Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development...

52
B R R Measu Munic (Water/Sew Urban Local B Gujara Bid Documents for Third Party M&V Agency REQUEST FOR PROPOSALS RFP # [GUDC/MEEP/2011/04] for Third Party Agency for urement &Verification (M&V of cipal Energy Efficiency Proje werage Pumping & Street Lig In Bodies for Saurashtra & South Gujarat at Urban Development Co. Lt Gandhinagar i V) ect ghting) h Zone of td

Transcript of Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development...

Page 1: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Bid Documents for

REQUEST FOR PROPOSALSRFP # [GUDC/MEEP/2011/04

Measurement &Verification (M&V)

Municipal (Water/Sewerage

Urban Local Bodies

Gujarat Urban Development Co. Ltd

Bid Documents for Third Party M&V Agency

REQUEST FOR PROPOSALS RFP # [GUDC/MEEP/2011/04]

for

Third Party Agency for Measurement &Verification (M&V)

of

Municipal Energy Efficiency Project/Sewerage Pumping & Street Lighting)

In

Urban Local Bodies for Saurashtra & South Zone Gujarat

Gujarat Urban Development Co. Ltd Gandhinagar

i

Measurement &Verification (M&V)

roject ighting)

Saurashtra & South Zone of

Gujarat Urban Development Co. Ltd

Page 2: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 1. Letter of Invitation

Section 2. Instructions to Consultants

DATA SHEET ................................

Section 3. Technical Proposal

Section 4. Financial Proposal

Section 5. Terms of Reference

Standard Forms of Contract ................................

Bid Documents for Third Party M&V Agency

CONTENTS

Section 1. Letter of Invitation ................................................................................................

Section 2. Instructions to Consultants ................................................................

................................................................................................

Section 3. Technical Proposal - Standard Forms ................................................................

Section 4. Financial Proposal - Standard Forms ................................................................

Section 5. Terms of Reference ................................................................................................

................................................................................................

Third Party M&V Agency

...................................3

.......................................................4

......................................................20

....................................23

.....................................34

................................38

.....................................45

Page 3: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

Section 1. Gandhinagar [insert: Name and Address of Consultant]

Dear Mr./Ms.: 1. The Gujarat Urban Development Co. Ltd (“CONTRACTING AUTHORITY”) now

invites bids on behalf of the for Measurement &Verification (M&V) of Municipal Energy Efficiency Projects (MEEP) being implemented in

2. More details on the zones & services are provided in

3. The Request for Proposal (RFP) has been uploaded / issued onto the GUDC website and should be used for submission of proposals by the eligible agency. The agency should download the complete set, and not make any changes to formats of the RFP while submitting proposals. In case of any dispute during the bidding process, the RFP document and any addenda that is available on the GUDC website as on the last date for submission of proposals is binding.

4. A firm will be selected under “Quality and cost based selection method” procedures described in this RFP.

5. The RFP includes the following documents:

Section 1 - Letter of InvitationSection 2 - Instructions to Consultants (including Data Sheet)Section 3 - Technical Proposal Section 4 - Financial Proposal Section 5 - Terms of ReferenceSection 6 - Standard Forms of Contract

6. Please inform us in writing at the following address

Name: Mr. Lekhan Thakkar, Address: Gujarat Urban Development Company Limited

B Wing, 2nd Floor, Gujarat State Civil Supplies Corpn. Ltd. Building Sector 10/A, “CH” Road, Gandhinagar, 382 010

, upon receipt: (a) that you received the Letter of I(b) whether you will submit a proposal alone or in association.

Yours sincerely,

Authorized Signatory Name: S. J. Haider, I.A.S Designation: Managing DirectorGujarat Urban Development Company Limited

Instructions to Consultants

Bid Documents for Third Party M&V Agency

Section 1. Letter of Invitation

Date:_______

[insert: Name and Address of Consultant]

The Gujarat Urban Development Co. Ltd (“CONTRACTING AUTHORITY”) now invites bids on behalf of the Municipalities of Gujarat for Third Party Agency required for Measurement &Verification (M&V) of Municipal Energy Efficiency Projects (MEEP) being implemented in Saurashtra and South Zone of Gujarat.

More details on the zones & services are provided in the Terms of Reference (TOR).

The Request for Proposal (RFP) has been uploaded / issued onto the GUDC website and should be used for submission of proposals by the eligible agency. The agency should download the complete set, and not make any changes to formats of the RFP while submitting proposals. In case of any dispute during the bidding process, the RFP document and any addenda that is available on the GUDC website as on the last date for submission of proposals is binding.

will be selected under “Quality and cost based selection method” procedures

The RFP includes the following documents:

Letter of Invitation Instructions to Consultants (including Data Sheet)

hnical Proposal - Standard Forms Financial Proposal - Standard Forms Terms of Reference Standard Forms of Contract

Please inform us in writing at the following address

Name: Mr. Lekhan Thakkar, Vice-President (Corporate Affairs) Address: Gujarat Urban Development Company Limited

Floor, Gujarat State Civil Supplies Corpn. Ltd. Building Sector 10/A, “CH” Road, Gandhinagar, 382 010

that you received the Letter of Invitation; and whether you will submit a proposal alone or in association.

Designation: Managing Director Gujarat Urban Development Company Limited

3

Third Party M&V Agency

Date:_______

The Gujarat Urban Development Co. Ltd (“CONTRACTING AUTHORITY”) now Municipalities of Gujarat for Third Party Agency required

for Measurement &Verification (M&V) of Municipal Energy Efficiency Projects of Gujarat.

the Terms of Reference (TOR).

The Request for Proposal (RFP) has been uploaded / issued onto the GUDC website and should be used for submission of proposals by the eligible agency. The agency should download the complete set, and not make any changes to the content and formats of the RFP while submitting proposals. In case of any dispute during the bidding process, the RFP document and any addenda that is available on the GUDC

will be selected under “Quality and cost based selection method” procedures

Floor, Gujarat State Civil Supplies Corpn. Ltd. Building

whether you will submit a proposal alone or in association.

