Expression of Interest (EOI) for Selection of Project ...ccdujkstate.org/pdf/eoi2.pdfCCDU/...
Transcript of Expression of Interest (EOI) for Selection of Project ...ccdujkstate.org/pdf/eoi2.pdfCCDU/...
CCDU/ EOI/2014/02
Expression of Interest (EOI) for Selection of Project Implementing Agencies (PIAs) 1. CCDU under the aegis of J&K Water and Sanitation Support Organization (WSSO) invites Expression of Interest (EOI) from eligible Non-Governmental Organizations ( NGOs) along with supporting documents as per criteria below for the implementation of the Support Activities Component of the National Rural Drinking Water Programme ( NRDWP) which includes the Information , Education & Communication (IEC) activities & the Capacity Building (Training in operation & maintenance of Rural WSS & training regarding water testing through FTK) of the rural communities i.e. the Village Water & Sanitation Committees in the following Zones (groups of contiguous districts) of the State under the overall superintendence , direction & control of the State Communication & Capacity Development Unit (CCDU) :-
Synopsis of activities to be performed By PIA:-
Awareness / IEC Activities per Gram Sabha consisting of 100 persons per Gram Panchayat, proposed to be held in targeted habitations( i.e. 50% of total Panchayats in ) through IEC materials(like banners, pamphlets, wall paintings, etc), cultural activities (street play & music, puppet show etc), Audio visual Show, Audio play / Announcement on PA system, training on Field Test Kits etc.
6 members of each VWSC ( Village Water Sanitation committee) from each Village ( target is 50% of Villages) to be trained in planning, monitoring & managing PWSS (Piped water Supply Scheme) at Block Level in a group of 25 each.
Awareness/IEC/Training in targeted Schools, (Painting Competition / Debate/ & Rallies and hands on training on testing of water sources with FTks(Field Test Kits) . 2. The applicant PIA has to clearly mention the PREFERANCE of the Zones for which it is giving EOI by Super-scribing boldly in capital letters the name of the Zones (group of districts) for which it is applying on the envelope (One NGO can apply to as many Zones as they prefer) but One NGO would be empanelled as the Programme Implementation Agency (PIA) preferably for one Zone only (in case no suitable PIA is found for any particular zone, more than one zone can be given to one PIA). 3. The EOI is required to be submitted in a sealed envelope addressed to the Executive Director, CCDU, Sector - 4, House No. 541, Channi Himmat, Jammu-1800015 OR Executive Director, CCDU C/o Office of the Chief Engineer, PHE, Kashmir, Engineering Complex, Near Government Silk Factory, Rajbagh, Srinagar-190002. The envelope should also bear the name and address of the sender. 4. The Last date for submission of the EoI is 12‐05‐2014 (Monday) till 5 pm.
5. NGOs (Registered Societies or Trusts) eligible for sending EoI must have experience in the conducting IEC activities, Capacity Building / Training workshops in the Water and Sanitation Sector (NRDWP or Rural Sanitation ) or in the National Rural Health Mission(NRHM) Sector and must have been registered for the last five years. Applicant should not be a family organization i.e. there should not be a blood relation
S.NO ZONES DISTRICTS No. of BLOCKS
No. of GRAM PANCHAYAT
No. of VILLAGES
1 K1 BANDIPORA+GANDERBAL+SRINAGAR 10 230 308
2 K2 BARAMULLA+KUPWARA 23 720 988
3 K3 PULWAMA+SHOPIAN+BUDGAM 15 544 1024
4 K4 ANANTNAG+KULGAM 14 454 600
5 J1 JAMMU+SAMBA+KATHUA 21 640 1452
6 J2 UDHAMPUR+REASI 11 350 476
7 J3 RAMBAN+KISHTWAR+DODA 21 488 800
8 J4 POONCH+RAJOURI 15 484 718
9 L1 LEH (LADAKH) / KARGIL 18 188 244
between office bearers in the managing board. Authorized signatories / head of organization should not be in active Govt. service. The turnover of the organization shall not be less than Rs. 50 lakh in the last three years as per the audited accounts. However, this condition could be relaxed by the WSSO in case a NGO has solid experience in the Rural Water & Sanitation sector. 6. The organization must have had filed the IT returns, Society returns of the last three years. The organization must be regularly deducting TDS. The organization shall be registered with Income Tax (IT) Department and must have clear financial, procurement and HR Policies. 7. The organizations fulfilling above criteria shall apply along with following self attested documents: i. Registration certificate ii. Memorandum of Association or Constitution duly certified by the Registering Authority. iii. List of executive body duly certified by the Registering Authority. iv. Copies of the Audited accounts and annual reports for the last three years. v. Copies of IT return of the last three years. vi. Receipt of the last TDS deducted. vii. Financial, procurement and HR policies. viii. Copy of the registration from Department of Income tax. ( Govt. of India) ix. Certificate from Income Tax office for lesser or non deduction of TDS, if any. x. Certificate from Concerned office for lesser or non deduction of Service tax, if any xi. PAN number, TAN number order copies. xii. Notarized undertaking by head of the organization that no office bearers in the management board are
blood relations.
8. WSSO reserves the right, without any obligation or liability, to accept or reject any or all of the EOI at any stage of the process, to cancel or modify the process or any part thereof, or to vary any of the terms and conditions at any time, without assigning any reasons thereof. 9. Detail EOI can be download from our website www.ccdujkstate.org
10. (a) Date of Advertisement ----- 27-04-2014 (b) Application Due Date (Last Date). --- 12-05-2014
-sd- Commissioner Secretary, PHE I&FC (Chairman WSSO) Department of PHE, I&FC
Executive Director, CCDU PHE, I&FC
Expression of Interest
For
‘Empanelment as a Capacity Building Agency for Training of Village Water & Sanitation Committee and Holding of awareness camps in Rural areas under NRDWP & NBA program.
