Consultant or any person or firm acting on behalf of the Consultant in carrying
out the Services.

Page 33 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 34
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


(ii) be construed as providing the Consultant with any limitation or exclusion from
liability which is prohibited by the Applicable Law.

5.2. Commencement, Completion, Modification and Termination of Contract


5.2.1. Effectiveness of Contract

This Contract shall come into effect from the date the Contract is signed by both
Parties. The date the contract comes into effect is defined as the Effective Date.

5.2.2. Commencement of Services

The Consultant shall begin carrying out the Services not later than 25 (twenty) days
after the Effective date specified in the RFP or the Contract.

5.2.3. Expiration of Contract

Unless terminated earlier pursuant to GC Clause 5.2.6 hereof, this Contract shall
expire at the end of such time period after the Effective Date as specified in the RFP or
the contract.Whereas contract term shall be extended as per provision of extension for
2 years based on satisfactory performance.

5.2.4. Modifications or Variations

Any modification or variation of the terms and conditions of this Contract, including any
modification or variation of the scope of the Services, may only be made by written
agreement between the Parties.

5.2.5. Force Majeure

a) Definition

For the purposes of this Contract, “Force Majeure” means as event which is beyond
the reasonable control of a Party, and which makes a Party’s performance of its
obligations under the Contract impossible or so impractical as to be considered
impossible under the circumstances.

b) No Breach of Contract

The failure of a Party to fulfil any of its obligations under the Contract shall not be
considered to be a breach of, or default, under this contract insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an
event (a) has taken all reasonable precautions, due care and reasonable alternative
measures in order to carry out the terms and conditions of this Contract, and (b) has
informed the other Party as soon as possible about the occurrence of such an event.

To the extent that the provision of the Services is impacted by any pandemic (like
COVID) and any reasonable concerns or measures taken to protect the health and
safety interests of either Party’s personnel, the Parties will worktogether to amend the
Agreement to provide for the Services to be delivered in an appropriate manner,
including any resulting modifications with respect to the timelines, location or manner of
the delivery of Services.

Page 34 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 35
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

The Consultant will use reasonable efforts to provide the Services on-site at the
Authority’s offices, provided that, in light of a pandemic the parties agree to co- operate
to allow for remote working and/or an extended timeframe to the extent.

(i) any government or similar entity implements restrictions that may interfere with
provision of onsite Services.
(ii) either party implements voluntary limitations on travel or meetings that could
interfere with provision of onsite Services, or
(iii) any of the Consultant’s resource determines that he or she is unable or unwilling
to travel in light of a pandemic-related risk.

c) Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action or
task, shall be extended for a period equal to the time during which such Party was
unable to perform such action as a result of Force Majeure.

d) Payments

During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultant shall be entitled to continue to be paid under the terms
of this Contract, as well as to be reimbursed for additional costs reasonably and
necessarily incurred by them during such period for the purpose of the Services and in
reactivating the Service after the end of such period.

5.2.6. Termination

Either Party may terminate this Agreement with immediate effect by serving prior
written notice to the other party if services are not possible to be rendered as per
applicable laws or professional obligations.

a) By the Authority

The Authority may terminate this Contract in case of the occurrence of any of the
events specified in paragraphs (a) through (f) of thisGC Clause 5.2.6.a. In such an
occurrence the Authority shall give a not less than thirty (30) days’ written notice to
termination to the Consultant, and sixty (60) days in the case of the event referred to in
(e).

a) If the Consultant does not remedy a failure in the performance of their obligations
under the Contract, within thirty (30) days after being notified or within any further
period as the Authority may have subsequently approved in writing.
b) If the Consultant becomes insolvent or bankrupt.
c) If the Consultant, in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
d) If, as the result of Force Majeure, the Consultant are unable to perform a material
portion of the Services for a period of not less than sixty (60) days.
e) If the Authority, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
f) If the Consultant fails to comply with any final decision reached as a result of

Page 35 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 36
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


arbitration proceedings pursuant to GC Clause.