Page 4: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

4

Section 2.

Definitions................................

1. Introduction ................................

Fraud and Corruption ................................

Eligibility ................................

Eligibility of Sub-Consultants

Only one Proposal ................................

Proposal Validity ................................

2. Clarification and Amendment of RFP Documents

3. Preparation of Proposals ................................

Technical Proposal Format and Content

Financial Proposals ................................

Taxes ................................

4. Submission, Receipt, and Opening of Proposals

5. Proposal Evaluation ................................

Evaluation of Technical Proposals

Financial Proposals for QBS

Public Opening and Evaluation of Financial Proposals (only for QCBS, FBS, and LCS)

6. Negotiations ................................

Technical negotiations ................................

Financial negotiations ................................

Availability of Professional staff/experts

Conclusion of the negotiations

7. Award of Contract................................

8. Confidentiality ................................

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

Section 2. Instructions to Consultants

................................................................................................................................

................................................................................................

................................................................................................

...........................................................................................................................

Consultants............................................................................................

................................................................................................

................................................................................................

Clarification and Amendment of RFP Documents ............................................................

................................................................................................

Technical Proposal Format and Content ................................................................

................................................................................................

................................................................................................................................

Submission, Receipt, and Opening of Proposals ...............................................................

................................................................................................

Evaluation of Technical Proposals................................................................

Financial Proposals for QBS ..............................................................................................

Public Opening and Evaluation of Financial Proposals BS, FBS, and LCS) ................................................................

................................................................................................

................................................................................................

................................................................................................

Availability of Professional staff/experts ................................................................

Conclusion of the negotiations...........................................................................................

................................................................................................

................................................................................................

Section 2. Instructions to Consultants

Third Party M&V Agency

..................................5

..........................................................6

...........................................8

...........................10

............................10

..............................................10

...............................................10

............................11

....................................11

............................................12

............................................14

..................................14

...............................15

...........................................16

.....................................................16

..............................16

.................................................16

.......................................................18

.......................................18

........................................18

...........................................19

...........................19

..............................................19

...................................................19

Page 5: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

Definitions (a)

(b)

(c)

(d)

(e)

(f)

(g)

(h)

(i)

(j)

(k)

(l)

(m)

(n)

Instructions to Consultants

Bid Documents for Third Party M&V Agency

Contracting Authority (CA)” means the agencywhich the selected Consultant signs the Contract for the Services.

“Consultant” means any entity or person that may provide or provides the Services to the CA under the Contract.

“Contract” means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that Conditions (GC), the Special Conditions (SC), and the Appendices.

“Data Sheet” means such part of the Instructions to Consultants used to reflect specific country and assignment conditions.

“Day” means calendar day.

“Government” means the government of the

“Instructions to Consultants” (Section 2 of the RFP) means the document which provides - Consultants with all information needed to prepare their Proposals.

“LOI” (Section 1 of the RFP) means the Letter of Invitation being sent by the CA to the Consultants.

“Personnel” means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.

“Proposal” means the Technical Proposal and the Financial Proposal.

“RFP” means the Request For Proposal to be prepared by the for the selection of Consultants.

“Services” means the work to be performed by the Consultant pursuant to the Contract.

) “Sub-Consultant” means any person or entity with whom the Consultant subcontracts any part of the Services.

“Terms of Reference” (TOR) means the document included in the RFP as Section 5, which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the CA and the Consultant, and expected results and deliverables of the assignment.

5

Third Party M&V Agency

” means the agency (GUDC) with which the selected Consultant signs the Contract for the Services.

“Consultant” means any entity or person that may provide or under the Contract.

“Contract” means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that are the General

GC), the Special Conditions (SC), and the

“Data Sheet” means such part of the Instructions to Consultants used to reflect specific country and assignment conditions.

“Government” means the government of the CA’s country.

“Instructions to Consultants” (Section 2 of the RFP) means the Consultants with all information

“LOI” (Section 1 of the RFP) means the Letter of Invitation

“Personnel” means professionals and support staff provided by Consultant and assigned to perform

the Services or any part thereof; “Foreign Personnel” means such at the time of being so

provided had their domicile outside the Government’s country; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside

the Technical Proposal and the Financial

“RFP” means the Request For Proposal to be prepared by the CA

“Services” means the work to be performed by the Consultant

ltant” means any person or entity with whom the Consultant subcontracts any part of the Services.

“Terms of Reference” (TOR) means the document included in which explains the objectives, scope of

work, activities, tasks to be performed, respective responsibilities and the Consultant, and expected results and

Page 6: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

6

1. Introduction 1.1

1.2

1.3

1.4

1.5

Conflict of Interest

1.6

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

The CA named in the Data Sheet will sfirm/organization (the Consultant) from those listed in the Letter of Invitation, in accordance with the method of selection specified in the Data Sheet.

The Bidders are invited to submit a Technical Proposal and a Financial Proposal, or a Technical Proposal only, as specified in the Data Sheet, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Consultant.

Bidders should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Bidders are encouraged to visit the submitting a proposal and to attend a pre-proposal conference if one is specified in the Data Sheet. Attending the preproposal conference is optional. Consultants should contact the CA’s representative named in the Data Sheet to arrange for their visit or to obtain additional information on the preproposal conference. Bidders should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements.

The CA will timely provide at no cost to the inputs and facilities specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports.

Bidder shall bear all costs associated with the preparation and submission of their proposals and contract negotiationCA is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the

Bidders provide professional, objective, and impartial advice and at all times hold the CA’s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work.