Background Water is a public good and every person has right to demand drinking water. It is the lifeline activity of the government to ensure this basic need of the people.To provide every rural person with adequate safe water for drinking, cooking and other domestic basic needs on a sustainable basis with quality standards and be readily and conveniently accessible at all times and in all situations. In order to meet these goals the Ministry drinking water has prepared a strategic plan for the rural drinking water. In order to fulfil the goals the Ministry has fixed timelines to achieve this goal. The Nirmal Bharat Abhiyan Program previously known as Total Sanitation Campaign (TSC) was conceived by Government of India in 1999 to promise sanitation and hygiene in rural areas. Through the TSC initiative, a great emphasis has been placed on generating demand from communities for sanitation. In effect, Capacity building plays important components of the program followed by tracking and managing toilet construction and usage rates. Public Health Engineering Department / Water Sanitation & Support Organization (WSSO) through Communication & Capacity Development Unit (CCDU) of Jammu and Kashmir invite EoI from Programme Implementing Agencies with appropriate training infrastructure, strong community outreach networks, stable governance structures and flexible administrative norms, for “Empanelment as a Capacity building Agency for Training of Village Water & Sanitation Committee and Holding of awareness camps in Rural areas under NRDWP & NBA program”. Agencies can be any organization works towards community development such as NGOs, registered Societies, Trust & Colleges, etc. for empanelment as a Capacity building Agency for Training of Village Water & Sanitation Committee and Holding of awareness camps in Rural areas under NRDWP & NBA programme. Public Health Engineering Department / Water Sanitation & Support Organization (WSSO) through Communication & Capacity Development Unit (CCDU) of Jammu and Kashmir is implementing Nirmal Bharat Abhiyan (NBA) and National Rural Drinking Water Programme with the objective of Sanitation and Water Supply in the rural areas. WSSO/ State Water & Sanitation Mission (SWSM), J&K is a registered society under the aegis of the PHE / I&FC Department, and involvement of line departments through which these programmes are implemented, invites expression of interest for empanelment as a Capacity building Agency for Training of Village Water & Sanitation Committee and Holding of awareness camps in Rural areas under NRDWP & NBA programme as per following norms: 1. DEFINITIONS In this EOI, unless the context otherwise requires, the following terms and expressions Shall have the meanings assigned to them herein: “Applicant(s)” means a PIA (incorporated in India or overseas) to whom this EOI has been issued or made available, or those companies who have procured it, directly or indirectly, by or from WSSO, J&K; “Application” means the EOI prepared and submitted in accordance with the contents of this EOI Document and in the form and format prescribed in Appendix - I, herein;
“EOI” means the proposal as submitted by the Applicant along with all relevant papers, documents, annexure to WSSO, J&K for short listing in the bidding process in response to the EOI advertisement and EOI Document “EOI Document” means this ‘Expression of Interest Document’, as may be amended and Modified from time to time, together with all annexure, addendums and amendments which may be made from time to time. “Indian Rupees”, “Rupees” or “Rs” mean the lawful currency of the Republic of India; “Information” means all information contained in the EOI or subsequently provided to the Applicant(s), whether verbally or in documentary form, by or on behalf of WSSO, J&K or the Government Representatives or any of their employees or advisors; “Pre-qualified Applicant(s)” means Applicants who are notified as being ‘prequalified’ at the EOI Stage on the basis, inter alia, of certain minimum prescribed criteria listed in this EOI; “Proposal Stage” means the second stage of the selection process to designate a PIA for Carrying out IEC & HRD activities in the state, wherein Pre-qualified Applicants will Participate on the basis of the RFP; “Qualification Stage” means the first stage of the selection process to designate certain Applicants as ‘Pre-qualified Applicants’ who would then be eligible to participate in the Proposal Stage; “RFP” means the ‘Request for Proposal Document’, as shall be issued to the Prequalified Applicants in the Proposal Stage, as may be amended and modified from time to time, together with all annexure, addendums and amendments which may be made from time to time; and “WSSO, J&K” means Communication & Capacity Development Unit. ANNEXURES I. Letter comprising the Application for Pre-Qualification II. Format for Power of Attorney for signing of Application III. Format for Power of Attorney for Lead Member of Consortium IV. Memorandum of Association to be executed between the Members of the Consortium 2. INTRODUCTION 2.1. Qualification Stage 2.1.1. For the purpose of selection of the PIA, a two stage process is proposed to be followed. The
first stage will be EOI Stage in which Applicants would be shortlisted on the basis of certain eligibility criteria and technical evaluation as specified in this EOI Document. Only short listed Bidders will be eligible to participate in the Second Stage i.e. the RFP Stage.
2.1.2. For the purpose of short listing those interested in participating in the Project, WSSO, J&K has issued this EOI which pertains to the EOI Stage.
2.1.3. All Applications at this EOI Stage will be evaluated on the basis of the financial and technical capability / concept evaluation listed in Section 3.
2.1.4. All requests for the EOI must clearly state “Expression of Interest – for carrying out IEC & HRD Activities for CCDU under WSSO.
2.1.5. WSSO, J&K will not be responsible for any delay, loss or non-receipt of the EOI sent by post/ courier. Further, WSSO, J&K shall not be responsible for any delay in receiving the EOIs for any reason whatsoever and reserves the right to accept / reject any or all EOIs without assigning any reason thereof. The Applications must be sent to the address mentioned in Clause 2.1.7 by registered post / speed post / courier / hand delivery.
2.1.6. Application must be submitted in a bound form (spiral bound form or any other bound form) with all pages numbered serially, along with an index of submissions. In the event, any of the instructions mentioned herein have not been adhered to; the Application is liable to be rejected.
2.1.7. Applications must be received no later than 1700 hrs on 12-05-2014 (Monday) in the manner specified in this EOI, at the following address:
The Executive Director, CCDU Office of Communication & Capacity Development Unit House no 541, Sector 4 Channi , Himmat Jammu- 1800015. Website: www.ccdujkstate.org
Cell No. 9419033314, 9419190493, 9469154663 Or Executive Director, CCDU C/o : Office of the Chief Engineer, PHE, Kashmir, Engineering Complex Near Government Silk Factory Rajbagh, Srinagar - 190002.
DISCLAIMER The information contained in this Expression of Interest document (the “EOI”) or subsequently provided to interested parties in documentary form by or on behalf of representatives of Communication & Capacity Development Unit, Department of PHE, I&FC, (WSSO, J&K) or by any of their employees or advisors or consultants, is provided to Applicant(s) on the terms and conditions set out in this EOI document and any other terms and conditions subject to which such Information is provided.
This EOI document is not an agreement neither an offer by WSSO, J&K to any other party/ agency. The purpose of this EOI document is to provide Applicants with information to assist the formulation of their Application for pre-Qualification. This EOI document does not purport to contain all the information each Applicant may require. Each Applicant should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this EOI document. WSSO, J&K, their employees, advisors and consultants make no representation or w8arranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the EOI document.
WSSO, J&K may in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the Information including the qualification process in this EOI document at any time. WSSO, J&K reserves the right to accept or reject any or all Applications, and qualify or disqualify any or all applicants, but not limited to, without giving any reasons.
WSSO, J&K will not entertain any claim for expenses in relation to the preparation of EOI submissions. 2.2. RFP / Proposal Stage
2.2.1. This section aims at providing a brief overview of the RFP Stage, which will follow after the conclusion of the EOI Stage. Without prejudice to the generality of the provisions contained in the disclaimer, no representation is made at this stage in respect of the manner and format in which the Proposal Stage will actually be undertaken at the appropriate time.
Presently, WSSO, J&K contemplates that the RFP Stage will be carried out as indicated herein below:
2.2.2. Only applicants who are ‘shortlisted’ in this EOI Stage (“Shortlisted Applicant(s)”) shall be issued the RFP and shall be requested to submit their financial bids.
2.2.3. As part of the RFP, WSSO, J&K shall provide detailed instructions to Short listed Parties, the Request for Proposal (RFP) Document, the Indicative Terms of the Lease Agreement and other relevant documents (collectively, the “Project Documents”).
2.2.4. Short listed Parties would be expected to examine the Project in further detail and carry out such studies as may be required to submit their Proposals.
2.2.5. The Parties shall be evaluated on the basis of Financial Bids as detailed in the RFP Document at the Proposal Stage.
2.2.6. Final and further details of the process to be followed at the Proposal Stage will be included in the RFP to be provided to Pre-qualified Parties.