b) By the Consultant

The Consultant may terminate this Contract, by not less than thirty (30 days’ written
notice to the Authority, such notice to be given after the occurrence of any of the
events specified in paragraphs (a) through (c) of this GC Clause 5.2.6.b.
a) If the Authority fails to pay any money due to the Consultant pursuant to this
Contract and not subject to dispute pursuant to GC Clause 6 hereof within forty-
five (45) days after receiving written notice from the Consultant that such payment
is overdue.
b) If, as the result of Force Majeure, the Consultant is unable to perform a material
portion of the Services for a period of not less than sixty (60) days.
c) If the Authority fails to comply with any final decision reached as a result of
arbitration pursuant to GC Clause.

c) Payment upon Termination

Upon termination of this Contract pursuant to GC Clauses 5.2.6.a or 5.2.6.b, the


Authority shall make the following payments to the Consultant:

a) Payment pursuant to GC Clause for satisfactorily performed prior to the effective


date of termination.

b) Except in the case of termination pursuant to paragraphs (a) through (c), and (f) of
GC Clause 5.2.6.a, reimbursement of any reasonable cost incident to the prompt
and orderly termination of the Contract, including the cost of the return travel of
the Personnel and their eligible dependents.

5.3. Obligation of the Agency

5.3.1. Standard of Performance

The Consultant shall perform the Services and carry out their obligations hereunder
with all due diligence, efficiency and economy, in accordance with generally accepted
professional standards and practices, and shall observe sound management practices,
and employ appropriate technology and safe and effective equipment,machinery,
materials and methods. The Consultant shall always act, in respect of any matter
relating to this Contract or to the Services, as faithful advisers to the Authority, and
shall at all times support and safeguard the Authority’s legitimate interests in any
dealings with third Parties.
5.3.2. Confidentiality

Except with the prior written consent of the Authority, the Consultant and the Personnel
shall not at any time communicate to any person or entity any confidential information
acquired in the course of the Services, nor shall the Consultant and the Personnel
make public the recommendations formulated in the course of, or as a result of, the
Services. Except as otherwise permitted by this Agreement, neither of the parties may
disclose to third parties the contents of this Agreement or any information provided by
or on behalf of the other that ought reasonably to be treated as confidential and/or
proprietary. Parties may, however, disclose such confidential information to the extent

Page 36 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 37
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


that it:
a) is or becomes public other than through a breach of this Agreement,
b) is subsequently received by the receiving party from a third party who, to the
receiving party’s knowledge, owes no obligation of confidentiality to the
disclosing party with respect to that information,
c) was known to the receiving party at the time of disclosure or is thereafter
created independently,
d) is disclosed as necessary to enforce the receiving party’s rights under this
Agreement, or
e) must be disclosed under applicable law, legal process or professional
regulations. These obligations shall be valid for a period of 3 years from the
date of termination of this Agreement.

5.3.3. Documents prepared by the Consultant to be the property of the Authority


a) The Consultant may use data, software, designs, utilities, tools, models,
systems and other methodologies and know-how (“Materials”) that it owns
in performing the Services. Notwithstanding the delivery of any Reports,
the Consultant retains all intellectual property rights in the Materials
(including any improvements or knowledge developed while performing
the Services), and in any working papers that the Consultant compiles and
retains in connection with the Services (but not Authority information
reflected in them). Upon payment for the Services, Authority may use any
Materials included in the Reports, as well as the Reports themselves as
permitted by this Agreement.

b) All deliverables in the form of data, software, designs, utilities, tools,


models, systems and other methodologies and know-how (“Materials”)
submitted by the Consultant under this Contract shall, not later than upon
termination or expirationof this Contract, be delivered to the Authority,
together with a detailed inventory thereof.

c) Except as otherwise permitted by this Agreement, neither of the parties


may disclose to third parties the contents of this Agreement or any
information/report/advice provided by or on behalf of the other that ought
reasonably to be treated as confidential and/or proprietary. Parties may,
however, disclose such confidential information to the extent that it:
a. is or becomes public other than through a breach of this
Agreement,
b. is subsequently received by the receiving party from a third
party who, to the receiving party’s knowledge, owes no
obligation of confidentiality to the disclosing party with respect
to that information,
c. was known to the receiving party at the time of disclosure or is
thereafter created independently,
d. is disclosed as necessary to enforce the receiving party’s
rights under this Agreement, or
e. must be disclosed under applicable law, legal process or
professional regulations. These obligations shall be valid for a
period of 2 years from the date of termination of this
Agreement.