1.6.1 Without limitation on the generality of the foregoing, Bidders, and any of their affiliates, shato have a conflict of interest and shall not be recruited, under any of the circumstances set forth below:

Section 2. Instructions to Consultants

Third Party M&V Agency

named in the Data Sheet will select a consulting firm/organization (the Consultant) from those listed in the Letter of Invitation, in accordance with the method of

to submit a Technical Proposal and a Financial Proposal, or a Technical Proposal only, as specified in the Data Sheet, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the

nd ultimately for a signed

should familiarize themselves with local conditions and take them into account in preparing their Proposals. To

hand information on the assignment and local are encouraged to visit the CA before

proposal conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional. Consultants should contact

amed in the Data Sheet to arrange for their visit or to obtain additional information on the pre-

should ensure that these officials are advised of the visit in adequate time to allow them to

will timely provide at no cost to the Bidders the inputs and facilities specified in the Data Sheet, assist the firm in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports.

shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The

is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract

out thereby incurring any liability to the Bidder.

provide professional, objective, and impartial advice interests paramount, strictly

avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work.

Without limitation on the generality of the foregoing, , and any of their affiliates, shall be considered

to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below:

Page 7: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

Conflictingactivities

Conflicting assignments

Conflicting relationships

Instructions to Consultants

Bid Documents for Third Party M&V Agency

(i) A firm that has been engaged by the provide goods, works or services other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and aaffiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firm’s consulting services for such preparation or implementation. For the purpose oparagraph, services other than consulting services are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery.

(ii) A Bidder (including its Personnel and SubConsultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Bidder to be executed for the same or for another CA. For example, a prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a assisting a CA in the privatization of public assets shall not purchase, nor advisof, such assets. Similarly, a prepare Terms of Reference for an assignment should not be hired for the assignment in question.

(iii) A Bidder (including its Personnel and SubConsultants) that has a brelationship with a member of the who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the throughout the selection process and the

7

Third Party M&V Agency

A firm that has been engaged by the CA to provide goods, works or services other than

for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firm’s consulting services for such preparation or implementation. For the purpose of this paragraph, services other than consulting services are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery.

(including its Personnel and Sub-Consultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of

to be executed for the same or for . For example, a Bidder hired to

prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Bidder

in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Bidder hired to prepare Terms of Reference for an assignment should not be hired for the assignment in

(including its Personnel and Sub-Consultants) that has a business or family relationship with a member of the CA’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii)

e Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the CA throughout the selection process and the

Page 8: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

8

Unfair Advantage

Fraud and Corruption

1.7

(

1 In this context, any action taken by a consultant or a subcontract execution for undue advantage is improper.2 “Another party” refers to a public official acting in relation to the selection process or coIn this context “public official” includes staff and employees of other organizations taking or reviewing selection decisions.

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

execution of the Contract.

1.6.2 Bidders have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Bidder or the termination of its Contract.

1.6.3 No agency or current employees of the as Bidders under their own ministries, departments or agencies. Recruiting former government employees of the CA to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists. When the any government employee as Personnel in their technical proposal, such Personnel must have written certification from their government or employer confirming that they are on leave without pay from their official position and allowed to work fulloutside of their previous official position. Such certification shall be provided to the as part of his technical proposal.

1.6.4 If a Bidders could derive a competitive advantage from having provided consulting services related to the assignment in question, the available to all Bidders together with this RFP all information that would in that respect give such Bidder any competitive advantage over competing Bidders.

It is required that the Bidders and their subcontracts, observe the highest standard of ethics during the selection and execution of such contracts.1 In pursuance of this, the CA:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice2” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

In this context, any action taken by a consultant or a sub-consultant to influence the selection process or

contract execution for undue advantage is improper. “Another party” refers to a public official acting in relation to the selection process or co

In this context “public official” includes staff and employees of other organizations taking or reviewing

Section 2. Instructions to Consultants

Third Party M&V Agency

lose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their CA, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the

or the termination of its

No agency or current employees of the CA shall work under their own ministries, departments or

agencies. Recruiting former government employees of to work for their former ministries,

ents or agencies is acceptable provided no conflict of interest exists. When the Bidder nominates any government employee as Personnel in their technical proposal, such Personnel must have written certification from their government or employer

that they are on leave without pay from their official position and allowed to work full-time outside of their previous official position. Such certification shall be provided to the CA by the Bidder

could derive a competitive advantage from having provided consulting services related to the assignment in question, the CA shall make

together with this RFP all information that would in that respect give such

any competitive advantage over competing

and their sub-consultants under andard of ethics during the

In pursuance of this,

defines, for the purposes of this provision, the terms set

” is the offering, giving, g, directly or indirectly, of

anything of value to influence improperly the

consultant to influence the selection process or

“Another party” refers to a public official acting in relation to the selection process or contract execution. In this context “public official” includes staff and employees of other organizations taking or reviewing

Page 9: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

3 A “party” refers to a public official; the terms “benefit” and “obligation” relate to the selection process contract execution; and the “act or omission” is intended to influence the selection process or contract execution. 4 “Parties” refers to participants in the procurement or selection process (including public officials) attempting to establish contract prices at artificial, non competitive levels.5 “Party” refers to a participant in the selection process or contract execution.

Instructions to Consultants

Bid Documents for Third Party M&V Agency

(ii) “fraudulent practice3” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;

(iii) “collusive practices4” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practices5”is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) “obstructive practice”

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a CA’s investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or

(bb) acts intended to materially impede the exercise of the CA’s rights provided for under below.

(b) will reject a proposal for award if it determines that the Bidderrecommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;

(c) CA will sanction a Bidder, including declaring ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the Bidder has, directly or through an agent, engaged in

A “party” refers to a public official; the terms “benefit” and “obligation” relate to the selection process

contract execution; and the “act or omission” is intended to influence the selection process or contract

“Parties” refers to participants in the procurement or selection process (including public officials) prices at artificial, non competitive levels.

“Party” refers to a participant in the selection process or contract execution.