2.3.Time Schedule
The indicative timetable for development of this project is as follows (WSSO/ CCDU can alter this at any point of time) : ACTIVITY ESTIMATED DATE EOI Stage: (a) Date of Advertisement ----- 27-04-2014 (b) Last date for Receiving Application. --- 12-05-2014 2.4 Validity of the Selected Panel The selected agencies shall remain empanelled for a period not less than Three Years from the date of empanelment. 3. INSTRUCTIONS TO APPLICANT
3.1. Eligible Applicants 3.1.1. EOI may be submitted by NGOs (Registered Societies or Trusts) eligible for sending EoI
must have experience in the conducting IEC activities, Capacity Building / Training workshops in the Water and Sanitation Sector (NRDWP or Rural Sanitation ) or in the National Rural Health Mission (NRHM) Sector and must have been registered for the last five years by Indian Government.
3.1.2 Applicant should not be a family organization i.e. there should not be a blood relation between office bearers in the managing board. Authorized signatories / head of organization should not be in active Govt. service. The annual turnover of the organization should not be less than Rs. 50 lakh in the last three years as per the audited accounts. However, this condition could be relaxed by the WSSO in case an NGO(Registered Societies or Trusts) having solid experience in the Rural Water & Sanitation sector.
3.1.3 The organization must have had filed the IT returns, Society returns of the last three years. The organization must be regularly deducting TDS. The organization shall have registration from Department of Income tax. ( Govt. of India) and must have clear financial, procurement and HR Policies.
3.1.4. Any entity which has been barred by WSSO, J&K / GOI or any Government bodies from participating in any bidding process in J&K, and if the bar is subsisting as on the Application Due Date, would not be eligible to submit an Application, either individually or as member of a Consortium.
3.2. Number of Applications
3.2.1. Each Applicant shall submit only one (1) Application, in response to this EOI indicating the preference of zones for which it is applying.
3.3. Application Preparation Cost 3.3.1. The Applicant shall be responsible for all costs associated with the preparation of its
Application and its participation in the EOI Stage or in the RFP Stage, including, without limitation, any and all costs, direct or indirect incurred in verifying, gathering and collating material, information and data, whether included in the Information or not, or on securing the services of advisors and/ or consultant, etc. WSSO, J&K will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of this Qualification and/ or RFP Stage.
3.4. Applicant Warranty and WSSO, J&K Presumption 3.4.1. It would be deemed that by submitting the Application, the Applicant warrants that it has:
• Made a complete and careful examination of the EOI document; • Received all relevant information requested from WSSO, J&K; and • Independently verified all Information received from WSSO, J&K, and • it shall be further deemed that by submitting the Application to WSSO, J&K, WSSO, J&K is entitled to presume the existence of and rely on the afore stated Applicant warranty.
3.4.2. WSSO, J&K shall not be liable for any wrongful presumption, mistake or error on the part
of the Applicant in respect of the above or in respect of the selection process generally. 3.5. Right to Accept Any Application and to Reject Any or All Applications
3.5.1. Notwithstanding anything contained in this EOI, WSSO, J&K reserves the right to accept or reject any Application and to annul the EOI process and reject all Applications / proposals, at any time without any liability or any obligation for such acceptance, rejection or annulment, without assigning any reasons.
3.5.2. WSSO, J&K reserves the right to reject any Application, if at any time a material
misrepresentation is made or uncovered. This would lead to the disqualification of the Applicant (PIA).
3.5.3. If such disqualification and/ or rejection occur after the financial bids have been opened and
the preferred bidder gets disqualified and / or rejected, then WSSO, J&K reserves the right to either:
• Invite the next preferred bidder to match the lowest bid; or • Take any measure as may be deemed fit in the sole discretion of WSSO, J&K
including annulment of entire Qualification and / or Proposal stage and inviting fresh Applications and / or Proposals.
3.6. Clarifications 3.6.1. A prospective Applicant requiring any clarification on the EOI document may notify
WSSO, J&K in writing by facsimile or email at the contact specified in Clause 2.1.7. This should be followed by an original copy submitted subsequently to the contact specified in Clause 2.1.7.
3.7. Amendment of EOI 3.7.1. At any time prior to the Application Due Date, WSSO, J&K may, for any reason, whether
at its own initiative or in response to clarifications requested by an Applicant, modify or amend the EOI by the issuance of addenda (“Addenda” or “Addendum”, as the case may be). Any Addendum thus issued will be uploaded in the web site as well as who has send
writing queries on the EOI document. In order to afford the Applicants a reasonable time in which to take an Addendum into account, or for any other reason, WSSO, J&K may, at its discretion, extend the last due date for submitting the Application as provided in Clause 3.8.6. (“Application Due Date”).
3.8. Preparation and Submission of Application 3. 8.1. Language
The Application and all related correspondence and documents should be written in the English language. Supporting documents and printed literature furnished by Applicant with the Application 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 the purpose of interpretation and evaluation of the Application, the English language translation shall prevail.
3. 8.2. Currency The currencies for the purpose of the Application shall be the Indian Rupee (Rs).
3. 8.3. Validity of Application Applicants, by submitting Applications, agree that Applications shall be valid for a period of 3 months from the Application Due Date (the “Application Validity Period”). WSSO, J&K reserves the right to reject any Application, which does not meet this requirement.
3. 8.4. Extension of Validity of Application In exceptional circumstances, prior to expiry of the original Application Validity Period, WSSO, J&K may request Applicants to extend the Application Validity Period for a specified additional period.
3.8.5. Sealing and Marking of Applications 3.8.5.1. The Applicant shall seal the Application in envelope, The EOI Application shall contain:
• Registration certificate • Memorandum of Association or Constitution duly certified by the Registering Authority. • List of executive body duly certified by the Registering Authority. • Copies of the Audited accounts and annual reports for the last three years. • Copies of IT return of the last three years. • Receipt of the last TDS deducted. • Financial, procurement and HR policies. • Copy of the registration from Department of Income tax. ( Govt. of India) • Certificate from Income Tax office for lesser or non deduction of TDS, if any. • Certificate from Concerned office for lesser or non deduction of Service tax, if any • PAN number, TAN number order copies. • Notarized undertaking by head of the organization that no office bearers in the management board are
blood relations. • Annual Reports of last three financial years i.e. 2010-11, 2011-12, 2012-13 and 2013-14; • Documentary evidence for justifying the Technical Capability of the Applicant • The Application must be accompanied by the audited Balance Sheet and Profit and Loss
3.8.5.2. The envelopes shall clearly bear the following identification - “Expression of Interest for
empanelment of PIA for Zone________.
3. 8.5.3. The envelope shall be addressed to: The Executive Director, CCDU Office of Communication & Capacity Development Unit House no 541, Sector 4 Channi , Himmat Jammu- 1800015. Website: www.ccdujkstate.org
Cell No. 9419033314, 9419190493, 9469154663
or Executive Director, CCDU C/o : Office of the Chief Engineer, PHE, Kashmir, Engineering Complex Near Government Silk Factory Rajbagh, Srinagar-190002.