Page 37 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 38
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


5.3.4. Accounting

The Consultant shall keep accurate and systematic accounts and records in respect of the
Services hereunder, in accordance with internationally accepted accounting principles
and in such form and detail as will clearly identify all relevant time changes and costs,
and the bases thereof.

5.4. Obligations of the Authority

5.4.1. Assistance and Exemptions


The Authority shall use its best efforts to provide the consultant such assistance and
exemptions as specified in the Contract.

5.4.2. Change in the Applicable Law Related to Taxes and Duties

If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties, then the remuneration and reimbursable expenses
payable to the Agency under this Contract shall be increased or decreased accordingly
under this Contract.

5.5. Payments to the Consultant

5.5.1. Professional fee and Payments

The total payment due to the Agency shall be governed by the Contract Price (as
determined by the financial quote in the RFP stage). In addition to the consultancy fee,
reimbursable expenses shall only be paid for expenses incurred to travel outside
ofVisakhapatnam (domestic or international) on actual basis. Any such travel and
expenses shall be incurred with prior approval of the Authority.

5.5.2. Terms and conditions of Payment

Payments will be made to the account of the successful Applicant and according tothe
payment schedule stated in Section 2.5. The Professional Fee shall be exclusive of
GST, taxes or similar charges, as well customs, duties or tariffs imposed in respect of
the Services, all of which the Authority shall pay (other than taxes imposed on
Consultant’s income generally). Unless otherwise set forth in the Contract, payment is
due within 15 (fifteen) days following submission of each invoice to the Authority by the
Agency.

5.6. Good Faith and Indemnity.

a) The Parties undertake to act in good faith with respect to each other’s rights
under this Contract and to adopt all reasonable measures to ensure the
realization of the objectives of this Contract.

b) To the fullest extent permitted by applicable law and professional regulations,


both the parties indemnify each other and their associates and employees
against all claims by third parties (including each other’s affiliates) and resulting
liabilities, losses, damages, costs and expenses (including reasonable external
and internal legal costs) arising out of the third party’s use of or reliance of any

Page 38 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 39
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


report, deliverable, etc. disclosed to it by or through the parties as part of the
regular interactions or for project/s purposes.

5.7. Settlement of Disputes

5.7.1. Amicable Settlement

The Parties agree that the avoidance or early resolution or disputes is crucial for a
smooth execution of the Contract and the success of the assignment. The Parties shall
use their best efforts to settle amicably all disputes arising out of or in connection with
this Contract or its interpretation.

In the event any dispute between the Parties arising out of or in connection with this
Agreement, including the validity thereof, the Parties hereto shall endeavor to settle
such dispute amicably in the first instance. The attempt to bring about an amicable
settlement shall be treated as having failed as soon as one of the Parties hereto, after
reasonable attempts, which shall continue for not less than 30 (thirty) days, gives a
notice to this effect, to the other party in writing.

5.7.2. Arbitration

In case of such failure, the dispute shall be referred to a sole Arbitrator, who shall be
appointed by the Parties by mutual consent, failing which each party shall appoint
oneArbitrator each and together the two Arbitrators shall appoint an umpire. The
Arbitration proceedings shall be governed by the (Indian) Arbitration and conciliation
Act, 1996 and shall be held in Visakhapatnam, India. The language of arbitration shall
be English.
This Agreement and the rights and obligations of the Parties shall remain in full force
and effect, pending the award I any arbitration proceedings hereunder.

5.7.3. Jurisdiction

Any dispute relating to this Contract, or the Services shall be subject to the exclusive
jurisdiction of the Indian courts, to which both the parties agree to submit for these
purposes. This Contract shall be governed by and construed in accordance with,
the laws of India.