9

Third Party M&V Agency

” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party

obtain financial or other benefit or to avoid an

” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

”is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;

deliberately destroying, falsifying, altering or ling of evidence material to the

investigation or making false statements to investigators in order to materially impede a

investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or

midating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the

acts intended to materially impede the ’s inspection and audit

rights provided for under sub-clause (e)

will reject a proposal for award if it determines that the recommended for award has, directly or through an

agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in

, including declaring ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the

has, directly or through an agent, engaged in

A “party” refers to a public official; the terms “benefit” and “obligation” relate to the selection process or contract execution; and the “act or omission” is intended to influence the selection process or contract

“Parties” refers to participants in the procurement or selection process (including public officials)

Page 10: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

10

1.8

1.9

Eligibility 1.10

Eligibility of Sub-Consultants

1.11

Only one Proposal

1.12

Proposal Validity

1.13

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for, or in executing, a contract; and

(d) will have the right to require that, a provision be included requiring Bidders to permit the CAaccounts and records and other documents relating to the submission of proposals and contract performance and to have them audited by auditors appointed by the

Bidders, their Sub-Consultants, and their associates shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the CA in accordance with the above para. 1.7. Furthermore, the Biddersthe provisions on fraud and corruption stated in the specific clauses in the General Conditions of Contract.

Bidders shall furnish information on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and during execution of the assignmentConsultant is awarded the Contract, as requested in the Financial Proposal submission form (Section 4).

A firm declared ineligible by the CA in Guidelines On Preventing and Combating Fraud and Corruption in Projects shall be ineligible to be awarded a financed contract during such period of time as the determine.

In case a Bidder intends to associate with not been shortlisted and/or individual expert(s), such other Consultants and/or individual expert(s) shall be subject to the eligibility criteria set forth in the Guidelines.

Bidders may only submit one proposal. If a participates in more than one proposal, such proposals shall be disqualified. However, this does not limit the participation of the same Sub-Consultant, including individual experts, to more than one proposal.

.13 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the submission date. During this period, Bidders shall maintain the availability of Professional staff nominated in the Proposal. The CA will make its best effort to complete negotiations within this period. Should the need arises, however, the CA may request Bidders to extend the validity period of their proposals. Bidders who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Bidders could submit new staff in replacement,

Section 2. Instructions to Consultants

Third Party M&V Agency

collusive, coercive, or obstructive practices in competing for, or in executing, a CA-financed

will have the right to require that, a provision be included CA to inspect their

cuments relating to the submission of proposals and contract performance and to have them audited by auditors appointed by the CA.

Consultants, and their associates shall not be under a declaration of ineligibility for corrupt and

in accordance with the Bidders shall be aware of

and corruption stated in the specific clauses in the General Conditions of Contract.

shall furnish information on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and during execution of the assignment if the Consultant is awarded the Contract, as requested in the Financial Proposal submission form (Section 4).

in accordance with Guidelines On Preventing and Combating Fraud and

ligible to be awarded a during such period of time as the CA shall

ith Bidders who have not been shortlisted and/or individual expert(s), such other Consultants and/or individual expert(s) shall be subject to the eligibility criteria set forth in the Guidelines.

l. If a Biddersubmits or participates in more than one proposal, such proposals shall be disqualified. However, this does not limit the participation of

Consultant, including individual experts, to

The Data Sheet indicates how long Consultants’ Proposals must remain valid after the submission date. During this period, Bidders shall maintain the availability of Professional staff nominated in the Proposal. The CA will make its best

complete negotiations within this period. Should the need arises, however, the CA may request Bidders to extend the validity period of their proposals. Bidders who agree to such extension shall confirm that they maintain the

l staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Bidders could submit new staff in replacement,

Page 11: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

2. Clarification and Amendment of RFP Documents

2.1

2.2

3. Preparation of Proposals

3.1

3.2

3.3

Instructions to Consultants

Bid Documents for Third Party M&V Agency

who would be considered in the final evaluation for contract award. Bidder who do not agree have the right extend the validity of their Proposals.

2.1 Bidders may request a clarification of any of the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the CA’s address indicated in the Data Sheet. The CA will respond in writing, or by standard electronic means and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all Bidders. Should the CAamend the RFP as a result of a clarification, it shall do so following the procedure under para. 2.2.

2.2 At any time before the submission of Proposals, the amend the RFP by issuing an addendum in writing standard electronic means. The addendum shall be sent to all Bidders and will be binding on them. acknowledge receipt of all amendments. To give reasonable time in which to take an amendment into account in their Proposals the CA may, if the amendment issubstantial, extend the deadline for the submission of Proposals.

3.1 The Proposal (see para. 1.2), as well as all related correspondence exchanged by the Biddersbe written in the language (s) specified in t

3.2 In preparing their Proposal, Bidders are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a Proposal.

3.3 While preparing the Technical Proposal, particular attention to the following:

(a) If a Bidder considers that it may enhance its expertise for the assignment by associating with other in a joint venture or sub-consultancy, it may with other Bidders if so indicated in the Data Sheet. A Bidder must first obtain the approval of the wishes to enter into a joint venture case of a joint venture, all partners shall be jointly and severally liable and shall indicate who will act as the leader of the joint venture.

11

Third Party M&V Agency

who would be considered in the final evaluation for contract award. Bidder who do not agree have the right to refuse to

may request a clarification of any of the RFP documents up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic

dicated in the Data Sheet. The will respond in writing, or by standard electronic means

and will send written copies of the response (including an explanation of the query but without identifying the source of

CA deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para. 2.2.

At any time before the submission of Proposals, the CA may amend the RFP by issuing an addendum in writing or by

. The addendum shall be sent to all and will be binding on them. Bidders shall

acknowledge receipt of all amendments. To give Bidders reasonable time in which to take an amendment into account

may, if the amendment is substantial, extend the deadline for the submission of

The Proposal (see para. 1.2), as well as all related Bidders and the CA, shall

be written in the language (s) specified in the Data Sheet.

are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result

While preparing the Technical Proposal, Bidders must give

considers that it may enhance its expertise for the assignment by associating with other Bidders

consultancy, it may associate if so indicated in the Data Sheet. A

must first obtain the approval of the CA if it wishes to enter into a joint venture with Bidder (s). In case of a joint venture, all partners shall be jointly and

d shall indicate who will act as the

Page 12: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

12

Language

Technical Proposal Format and Content

3.4

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

(b) The estimated number of Professional staffthe budget for executing the assignment shall be shown in the Data Sheet, but not both. However, the Proposal shall be based on the number of Professional staff-months or budget estimated by the

For fixed-budget-based assignments, the available budget is given in the Data Sheet, and the Financial Proposal shall not exceed this budget, while the estimated number of Professional staffnot be disclosed.