3.8.5.4. If the envelope is not sealed and marked as instructed above, WSSO, J&K assumes no responsibility for the misplacement or premature opening of the contents of the Application submitted.
3.8.5.5. Further, Application must be submitted in a bound form (spiral bound or any bound form) with all pages numbered serially, along with an index of submissions. In the event, any of the instructions mentioned herein have not been adhered to, WSSO; J&K may reject the Application.
3.8.6. Application Due Date 3.8.6.1. Applications should be submitted not later than 1700 hrs on 12-05-2014 (Monday) at the
address provided in Clause 3. 8.5.3. in the manner and form as detailed in this EOI Document. Applications submitted by either e-mail, facsimile transmission or telex would not be acceptable. Applications submitted after the time stated above will be rejected.
3.8.6.2. WSSO, J&K may, in exceptional circumstances, and at its sole discretion, extend the Application Due Date by issuing an Addendum in accordance with Clause 3.7.
3.8.7. Late Applications 3.8.7.1. WSSO, J&K will not accept any Application received by it after the Application Due Date
for any reason whatsoever. WSSO, J&K will not be responsible for any delay, loss or non-receipt of the Application under any circumstances.
3.8.8. Modifications / Substitution / Withdrawal of Applications 3.8.8.1. The Applicant may modify, substitute, or withdraw its Application after submission,
provided that written notice of the modification, substitution, or withdrawal is received by WSSO, J&K by the Application Due Date. No Application shall be modified, substituted, or withdrawn by the Applicant after the Application Due Date.
3 .8.8.2. The modification, substitution, or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 3.8.5. with the envelopes being additionally marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as appropriate.
3.9. Evaluation of Application 3.9.1. Opening of Applications 3.9.1.1. WSSO, J&K would open the Applications at 1700 hrs on 12-05-2014 (Monday) or at any
other amended date and time for the purpose of evaluation. Applicants can depute their representatives to the office of the person mentioned in Clause 2.1.7 for witnessing the opening of the Applications.
3.9.1.2. Applications for which an acceptable notice of withdrawal has been submitted in accordance with Clause 3.8.8. shall not be opened. WSSO, J&K would subsequently examine and evaluate all other Applications in accordance with the criteria set out in Section 3 of the EOI.
3.9.1.3. WSSO, J&K reserves the right to reject any Application if: • At any time, a material misrepresentation is made or uncovered; or • The Applicant does not respond promptly and thoroughly to requests for supplemental
information required for the evaluation of the Application.
3.9.2. Confidentiality 3.9.2.1. Information relating to the examination, clarification, evaluation, and recommendation in
relation to the Pre-qualified Applicants shall not be disclosed to any person not officially concerned with the process. WSSO, J&K will treat all information submitted as part of Application in confidence and would require all those who have access to such material to treat the same in confidence. WSSO, J&K will not divulge any such information unless it is ordered to do so by any authority that has power under law to require its disclosure. WSSO, J&K however reserves the right to make public disclosure of the names of the Applicants and Pre-Qualified Applicants. All material created by the PIA for IEC and HRD shall be the property of WSSO and shall be handed over to the ED, CCDU on the termination of contract. PIA cannot use the material / property for personal use or for any other agency organization unless authorized by the Chairman WSSO.
3.9.3. Tests of responsiveness 3.9.3.1. Prior to evaluation of Applications, WSSO, J&K will determine whether each Application
is responsive to the requirements of the EOI. An Application shall be considered responsive if the Application:
(a) Is received /deemed to be received by the Application Due Date including any extension thereof;
(b) Is signed, sealed and marked as stipulated; (c) Is accompanied by the DD towards cost of EOI Document (d) Is accompanied by the Power(s) of Attorney as specified; (e) Contains all the information as requested in the EOI; (f) Contains information in formats same as those specified in this EOI; (g) Agrees to the validity period as specified; (h) Is accompanied by the MoU (for Consortium and specific to the Project) as
stipulated; and 3.9.3.2. WSSO, J&K reserves the right to reject any Application which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by WSSO, J&K in respect of such Applications.
3.9.4. Clarifications 3.9.4.1 To facilitate evaluation of Applications, WSSO, J&K may, at its sole discretion, seek
clarifications in writing from any Applicant regarding its Application. 4. CRITERIA FOR EVALUATION 4.1. Minimum Eligibility Parameters 4.1.1. The Applicant’s competence and capability is proposed to be established by the following
minimum criteria for eligibility:
• Technical capability NGOs (Registered Societies or Trusts) eligible for sending EoI must have experience in the conducting IEC activities, Capacity Building / Training workshops in the Water and Sanitation Sector (NRDWP or Rural Sanitation ) or in the National Rural Health Mission(NRHM) Sector and must have been registered for the last five years. Applicant should not be a family organization i.e. there should not be a blood relation between office bearers in the managing board. Authorized signatories / head of organization should not be in active Govt. service. • Financial capability The annual turnover of the organization should be around Rs. 50 to 100 lakh in the last three years as per the audited accounts. However, this condition could be relaxed by the WSSO in case an NGO has solid experience in the Rural Water & Sanitation sector.
Synopsis of activities to be performed By PIA:- Awareness / IEC Activities per Gram Sabha consisting of 100 persons per Gram Panchayat, proposed
to be held in targeted habitations( i.e 50% of total Panchayats in ) through IEC materials(like banners, pamphlets, wall paintings, etc), cultural activities (street play & music, puppet show etc), Audio visual Show, Audio play / Announcement on PA system, training on Field Test Kits etc.
6 members of each VWSC ( Village Water Sanitation committee) from each Village ( target is 50% of Villages) to be trained in planning, monitoring & managing PWSS (Piped water Supply Scheme) at Block Level in a group of 25 each.
Awareness/IEC/Training in targeted Schools, (Painting Competition / Debate/ & Rallies and hands on training on testing of water sources with FTks(Field Test Kits) .
Video Documentary of duration 25 – 30 minutes highlighting best practices.
Various zones where PIAs have to hold the activity are as under:-
4.1.2. The applicant PIA has to clearly mention the PREFERANCE of the Zones for which it is giving EoI by super-scribing boldly in capital letters the name of the Zones (group of districts) for which it is applying on the envelope above the address. One NGO would be empanelled as the Programme Implementation Agency (PIA) Preferably for one Zone only (in case no suitable PIA is found for any particular zone , more than one zone can be given to one PIA , On each of these parameters, the Applicant would be required to meet the evaluation criteria as detailed in this Section 4. Any Applicant meeting all the criteria will, subject to the provisions of this EOI Document, be qualified to submit its proposal for the Project at the RFP Stage.
4.1.3. For the purposes of this clause, the financial year would be the same as the one normally
followed by the Applicant for its Annual Report/ Audited Annual Accounts 4.1.4. The Application must be accompanied by the audited Balance Sheet and Profit and Loss Account of the Applicant for 2010-11, 2011-12, 2012-13, and 2013-14.
4.2. Disqualification 4.2.1. Even if the Applicants meet the above criteria, they are subject to be disqualified if the
Applicants, have: • Made, incorrect, misleading or false representations in the forms, statements and
attachments submitted, whether intentionally or unintentionally; or • Been debarred WSSO, J&K / GoI or any Government bodies.