Page 39 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 40
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation


Section 6: Technical Proposal – Standard Forms

1.1. Form TECH-1: Technical Proposal Submission Form

Date: …/…/2024

To,
The Commissioner,
Greater Visakhapatnam Municipal Corporation (GVMC),
GVMC Main Office, Visakhapatnam, Andhra Pradesh,
India, Pin;530003.

Dear Sir/Madam:

We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in
accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are
hereby submitting our Proposal, which includes this a Technical Proposal, and a Financial
Proposal.

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

If negotiations are held during the Proposal Validity period, we undertake to negotiate on the
basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications
resulting from Contract negotiations.

We undertake, if our Proposal is accepted, initiate the consulting services related to the
assignment at a date mutually agreed between us.

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:

Name of Firm:

Address:

Phone:

Page 40 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 41
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

1.2. Form TECH-2: Applicant’s Organization and Experience

A – Applicant’s Organization
[Provide here a brief (two pages) description of the background and organization of your
firm/entity]

B- Applicant’s Experience
[Using the format below, provide information on each assignment for which your firm, and
each associate for this assignment, was legally contracted either individually as a corporate
entity or as one of the major companies within an association, for carrying out consulting
services similar to the ones requested under this assignment]

Assignment Name:
Country: Duration of assignment (months):
Location within country:

Name of Client: Total No.of person-


monthsoftheassignment

Address: Amount of consulting fee received by


your firm (INR)

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


Name of associated Consultants, if any: No of professional person-
months
provided by associated Consultants:
Narrative description of Project
Description of actual services provided by your staff within the assignment:
Firm’s Name:

Page 41 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 42
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

1.3. Form TECH-3: Description of Approach, Methodology and Work Plan for
performing the Assignment

Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (Maximum 30 pages,
inclusive of charts and diagrams) divided into the following two chapters:
a) Technical Approach and Methodology,
b) Organization and Staffing,

a) Technical Approach and Methodology: -In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology
for carrying out the activities and obtaining the expected output, and the degree of detail of
such output. You should highlight the problems being addressed and their importance and
explain the technical approach you would adopt to address them. You should also explain
the methodologies you purpose to adopt and highlight the compatibility of those
methodologies with the proposed approach.
b) Organization and Staffing: -In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
experts responsible, and proposed technical and support staff.

Page 42 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 43
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

1.4. Form TECH-4: Team Composition and Task Assignments

Proposed position and


Name of Staff
Area of experience

Page 43 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 44
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

1.5. Form TECH-5: Curriculum Vitae (CV) for Proposed Professional Staff

1. ProposedPosition
2. Name ofExpert
3. Education
4. Membership in Professional
Associations
5. Countries of WorkExperience
6. EmploymentRecord
From To Employer Position Held

7. Projects Undertaken that best illustrates capability to handle the tasks assigned
Project #
Name of Assignment/Project:
Year:
Location:
Employer:
Main Project features:
Position held:
Activities performed:

Page 44 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 45
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Section 7: Financial Proposal – Standard Forms

Date: …/…/2024

To,
The Commissioner,
Greater Visakhapatnam Municipal Corporation (GVMC),
GVMC Main Office, Visakhapatnam, Andhra Pradesh,
India, Pin;530003.

Subject: Financial Proposal Reference: (Insert name of the Applicant)

Dear Sir/Madam,

We have read and examined the RFP document complete with the Terms of reference,
Instructions to Applicants and General Conditions of Contract.

We hereby quote for the Authority of the consultancy specified in the RFP as below:

Part A: Per month cost for consultants

S.No. Post Quantity Rate (in INR) (per man per


month, excl. GST/taxes)
1. Team Leader 1

2. Wastewater Expert 1

3. Water Supply Expert 1

4 Water Quality Expert

5 Procurement Expert 1

Total quote (exclusiveofrelevant taxes) for five (5) resources per month is………...
(in figures) ……………………………………….(in words).

The financial quote under part A only will be considered for evaluation and selection as
successful Applicant.