(c) Alternative professional staff shalland only one curriculum vitae (CV) may be submitted for each position.

(d) Documents to be issued by the Consultants as part of this assignment must be in the language(s) specified in the Reference Paragraph 3.1 of the Data Sheet. If Reference Paragraph 3.1 indicates two languages, the language in which the proposal of the successful Bidders will be submitted shall govern for the purpose of interpretation. It is desirable that the firm’s Personnel have a working knowledge of the national language.

Depending on the nature of the assignment, required to submit a Full Technical Proposal (FTP), or a Simplified Technical Proposal (STP). The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being responsive. The Technical Proposal shall provide the information indicated in the following paras from (a) to (g) using the attached Standard Forms (Section 3). Paragraph (c) (ii) indicates the recommended number of pages for the description of the approach, methodology and work plan of the STP. A page is considered to be one printed side of A4 or letter size paper.

(a) (i) For the FTP only: a brief description of the Bidders’ organization and an outline of recent experience of the Bidders and, venture, for each partner, on assignments of a similar nature is required in Form TECHSection 3. For each assignment, the outline should indicate the names of Sub-Bidderstaff who participated, duration of the ascontract amount, and BidderInformation should be provided only for those assignments for which the Bidder

Section 2. Instructions to Consultants

Third Party M&V Agency

The estimated number of Professional staff-months or the budget for executing the assignment shall be shown in the Data Sheet, but not both. However, the

e number of Professional months or budget estimated by the Bidders.

based assignments, the available budget is given in the Data Sheet, and the Financial Proposal shall not exceed this budget, while the

al staff-months shall

shall not be proposed, and only one curriculum vitae (CV) may be submitted

by the Consultants as part of this assignment must be in the language(s) specified in the Reference Paragraph 3.1 of the Data Sheet. If Reference Paragraph 3.1 indicates two languages, the language in which the proposal of the successful

ubmitted shall govern for the purpose of interpretation. It is desirable that the firm’s Personnel have a working knowledge of the CA’s

Depending on the nature of the assignment, Bidders are quired to submit a Full Technical Proposal (FTP), or a

Simplified Technical Proposal (STP). The Data Sheet indicates the format of the Technical Proposal to be submitted. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive. The Technical Proposal shall provide the information indicated in the following paras from (a) to (g) using the attached Standard Forms (Section 3). Paragraph (c) (ii) indicates the recommended number of pages for the

the approach, methodology and work plan of the STP. A page is considered to be one printed side of A4 or

For the FTP only: a brief description of the s’ organization and an outline of recent

in the case of joint venture, for each partner, on assignments of a similar nature is required in Form TECH-2 of Section 3. For each assignment, the outline should

Bidders/ Professional staff who participated, duration of the assignment,

Bidder’s involvement. Information should be provided only for those

Bidder was legally

Page 13: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

Instructions to Consultants

Bid Documents for Third Party M&V Agency

contracted by the CA as a corporation or as one of the major firms within a joint venture. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Bidder, or that of the Bidderbe claimed by the Professional staff themselves in their CVs. Bidders shousubstantiate the claimed experience if so requested by the CA.

(ii) For the STP the above information is not required and Form TECH-2 of Section 3 shall not be used.

(b) (i) For the FTP only: comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality/ effectiveness of the assignment; and on requirements for counterpart staff and facilities including: administrative support, office space, local transportation, equipment, data, etc. to be provided by the CASection 3).

(ii) For the STP Form TECH-3 of Section 3 shall not be used; the above comments and suggestions, if any, should be incorporated into the description of the approach and methodology (refer to following sub-para. 3.4 (c) (ii)).

(c) (i) For the FTP, and STP: a description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule.Guidance on the content of this section of the Technical Proposals is provided under Form TECH-4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECHof Section 3) which will show in the form of a bar chart the timing proposed for each activity.

(ii) For the STP only: the description of the approach, methodology and work plan should normally consist of 10 pages, including charts, diagrams, and comments and suggestions, if any, on Terms of Reference and counterpart staff and

(d) The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form TECH-5 of Section 3).

13

Third Party M&V Agency

as a corporation or as one of the major firms within a joint venture.

d by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the

Bidder’s associates, but can be claimed by the Professional staff themselves in

s should be prepared to substantiate the claimed experience if so requested

For the STP the above information is not required 2 of Section 3 shall not be used.

For the FTP only: comments and suggestions on the rence including workable suggestions

that could improve the quality/ effectiveness of the assignment; and on requirements for counterpart staff and facilities including: administrative support, office space, local transportation, equipment, data,

CA (Form TECH-3 of

3 of Section 3 shall not be used; the above comments and suggestions, if any, should be incorporated into the description of the approach and methodology (refer to following

For the FTP, and STP: a description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule. Guidance on the content of this section of the Technical Proposals is provided under Form

4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH-8 of Section 3) which will show in the form of a bar

sed for each activity.

For the STP only: the description of the approach, methodology and work plan should normally consist of 10 pages, including charts, diagrams, and comments and suggestions, if any, on Terms of Reference and counterpart staff and facilities.

The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form

Page 14: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

14

3.5

Financial Proposals

3.6

Taxes 3.7

3.8

3.9

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

(e) Estimates of the staff input (staffand local professionals) needed to carry out the assignment (Form TECH-7 of Section 3). The staffmonths input should be indicated separately for home office and field activities, and for foreign and local Professional staff.

(f) CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-6 of Section 3).