5. MISCELLANEOUS 5.1. The Process shall be governed by, and construed in accordance with, the laws of India and
the Courts at J&K shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Process.
5.2. WSSO J&K, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time;
S.NO ZONES DISTRICTS No. of BLOCKS
No. of GRAM PANCHAYAT
No. of VILLAGES
1 K1 BANDIPORA+GANDERBAL+SRINAGAR 10 230 308
2 K2 BARAMULLA+KUPWARA 23 720 988
3 K3 PULWAMA+SHOPIAN+BUDGAM 15 544 1024
4 K4 ANANTNAG+KULGAM 14 454 600
5 J1 JAMMU+SAMBA+KATHUA 21 640 1452
6 J2 UDHAMPUR+REASI 11 350 476
7 J3 RAMBAN+KISHTWAR+DODA 21 488 800
8 J4 POONCH+RAJOURI 15 484 718
9 L1 LEH (LADAKH) / KARGIL 18 188 244
(a) Suspend and/ or cancel the Process and/ or amend and/ or supplement the Bidding Process or modify the dates or other terms and conditions relating thereto;
(b) Consult with any Applicant in order to receive clarifications or further information; (c) Shortlist or not to shortlist at Technical evaluation stage any Applicant and/ or to
consult with any Applicant in order to receive clarifications or further information; (d) Retain any information and/ or evidence submitted to the WSSO by, on behalf of,
and/ or in relation to any Applicant; and/ or (e) 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. 5.3. It shall be deemed that by submitting the Proposal, the Applicant agrees and releases the
WSSO, J&K its employees, agents, consultants 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.
ANNEXURE I (EOI Application Letter)
‘TO BE TYPED ON OFFICIAL LETTER HEAD’ Dated: The Executive Director, CCDU Office of Communication & Capacity Development Unit House no 541, Sector 4 Channi , Himmat Jammu- 1800015. Website: www.ccdujkstate.org Cell No. 9419033314, 9419190493, 9469154663 or Executive Director, CCDU C/o : Office of the Chief Engineer, PHE, Kashmir, Engineering Complex Near Government Silk Factory Rajbagh, Srinagar-190002. Sub: Expression of Interest for selection of PIA Dear Sir, With reference to your advertisement inviting EOI dated *****, having downloaded and examined the EOI document and understood its contents, hereby submit my/ our EOI for the aforesaid project
1. The Application is unconditional. 2. All information provided in the Application and in the Appendices and Annexure is true and correct and all
documents accompanying such Application are true copies of their respective originals. 3. I/We declare that my/our Proposal shall remain valid for 6 months from the scheduled/ extended Proposal
Due Date 4. I/We shall make available to the Authority any additional information it may find necessary or require to
supplement or authenticate the EOI statement. 5. I/We acknowledge the right of the Authority to reject our Application without assigning any reason or
otherwise and hereby waive our right to challenge the same on any account whatsoever. 6. I/ We declare that I/ We have examined and have no reservations to the EOI document, including any
Addendum, if any issued by the Authority 7. I/ We understand that you may cancel the Bidding Process at any time and that you are neither bound to
accept any Application that you may receive nor to invite the Applicants to Bid for the Project, without incurring any liability to the Applicants, in accordance with Clauses of the EOI document.
8. I/ We believe that we/ our Consortium/ proposed Consortium satisfy (ies) the requisite Eligibility criteria and meet(s) the requirements as specified in the EOI document.
9. I/ We declare that we/ any Member of the Consortium are / is not a Member of a/any other Consortium applying for pre-qualification.
10. I/ We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate the Authority of the same immediately.
11. I/We, hereby irrevocably waive any right which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in connection with the selection of Applicants, selection of the Bidder, or in connection with the selection/ Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof.
12. I/we agree and undertake to abide by all the terms and conditions of the EOI document. In witness thereof, I/We submit this application under and in accordance with the terms of the EOI document. Yours faithfully, Date: (Signature of the Authorized Signatory) Place: (Name and designation of the Authorized Signatory)
Name and seal of the Applicant/Lead Firm
‘TO BE TYPED ON OFFICIAL LETTER HEAD’
APPENDIX- A
Details of Applicant
1. (a) Name: (b) Address of the corporate headquarters and its branch office(s), (c) Date of incorporation and/ or commencement of business:
2. Brief description of the Company including details of its main lines of business: 3. Details of individual(s) who will serve as the point of contact/ communication for the WSSO:
(a) Name: (b) Designation: (c) Company: (d) Address: (e) Telephone Number: (f) E-Mail Address: (g) Fax Number:
4. Particulars of the Authorized Signatory of the Applicant: (a) Name: (b) Designation: (c) Address: (d) Phone Number: (e) Fax Number:
5. In case of a Consortium: (a) The information above (1-4) should be provided for all the members of the Consortium. (b) A copy of the MoA, as per format in Annexure IV should be attached to the Proposal.
APPENDIX-B
Financial Capacity of the Applicant (Refer to Clauses 4.1.1(b), of the RfP)
Name of Applicant or partner of a consortium: Applicants, including each partner of a consortium, should provide financial information to demonstrate that they meet the requirements stated in the Instructions to Applicants. Each applicant or partner of a consortium must fill in this form. If necessary, use separate sheets to provide complete information. A copy of the audited balance sheets and statement of profit and losses should be attached. A. Details of Banker
Banker Name of banker Address of banker Telephone Contact name and title Fax Email
B. Net Worth & Turnover Details of the bidding entity
Rs. Net Worth on 31.3.2014 (Rs.) Average Minimum Net worth in the last 3 financial years ending on 31.3.2014
Annual Reports/ Audited financial statements including balance sheet, profit and loss statement for 2011‐12, 2012‐13 & 2013‐14 shall be enclosed as annexure.
‘TO BE TYPED ON OFFICIAL LETTER HEAD’ APPENDIX-C
Technical Capability Development Experience Use a separate sheet for each project
Sl. No.
Project Name
Location Description of the project and role
Date of Commencement
Date of Completion
Details of Legal cases (disputes) of PIA;
Sl. No.
Name of the organization Reasons Status
‘TO BE TYPED ON OFFICIAL LETTER HEAD’ APPENDIX-IV
Statement of Legal Capacity (To be forwarded on the letterhead of the Applicant/ Lead Member of Consortium)
Ref. Date: Ref. Date: To, The Executive Director, CCDU Office of Communication & Capacity Development Unit House no 541, Sector 4 Channi , Himmat Jammu- 1800015. Website: www.ccdujkstate.org Cell No. 9419033314, 9419190493, 9469154663 or Executive Director, CCDU C/o : Office of the Chief Engineer, PHE, Kashmir, Engineering Complex Near Government Silk Factory Rajbagh, Srinagar-190002. Dear Sir, We hereby confirm that we/ our members in the Consortium (constitution of which has been described in the EOI Document) satisfy the terms and conditions laid out in the EOI Document. *We have agreed that _____________ (insert member’s name) will act as the Lead Member of our consortium. We have agreed that ______________(insert individual’s name) will act as our representative/ will act as the representative of the consortium on its behalf* and has been duly authorized to submit the EOI. Further, the authorized signatory is vested with requisite powers to furnish such letter and authenticate the same. Thanking you, Yours faithfully, Authorized Signatory For and on behalf of *Please strike out whichever is not applicable.