The financial proposal submitted is unconditional and fulfils all the requirements of the RFP
document. Provisions for GST and reimbursable expenses shall be as per the terms stated
in Clause 6.3.4 and Section 6 of the RFP document.

Our Financial Proposal shall be binding upon us to expiration of the validity period of the
proposal. We understand the Authority is not bound to accept any proposal that is received.

Signature and Name of the Authorized Person

Page 45 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 46
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

NAME OF THE APPLICANT AND SEAL

Page 46 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 47
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater Visakhapatnam Municipal Corporation

Annexure- 1: Proforma of Bank Guarantee for Performance Security

(To be executed by the State Bank of India or any other scheduled Bank recommended by
Reserve Bank of India on non-judicial stamp paper)

To,
The Commissioner,
Greater Visakhapatnam Municipal Corporation (GVMC),
GVMC Main Office, Visakhapatnam,
Andhra Pradesh, India, Pin;530003.

Dear Sir/Madam,
Sub: Your Contract No Dated for

You, onbehalf of the Authority, have entered into a contract with reference no. as givenAbove
with (herein after referred to as the contractor) for the “Selection of Agency to setup a
Project Management Unit (PMU) for AMRUT 2.0 and other projects of Water Supply & Waste
Water Sectors of GVMC.(herein after referred to as project) for the price and on the terms and
conditions contained in the said contract.

In accordance with the terms of said contract the contractor has undertaken to produce a bank
guarantee for ₹ (Rupee only) being % of the total value of the said stores supplied to
you, for the due fulfilment of its obligations to the Authority for due performance as per the
contract during warranty period.

Inconsideration thereof, we hereby expressly, irrevocably and unconditionally undertake and


guarantee as principal obligors on behalf of the contractor that in the event that the Authority
submits a written demand to us that the contractor has not performed according to the
contractual obligations included in the said contract, we will pay you on written demand, without
demur and without reference to the contractor any sum uptoa maximumamountof ₹
(Rupeesonly).Your demand shall be conclusive evidence to us that such repayment is
due under the terms of the said contract. Payment by us to you will be made within thirty (30)
days from receipt of your written request referring to this guarantee and on demand.

This guarantee shall not be revoked without your express consent and shall not be affected by
your granting any indulgence to the contractor, which shall include but not be limited to
postponement from time to time of the exercise of any powers vested in you or any right which
you may have against the contractor and to exercise the same in any manner at anytime and
either to forbear or to enforce any covenant contained or implied in the said contract or any
other course or remedy or security available to you, and our Bank shall not be released from its
obligations under this guarantee by your exercising any of your rights with reference to matters
aforesaid or any of them or by reason of any other act or forbearance or other acts of omission
or commission on your part or any other indulgence shown by you or by any other matter or
thing whatsoever which under law would, but for this provision, have the effect of relieving our
Bank from its obligation under this guarantee.

Page 47 of 48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48
File No. GVMC/518/2024-AE1(WSM)ZC-V-GVMC (Computer No. 374423 ) 48
Receipt No : 779643/2024/AE1(WSM)ZC-V-GVMC

Greater vlsaknapatnam Muruclpai uorporatlon

Notwithstanding anything herein contained, our liability under this guarantee is restricted to{
only) and the guarantee shall remain in force up to and including the day of
being reported to us by you and returned to us duly discharged.
-(Rupees
Unless a demand or claim under this guarantee is made on us in writing on or before the
aforesaid expiry date as provided above or unless this guarantee is extended by us all your
rights under this guarantee shall be proscribed and we shall be discharge from the liabilities
hereunder.

This guarantee shall not be affected by any change in the constitution of our Bank or of the
contractor or for any other

Date: Sd.

Seal of the

Witness:

1.

2.

I
_Q-, ,\-.-t

E tv [os)r'2, $r.\ ug\2,


w&1)'g,

Page 48 of48

Generated from eOffice by CHINIMILLI YEDUKONDALU, EXECUTIVE ENGINEER, MA103-Greater Visakhapatnam Municipal Corporation on 16/03/24 11:48

You might also like