(g) For the FTP only: a detailed description of the proposed methodology and staffing for training, if the Data Sheet specifies training as a specific component of the assignment.

The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive.

The Financial Proposal shall be prepared using the attached Standard Forms (Section 4). It shall list all costs associated with the assignment, including (a) remuneration for staff (foreign and local, in the field and at the office), and (b) reimbursable expenses indicated in the Data Sheet. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign and local expenditures. All activities and items described in the Technical Proposal must be priced separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items.

The Bidder may be subject to local taxes (such as: value added or sales tax, social charges or income taxes on non resident Foreign Personnel, duties, fees, levies) on amounts payable by the CA under the Contract. The the Data Sheet if the Bidder is subject to payment of any local taxes. Any such amounts shall not be included in the Financial Proposal as they will not be evaluated, but they will be discussed at contract negotiations, and applicable amounts will be included in the Contract.

Bidders may express the price of their services in a maximum of three freely convertible currencies, singly or in combination. The CA may require Bidders to state the portion of their price representing local cost in the national currency if so indicated in the Data Sheet.

Commissions and gratuities, if any, paid or to be paid by Bidders and related to the assignment will be listed in the Financial Proposal Form FIN-1 of Section 4.

Section 2. Instructions to Consultants

Third Party M&V Agency

Estimates of the staff input (staff-months of foreign and local professionals) needed to carry out the

7 of Section 3). The staff-months input should be indicated separately for home office and field activities, and for foreign and local

he Professional staff signed by the staff themselves or by the authorized representative of the

6 of Section 3).

For the FTP only: a detailed description of the proposed methodology and staffing for training, if the

heet specifies training as a specific component

The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive.

The Financial Proposal shall be prepared using the attached Standard Forms (Section 4). It shall list all costs associated with the assignment, including (a) remuneration for staff (foreign and local, in the field and at the Bidders’ home

and (b) reimbursable expenses indicated in the Data Sheet. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign and local expenditures. All activities and items described in the

separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or

may be subject to local taxes (such as: value added or sales tax, social charges or income taxes on non resident Foreign Personnel, duties, fees, levies) on amounts

under the Contract. The CA will state in subject to payment of any local

taxes. Any such amounts shall not be included in the Financial Proposal as they will not be evaluated, but they will be discussed at contract negotiations, and applicable amounts

s may express the price of their services in a maximum of three freely convertible currencies, singly or in

s to state the portion of their price representing local cost in the national currency if

Commissions and gratuities, if any, paid or to be paid by s and related to the assignment will be listed in the

1 of Section 4.

Page 15: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

4. Submission, Receipt, and Opening of Proposals

4.1

4.2

4.3

4.4

Instructions to Consultants

Bid Documents for Third Party M&V Agency

4.1 The original proposal (Technical Proposal and, if required, Financial Proposal; see para. 1.2) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Bidders themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the format of TECHFIN-1 of Section 4.

4.2 An authorized representative of the Bidderpages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed Technical and Financial Proposals shall be marked “ORIGINAL”.

4.3 The Technical Proposal shall be marked ““COPY” as appropriate. The Technical Proposals shall be sent to the addresses referred to in para. 4.5 and in the ncopies indicated in the Data Sheet. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs.

4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “PROPOSAL” Similarly, the original Financial Proposal (if required under the selection method indicated in the Data Sheet) shall be placed in a sealed env“FINANCIAL PROPOSAL” followed by the name of the assignment, and with a warning “WITH THE TECHNICAL PROPOSAL

containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and title of the Loan, and be clearly marked “DO

IN PRESENCE OF THE OFFICIAL APPOINTED

the time and date of the submission deadliData Sheet]”. The CA shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive.

15

Third Party M&V Agency

The original proposal (Technical Proposal and, if required, Financial Proposal; see para. 1.2) shall contain no interlineations or overwriting, except as necessary to correct

s themselves. The person who itial such corrections. Submission

letters for both Technical and Financial Proposals should respectively be in the format of TECH-1 of Section 3, and

Bidders shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully

d to sign. The signed Technical and Financial

The Technical Proposal shall be marked “ORIGINAL” or Proposals shall be sent

to the addresses referred to in para. 4.5 and in the number of All required copies of the

Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs.

nd all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked “TECHNICAL

” Similarly, the original Financial Proposal (if required under the selection method indicated in the Data Sheet) shall be placed in a sealed envelope clearly marked

” followed by the RFP number and the name of the assignment, and with a warning “DO NOT OPEN

ROPOSAL.” The envelopes containing the Technical and Financial Proposals shall be

envelope and sealed. This outer envelope shall bear the submission address, reference number and title

O NOT OPEN, EXCEPT

PPOINTED, BEFORE [insert the time and date of the submission deadline indicated in the

shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the

is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute

responsive.

Page 16: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

16

4.5

4.6

5. Proposal Evaluation

5.1

Evaluation of Technical Proposals

5.2

Financial Proposals for QBS

5.3

Public Opening and Evaluation of Financial Proposals (only for QCBS, FBS, and LCS)

5.4

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the CAtime and the date indicated in the Data Sheet, or any extension to this date in accordance with para. 2.2. Any proposal received by the CA after the deadline for submission shall be returned unopened.

The CA shall open the Technical Proposal immediately after the deadline for their submission. The envelopes with the Financial Proposal shall remain sealed and securely stored.

From the time the Proposals are openedContract is awarded, the Bidders should not contact the any matter related to its Technical and/or Financial Proposal. Any effort by Bidders to influence the CA evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Proposal.

Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded and the CA issues its “no objection”.

The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, subcriteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of if it fails to achieve the minimum technical score indicated in the Data Sheet.

Following the ranking of technical Proposals, when selection is based on quality only (QBS), the first ranked invited to negotiate its proposal and the Contract in accordance with the instructions given under para. 6 of these Instructions. Please refer Clause 4 of Section 1 for further detail.