ANNEXURE II FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION
(To be executed on Non-Judicial Stamp paper) Power of Attorney Know all men by these presents, We…………………………………………………. (name and address of the registered office) do hereby constitute, appoint and authorize Mr / Ms……………………………… (name and residential address) who is presently employed with us and holding the position of ……………………………………………. as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our EOI, including signing and submission of all documents and providing information / responses, submission of proposal in RfP stage to Communication & Capacity Development Unit, (WSSO, J&K), representing us in all matters before WSSO, J&K, and generally dealing with WSSO, J&K in all matters in connection with our bid for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. For ___________________________ (signature) (Name, Title and Address of the Attorney) Note: (1) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure
ANNEXURE III FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM
(To be executed on Non-Judicial Stamp paper) Power Of Attorney Whereas, Communication & Capacity Development Unit, (WSSO, J&K) has invited EOI from interested parties for PIA – Whereas, the members of the Consortium are interested in bidding for the Project and implementing the Project in accordance with the terms and conditions of the EOI Document and other connected documents in respect of the Project, and Whereas, it is necessary under the EOI document for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project NOW THIS POWER OF ATTORNEY WITNESSETH THAT; We, M/s. ----------------------------, M/s ----------------------- and M/s ------------------------- (the respective names and addresses of the registered office) do hereby designate M/s --------------------- being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the Project, including submission of EOI, financial Proposal, participating in conferences, responding to queries, submission of information / documents and generally to represent the Consortium in all its dealings with WSSO, J&K, any other Government Agency or any person, in connection with the Project until culmination of the process of bidding and thereafter till the execution of relevant project documents as mandated by the RfP Document with WSSO, J&K. We hereby agree to ratify all acts, deeds and things lawfully done by the Lead Member pursuant to this Power of Attorney and that all acts deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/Consortium. Dated this the ……Day of …….2014 ………………………………… (Executants) (To be executed by all the members of the Consortium) Note: (1) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant’s(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.
ANNEXURE IV
MEMORANDUM OF ASSOCIATION TO BE
EXECUTED BETWEEN THE MEMBERS OF THE CONSORTIUM
(To be executed on Non-Judicial Stamp paper)
MEMORANDUM OF ASSOCIATION
This Memorandum of Association (MoA) entered into this ------ day of ------2014 at Jammu/ Kashmir Between
---------------------- (hereinafter referred as”Member 1”) and having Registered office at ----------------------------- Party of the First Part And ---------------------- (hereinafter referred as ”Member 2”) and having Registered office at ----------------------------- Party of the Second Part And
---------------------- (hereinafter referred as ”Member 3”) and having Registered office at ----------------------------- Party of the Third Part The parties are individually referred to as Party and collectively as Parties. PREAMBLE
WHEREAS Communication & Capacity Development Unit, (WSSO, J&K) has invited Request for EOI and Proposal of PIA –WSSO, J&K AND WHEREAS the land will be allotted to the Consortium on 99 year lease if selected through the bidding process
AND WHEREAS the Parties have had discussions for formation of a Consortium for applying for the said Project and have reached an understanding on the following points with respect to the Parties’ rights and obligations towards each other and their working relationship.
IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE PARTIES AGREED AND DECLARED AS FOLLOWS:
PURPOSE OF ASSOCIATION
The Consortium has been formed to jointly bid for the said Project as per the terms and conditions as stated in the EOI Document RESPONSIBILITIES OF THE PARTIES
1. M/s ------------ (Member 1) would be the Lead Member and M/s -------- (Member 2) & M/s -------- (Member 3) would be Consortium Members of the consortium.
2. The duties and responsibilities of each party shall be as mutually agreed. 3. The Lead Member would be authorized to receive instructions from WSSO, J&K and for
making payment to WSSO, J&K on allotment of the project land for and on behalf of the Consortium.
4. The parties will share equity stake in the following manner: a. Lead Member/ Member 1 : :.…..%
b. Member 2 : .….% c. Member 3 : …..%
5. Each Party shall however keep the other Parties informed and obtain the concurrence in respect of activities undertaken by them in discharge of its responsibilities. The Parties however from time to time as they may mutually agree, modify, add, reduce, negotiate, amend or reallocate the responsibilities in future.
6. The firms are jointly and severally liable to WSSO, J&K for the performance of the duties and responsibilities as mentioned in the RfP Document.
7. The MoA shall be valid for 36 months from the Proposal Due Date. The validity period of the MoA would be extendible on the original terms, if required by WSSO, J&K
PROPOSED ADMINISTRATIVE ARRANGEMENTS
8. For the management and execution of the Project administrative arrangements will be finalised by the parties in the event the space has been awarded to the Consortium.
9. M/s ‐‐‐‐‐‐‐‐‐‐‐‐ (Member 1), M/s ‐‐‐‐‐‐‐‐‐‐‐‐ (Member 2) and M/s ‐‐‐‐‐‐‐‐‐‐‐‐ (Member 3) will be represented by the following personnel:
Member 1 Member 2 Member 3 Name: Designation: Name of Firm: Address: Tel: Fax: Mail:
Name: Designation: Name of Firm: Address: Tel: Fax: Mail:
Name: Designation: Name of Firm: Address: Tel: Fax: Mail:
10. Shri ---------------------- hereby designated as the Authorized Signatory for the Consortium by the Parties to
this MoA. OTHER TERMS AND CONDITIONS 11. That none of the Parties and/ or their representatives shall use, misuse, duplicate, disclose,
divulge, part with or communicate to any person other than those whose right it is to know the same or with proper authority, whether directly or indirectly and whether in writing, verbally or otherwise, any trade secrets, confidential knowledge, information, data, drawings, calculations, design, blue-prints, processes, know-how, critical parameters, suppliers, customers, sourcing of materials, etc., or any other technical, financial or any other kind of information of any kind or nature whatsoever and howsoever significant that may come to their knowledge hereafter, in relation to and pertaining to the Consortium, or to use or exploit such information for any purpose whatsoever, and shall use its reasonable endeavors to prevent its employees from so using till the time the time space is allotted to the Consortium.
12. That the Parties to the Consortium will bear expenses incurred by them related to the activities undertaken by them in discharging their responsibilities, right from Pre Bid Activities till the time space is allotted.
13. That this MoA stands terminated in the event of Consortium becomes unsuccessful in the bidding process or immediately after allotment of space, incase the space is allotted to the Consortium. Either of the party can terminate this MoA at a notice of 3 months to the other parties
14. That in the unlikely event of any dispute or difference arising out of or in connection with this MoA, it shall be exclusively and finally settled in accordance with the Indian Arbitration and Conciliation Act 1996 as amended from time to time.
15. That this MoA shall be governed in accordance with the laws of India and courts in India shall have exclusive jurisdiction to adjudicate disputes arising from the terms herein.