After the technical evaluation is completed and the issued its no objection (if applicable), the CABidders who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Bidders whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. The shall simultaneously notify in writing secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. The opening

Section 2. Instructions to Consultants

Third Party M&V Agency

The Proposals must be sent to the address/addresses indicated CA no later than the

time and the date indicated in the Data Sheet, or any extension to this date in accordance with para. 2.2. Any proposal

after the deadline for submission shall be

ical Proposal immediately after the deadline for their submission. The envelopes with the Financial Proposal shall remain sealed and securely stored.

From the time the Proposals are opened to the time the s should not contact the CA on

any matter related to its Technical and/or Financial Proposal. in the examination,

evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Bidders’

Evaluators of Technical Proposals shall have no access to the luation is concluded

The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of

ria, subcriteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in

Following the ranking of technical Proposals, when selection is based on quality only (QBS), the first ranked Bidder is

o negotiate its proposal and the Contract in accordance with the instructions given under para. 6 of these

Clause 4 of Section 1 for further

After the technical evaluation is completed and the CA has CA shall inform the

s who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those

s whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. The CA

ing Bidders that have secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. The opening

Page 17: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

5.5

5.6

5.7

Instructions to Consultants

Bid Documents for Third Party M&V Agency

date should allow Bidders sufficient time to make arrangements for attending the opening. at the opening of Financial Proposals is optional.

5.5 Financial Proposals shall be opened publicly in the presence of the Bidders’ representatives who choose to attend. The name of the Bidders and the technical scores of the shall be read aloud. The Financial Proposal of the who met the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. Copy of the record ssent to all Bidders and the CA.

5.6 The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between word and figures the formers will prevail. In addition to the above corrections, as indicated under para. 3.6, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the Financial Proposal differently from the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Financial Proposal in this respect. Prices shall be converted to a single currency using the selling rates of exchange, source and date indicated in the Data Sheet.

5.7 In case of QCBS, the lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights the weight given to the Technical Proposal; given to the Financial Proposal; T + FData Sheet: S = St x T% + Sf x F%. The firm achieving the highest combined technical and financial score will be invited for negotiations.

17

Third Party M&V Agency

s sufficient time to make arrangements for attending the opening. Bidders’ attendance

ning of Financial Proposals is optional.

Financial Proposals shall be opened publicly in the presence s’ representatives who choose to attend. The

and the technical scores of the Bidders al Proposal of the Bidders

who met the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. Copy of the record shall be

Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between word and figures the formers will prevail. In addition

ons, as indicated under para. 3.6, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the

differently from the Technical Proposal, (i) Based form of contract has been included in the

RFP, the Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent

the Technical Proposal, apply the relevant unit price included in the Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the

Sum form of contract has been included in the RFP, no nancial Proposal in this

Prices shall be converted to a single currency using the selling rates of exchange, source and date indicated in the

the lowest evaluated Financial Proposal financial score (Sf) of 100

points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will 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

F = 1) indicated in the %. The firm achieving the

highest combined technical and financial score will be invited

Page 18: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

18

5.8

6. Negotiations

6.1

Technical negotiations

6.2

Financial negotiations

6.3

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

In the case of Fixed-Budget Selection, the firm that submitted the highest ranked Technical Proposal within the budget. Proposals that exceed the indicated budget will be rejected. In the case of the Least-CA will select the lowest proposal among those that passed the minimum technical score. In both cases the evaluated proposal price according to para. 5.6 shall be considered, and the selected firm is invited for negotiations.

Negotiations will be held at the date and address indicated in the Data Sheet. The invited Bidder will, as a preattendance at the negotiations, confirm availability of all Professional staff. Failure in satisfying such requirements may result in the CA proceeding to negotiate with the nextBidder. Representatives conducting negotiations on behalf of the Bidder must have written authority to negotiate and conclude a Contract.

Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions made by the Bidder to improve the Terms of Reference. The CA and the Bidders will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as “Description of Services”. Special attention will be paid to clearly defining the inputs and facilities required from the to ensure satisfactory implementation of the assignment. The CA shall prepare minutes of negotiations which will be signed by the CA and the Bidder.

If applicable, it is the responsibility of the starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paidBidder under the Contract. The financial negotiations will include a clarification (if any) of the firm’s tax liability in the CA’s country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. In the cases of QCBS, Fixed-Budget Selection, and the Leastmethods, unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. For other methods, will provide the CA with the information on remuneratiorates described in the Appendix attached to Section 4 Financial Proposal - Standard Forms of this RFP.

Section 2. Instructions to Consultants

Third Party M&V Agency

Budget Selection, the CA will select the firm that submitted the highest ranked Technical Proposal within the budget. Proposals that exceed the indicated budget

-Cost Selection, the will select the lowest proposal among those that passed

the minimum technical score. In both cases the evaluated proposal price according to para. 5.6 shall be considered, and

or negotiations.

Negotiations will be held at the date and address indicated in will, as a pre-requisite for

attendance at the negotiations, confirm availability of all satisfying such requirements may

proceeding to negotiate with the next-ranked . Representatives conducting negotiations on behalf of

must have written authority to negotiate and

Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions

to improve the Terms of Reference. The s will finalize the Terms of Reference,

staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as “Description of Services”. Special attention will be paid to

and facilities required from the CA to ensure satisfactory implementation of the assignment. The

shall prepare minutes of negotiations which will be signed

t is the responsibility of the Bidder, before starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the

under the Contract. The financial negotiations will ny) of the firm’s tax liability in the

’s country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. In the cases of

Budget Selection, and the Least-Cost Selection methods, unless there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. For other methods, Bidders

with the information on remuneration rates described in the Appendix attached to Section 4 -

Standard Forms of this RFP.

Page 19: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

Availability of Professional staff/experts

6.4

Conclusion of the negotiations

6.5

7. Award of Contract

7.1

8. Confidentiality 8.1

Instructions to Consultants

Bid Documents for Third Party M&V Agency

6.4 Having selected the Bidder on the basis of, among other things, an evaluation of proposed Professioexpects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the CA will require assurances that the Professional staff will be actually available. The CA will not consider suduring contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the BidderAny proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Bidder within the period of time specified in the letter of invitation to negotiate.