FORCE MAJEURE
16. That no Party shall be liable to the other for failure to perform any obligation of such Party hereunder to the extent and for such occurrence of any event beyond the control of such Party including but not limited to war, embargo, blockade, sabotage, insurrection, rebellion, riot or other act of civil disobedience, set of a public enemy, failure or delay in transportation, act of any government or any agency or subdivision thereof, judicial action, labour dispute, strike, other labour or industrial disturbances fire, accident explosion, epidemic, quarantine, restrictions storm, flood, earthquake and other act of God.
In witness whereof the Parties affirm that the information provided is accurate and true and have caused this MoA to be duly executed on the date and year above mentioned.
…………………. ……………….. ……………….. (Party of the first part) (Party of the second part) (Party of the third part) Witness: 1. 2.
1. INCOME TAX:- Income tax will be deducted from each bill as applicable and certificate
to this effect shall be issued in due course in prescribed format.
2. SERVICE TAX & OTHER TAX: - The quoted rate should be inclusive of all taxes
including service tax & other duties. Service tax may be deducted at source at the time of
payment as per government norms and a certificate to this effect shall be issued in due course
by the Executive Director, CCDU in prescribed format.
3. INSURANCE: -The selected organization has to take care of insurance issues. It is
mandatory for the selected organization for insurance of human resources under them for any
kind of work under this EoI. Any damage or claim will be borne by selected Organization.
DWSD, will not liable for any claim or reimbursement.
4. NON ALLOTTMENT OF WORK TO DEFAULTER PIA:
The defaulter organisation / firm or Institution who have not completed their work allotted to
them after timely issue of work order and not completed their assignment timely will be put
under defaulter PIA list and they will not be entitled to participate in the EoI and their EoI
will be out rightly rejected.
5. Detail of pervious work done by PIA :
The bidder should furnish details of similar work executed during previous maximum 5 years and
to be attached in technical EoI in the following format.
Sl. No. Name of the work with work order
reference & brief description
Value of work Organization for which
work executed
Remarks
1 2 3 4 5
Attach attested copies of (i) Work order (ii) Satisfactory completion certificate.
(Attestation should be by Gazetted officer / Notary)
6. Details of similar works presently at hand (To be attached in technical EoI in
following format)
Sl. No. Name of the work with work order
reference & brief description
Value of work Organization for which
work executed
Remarks
1 2 3 4 5
Attach attested copies of (i) Work orders in hand .(Attestation should be by gazetted officer/ Notary).
7. DECLARATION BY BIDDERS:
The Agency shall have to furnish a self‐declaration on the footage of information as desired. In the words
as “All the allotted and executed work details of similar nature has been truly mentioned there and
nothing is wrong, if any information mentioned is found fake the Department may put me in the list of
Black Listed PIA & legal action may be taken for this.”
8. POWER TO REJECT OR ACCEPT THE EOI :-
Authority reserve the right to accept or reject any or all the bids received. No explanation can be asked by
the bidders for the cause of the rejection of the bids by the concerned authority.
9. VALIDITY OF BID:-
The EoI will remain valid for acceptance and placing order for a period of90 days from the date of opening
receipt of bid.
10. ADDRESS :-
The bidder will have to furnish his full permanent and local address in the EoI document along with their
Phone No., Fax No., Mobile No. and e‐mail address. If any letter is sent at the given address by Fax or
email or by post does not reach him or returns undelivered, it will be deemed to have reached to the
bidder, once the letter is posted in post office, sent by email or sent through fax.
11. ED CCDU/ Chairman WSSO DECISION TO BE FINAL:‐
If any dispute or difference arises in the interpretation of the specification, schedule of prices or
any other matter in connection with the contract, the decision of the Executive Director, CCDU/
Chairman WSSO shall be final and binding upon the parties concerned.
12. SIGNING OF EOI DOCUMENT: - The bidder must sign all pages of the EoI document
with his full name. If the EoI is submitted by a firm, it must have signature of the person duly
authorized by the firm.
13. AGREEMENT: - All the papers which constitute the offers including EoI Document and
addendum if any in pre EoI meeting shall form part of the agreement and therefore it must be
submitted intact duly signed with quoted rates and nothing should be detached.
Terms of Reference 1. Introduction of the Department Public Health Engineering, Department, J&K works towards improving quality of life of people in
terms of water & sanitation. Department runs two major program i.e.: National Rural Drinking
Water program [NRDWP]and Nirmal Bharat Abhiyan [NBA] program. The main emphasis of
NRDWP program is on ensuring sustainability of water availability in terms of potability,
adequacy, convenience, affordability and equity on a sustainability basis. NBA program emphasis
on sustainable sanitation issues by Open defecation free rural villages with proper disposal of solid
and liquid waste. The both program will be implemented at grass root level, for which community
should be informed of policies and practices. Such awareness is possible after an extensive and
complete capacity building activities of grass root level stakeholders:
Capacity building is the most important aspect of NRDWP & NBA Program. This is in addition to
the training in skills and tasks required for their specific areas. The major issue is to build capacity
of our stakeholder in a planned phased manner.
After set up of Panchayati Raj Institution, Panchas / Sarpanchas are the key change agent of rural
India; being representative of community.
In the state of J&K, members of VWSC are responsible for making households visits in their
communities. They provide information to families about toilet construction and usage, and
counsel family members on proper sanitation and hygiene practices including safe disposal of
solid & liquid waste. VWSCs are appreciated for encouraging families to construct and use a
toilet, use a ladle to take drinking water, build a soak pit, adopt hand washing practices, and
contribute as a user group for maintenance of drinking water facilities. VWSC are also responsible
for helping schools and Anganwadi centres prepare water and sanitation developments plans and
monitor the use of the school toilet. The end focus of the program is for all communities to be free
from open defecation and sanitized environment.
2. Objective: The main specific objective is to build the capacity of stakeholders at grass root
level for effective implementation of NRDWP & NBA program.
3. District: All 22 district of J&K, the data of formed VWSC is attached as follows:
Sr. No.
District Panchayat
No. Of Block Panchayats No. Of Village
No of Gram Panchayat
1 ANANTNAG 8 287 283 2 BUDGAM 9 495 283 3 BANDIPORA 5 130 114 4 BARAMULLA 12 606 365 5 DODA 9 483 231 6 GANDERBAL 4 138 103 7 JAMMU 9 697 296 8 KARGIL 9 130 95 9 KATHUA 8 485 244 10 KISHTWAR 8 188 134 11 KULGAM 6 314 172 12 KUPWARA 11 383 356 13 LEH LADAKH 9 113 93 14 POONCH 6 294 189 15 PULWAMA 4 271 186 16 RAJAURI 9 423 295 17 RAMBAN 4 130 124 18 REASI 4 188 147 19 SAMBA 4 270 100 20 SHOPIAN 2 259 74 21 SRINAGAR 1 40 10 22 UDHAMPUR 7 286 204 Totals 148 6610 4098
5. Minimum Qualifying Criteria to be given with the proposal [with the attachment of supporting documents i.e: Audit report of three years, Annual report, Experience certificate, Photographs , Manpower profile with CV and other essential documents as
(i) The firm annual turnover minimum of 10 crore of turnover
(ii) The minimum professional staff available in the organization with experience &
qualification [minimum 10 professionals]
(iii) Similar Work Experience related to capacity building of Grass root stakeholder in last
three years for any department organization the certificate to be provided.
6. Cumulative Analysis The honour of the contract shall be made to the individual consultant whose offer has been evaluated and determined as: • Responsive; • Having received the highest score out of a pre-determined set of weighted technical and
financial criteria specific to the solicitation.
7. Approach:
The Reward will be based on mix of parameters on primary deliverables of the Institutions.
8. Competencies Required: The agency should have substantial experience in training and in managing community sanitation
outreach programmes, with referral links to service facilities, preferably in the public sector,
although linkages with the private or not-for-profit sector could also be considered provided they
conform to the principles of quality and equity. Experience in research and advocacy will be an
added advantage. A consortium of agencies that meet the requirements of capacity building
described above could also be considered. Preference will be given to those agencies that have an
established presence at the state and district level, with their own infrastructure or ready access to
Infrastructure and can leverage additional resources. Preference will also be given to those.
Institutions which already have experience in Jal Sahiyya and Mukhiyya Training.
a. Who is Sarpanch ?
"Sarpanch" is an elected head of a village level statutory institution of local self-government
called the Panchayat (village government). The Sarpanch together with other elected members
constitute the Gram Panchayat. The Sarpanch is the focal point of contact between government
officers and the village community. In order to decentralized powers and responsibilities and
emphasizing for focus on water & Sanitation issues, Village Water & Sanitation Committee for
implementation of Water & Sanitation related work under NRDWP & NBA program; are already
in place.
b. What is VWSC? In order to empower gram Panchayats for effective implementation of program and fund
Department has made a provision for setting up a Village Water & Sanitation Committee [VWSC]
in each revenue village, which comprising of a group of 9 to 12 people for active participation of
villagers for water & Sanitation related work for community in Gram Sabha. This committee shall
function as a Standing Committee / Sub Committee.
9. Activities of VWSC: • Generate Awareness about the essentials of water & sanitation program.
• Discuss and develop a Village Water & Sanitation Plan based on an assessment of the village
situation and priorities identified by the community in Gram Sabha.
• Analyze key issues and problems related to village level water & sanitation issues, give feedback on
these to relevant functionaries and officials.
• Maintenance of a village water & sanitation register and water & related information of village:
The water & sanitation register and put up in the most frequented section of the village will have
information about toilet usage by the each family of the community.
• Ensure that the VWSC visit the village hours on the fixed days and motivates community; oversee the
work of village water & sanitation committee.
• Take into consideration of the problems of the community and the water & sanitation and discuss
mechanisms to solve it.
• Convergence of MNAREGA with NBA program.
10. Roles & Responsibilities of Agency: a. Assist as an umbrella agency for training of grass root level stakeholders
b. Ensure that the training should be arranged at the level as per need i.e: panachayat, Block
or District level.
c. Serve as a focal point for orientation and training of support structures.
d. Organize and facilitate capacity building program at grass root level.
e. Prepare training module, handbook, leaflets, other reading and pictorial materials for each
category for training purpose.
f. Prepare a calendar for training of both stakeholders of all categories with specific time
frame; ensure that there should be at least one follow up training of each category within
minimum of 45 days. And training on new category should follow a specific time gap of 90 days
once follow up of previous training is completed.
g. Prepare a roster of expert resource Person for effective training at grassroot level;
i. Ensure the availability of a team of trainers and a training manager who will undertake the
functions above. This could include existing staff of the institution, provided they are outsourced
by Agency and approved by WSSO. All new appointments to the team of short or long term will
be made with WSSO approval.
j. Conduct training and orientation for specific personnel, using WSSO prescribed guidelines
and modules.
l. Ensure that all trainings are residential and that field immersion component is carried out
as prescribed.
m. Undertake assessment of Impact of training at each level for both stakeholders; record and
document same.
n. Provide training reports including evaluation scores at the end of each course.
n. Provide training reports including evaluation scores at the end of each course.
o. Provide reports of monitoring and supervision to district, block & gram panchayats sites.
11. Please include the following in the application: Form for Submission of Organization Profile for short listing Organisation for carrying out Training
S.No. Particulars Details
1. Name of Organisation
2. Type of Organisation Consultancy Firm/NGO/Company/Institution/ Others
3. Address
4. City
5. State
6. Pin Code
7. Telephone
8. Fax No
9. Email
10. Organization Registration Details
11. Key Person involved and their contact details
(Include More Rows, if required)
12. Branch Officers and their (Include their phone and emails)
contract details 13. Year of Registration
14. Expertise Area (Include their phone and emails) 15. Turnover of the agency and
annual audited statement of accounts for the last 3 yrs.
2012-2013 2011-2012 2010-2011
16. Agency’s presence in the state (Regional presence will also be considered)
17. Details of partnerships with training NGOs in the districts. List of institutional clients with supporting documents.
18. Experience of field level work / community level water & sanitation or social sector development work including training / capacity building.
19. Access to community water & sanitation programmes with a strong and active on going community water & sanitation worker intervention
• No. of training rooms/hall with good lighting- • Tables- • Chairs- • No. of LCD/LED attached to training hall- • Refreshments-Yes / No • No. of good access to toilets (separate for ladies & gents),------ toilets /-------[ Male toilets]......... • No. of single bedrooms with toilet facilities- • No. of double bedrooms with toilet facalities- • Power back up-
20. Details of training faculty related to Water & Sanitation issues.
Name of faculty with Experience of [a]. Sanitation & Hygiene [b] capacity building [c]. Finance and Accounts] [Please attach extra sheet]
21. Names and bio-data of the ten senior most personnel who will be involved full time or will be giving substantial time to this programme as Experts.
[Please attach extra sheet]
22. No. of Training materials available
in the organization. [Please specify and attach in extra sheet ]
23. No. HRD personal with experience in Capacity building area
1. Name / Experience 2. Name / Experience
24. No. of finance and Accounts officer with experience
1. Name / Experience 2. Name / Experience 3. Name / Experience
25. Actual years of Actively Conducting Training Programmes
26. Details of staff attach CV of all Full time Part time Senior Position Middle level Male Female Under Graduate Graduate SC/ST OBC Post Graduate Professional
27. Availability of Infrastructure Own / Hired Building Specify
28. Capacity Building Training Facility, Exposure Sites, Demonstration Areas, Hostel
etc 29. List of Core Competency Area in
Capacity Building 1…..……….. 2…………….. 3………………… 4……………5………………6…………………
30. Organization Vision & Mission 31. Core Competency of organization 32. Success 33. Linkage and Partnerships 34. Main Limitations 35. Details of Capacity Building
Programmes handles in last 3 yearsTitle of the Project/
Duration of the Project
Area of
Operation
Significant
output
Reporting Officers of Donor / Department and contact details
36. Training organized till date (Highlight Field based Training Capacity Building Initiatives) 37. Wish to Empanel for District
* Above format is mandatory to fill & attach Supportive documents for same.
Essential documents to be attached: Copies of Annual report of last three years, Audit report of last
three years, Tan no, Service tax certificate, award certificate, registration certificate, copy of project
awarded , letter of appreciation and others as per above format.