6.5 Negotiations will conclude with a review of the draft Contract. To complete negotiations the will initial the agreed Contract. If negotiations fail, the will invite the Bidder whose Proposal received the second highest score to negotiate a Contract.

7.1 After completing negotiations the CAContract to the selected Bidder, 7.2 The commence the assignment on the date and at the location specified in the Data Sheet.

8.1 Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Bidders who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of the CA’s antifraud and corruption policy.

19

Third Party M&V Agency

on the basis of, among other things, an evaluation of proposed Professional staff, the CA expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the

will require assurances that the Professional staff will be will not consider substitutions

during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that

ssional staff were offered in the proposal without Bidder may be disqualified.

Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and

within the period of time specified

Negotiations will conclude with a review of the draft Contract. To complete negotiations the CA and the Bidder

ract. If negotiations fail, the CA whose Proposal received the second

CA shall award the The Bidder is expected to

commence the assignment on the date and at the location

Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to

ho submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Bidder of confidential information related to the process may result in

osal and may be subject to the ’s antifraud and corruption policy.

Page 20: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

20

Instructions to Bidders

Paragraph Reference

1.1

Name of the CA: Method of selection: Quality and cost

1.2 Financial Proposal to be submitted together with Technical Proposal:Yes (Lump sum price separately for both the Zones for 1subsequent years) Name of the assignment is: Verification (M&V) of Municipal Energy Efficiency Project (Water supply / Sewerage & Street Lighting Systems) & South Zone of Gujarat

1.3

A pre-proposal conference will be held: Yes Date:4th May 2011 Time: 11.00 hrs Venue: Gujarat Urban Development Company Ltd.2nd Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India The CA’s representative isMr Lekhan Thakkar, ViceGujarat Urban Development Company Ltd.2nd Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India Tel: +91

1.4 The CA will provide the following inputs and facilities: As mentioned in TOR

1.6.1 (a) The CA envisages the need for continuity for downstream work: Yes [ please refer

1.14

Proposals must remain valid 3rd November, 2011

2.1 Clarifications may be requesteddate.

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

Instructions to Bidders

DATA SHEET

Name of the CA: Gujarat Urban Development Company Ltd. (GUDC)

Method of selection: Quality and cost based Selection

Financial Proposal to be submitted together with Technical Proposal:Yes (Lump sum price separately for both the Zones for 1st year and in the subsequent years)

Name of the assignment is: Third Party Agency for Measurement & Verification (M&V) of Municipal Energy Efficiency Project (Water supply / Sewerage & Street Lighting Systems) in Urban Local Bodies for

Zone of Gujarat

proposal conference will be held: Yes May 2011

Time: 11.00 hrs Gujarat Urban Development Company Ltd.

Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India

The CA’s representative is Mr Lekhan Thakkar, Vice -President (Corporate Affairs)Gujarat Urban Development Company Ltd.

Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India

Tel: +91-79-23246126/27/28

The CA will provide the following inputs and facilities: As mentioned in

The CA envisages the need for continuity for downstream work: Yes [ please refer TOR for details]

Proposals must remain valid 150 days after the submission date, i.e. until: November, 2011

Clarifications may be requested not later than 10 days before the submission

Section 2. Instructions to Consultants

Third Party M&V Agency

Gujarat Urban Development Company Ltd. (GUDC)

Financial Proposal to be submitted together with Technical Proposal: year and in the

Third Party Agency for Measurement & Verification (M&V) of Municipal Energy Efficiency Project (Water supply /

in Urban Local Bodies for Saurashtra

Floor, Gujarat State Civil Supplies Corporation Building

President (Corporate Affairs)

Floor, Gujarat State Civil Supplies Corporation Building

The CA will provide the following inputs and facilities: As mentioned in

The CA envisages the need for continuity for downstream work:

after the submission date, i.e. until:

days before the submission

Page 21: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 2 – Instructions to Consultants

The address for requesting clarifications isMr Lekhan Thakkar, ViceGujarat Urban Development Company Ltd.2nd Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, IndiaTel: +91-79

3.1

Proposals shall be submitted in the following language:

3.3 (a)

Bidders may associate with other Bidders: No

3.3 (b)

The estimated number of professional staffassignment for one set of M&V exercise: Please refer TOR for details

3.4

The format of the Technical Proposal to be submitted is: FTP

3.4 (g)

Training is a specific component of this assignment: No

3.8

Bidder to state local cost in the national currency: Yes

4.3

Bidder must submit the original and the original of the Financial Proposal.

4.5

The Proposal submission address is: Gujarat Urban Development Company Ltd.2nd Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India

Proposals must be submitted no later than the following date and time: 6th June 2011 before 18.00 hrs

5.2 (a)

Criteria, subProposals are:

(i) Specific experience of the Bidders

[Normally, sub (ii) Adequacy of the proposed methodology and work plan

in responding to the Terms of Reference: a) Technical approach and methodologyb) Work plan [c) Organization and staffing

Instructions to Consultants

Bid Documents for Third Party M&V Agency

The address for requesting clarifications is Mr Lekhan Thakkar, Vice -President (Corporate Affairs)Gujarat Urban Development Company Ltd.

Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India

79-23246126/27/28

Proposals shall be submitted in the following language:

Bidders may associate with other Bidders: No

The estimated number of professional staff-months required for the assignment for one set of M&V exercise: Please refer TOR for details

The format of the Technical Proposal to be submitted is: FTP

Training is a specific component of this assignment: No

Bidder to state local cost in the national currency: Yes

Bidder must submit the original and 3 copies of the Technical Proposal, and the original of the Financial Proposal.

The Proposal submission address is: Gujarat Urban Development Company Ltd.

Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, Gandhinagar 382010, India

Proposals must be submitted no later than the following date and time: June 2011 before 18.00 hrs

Criteria, sub-criteria, and point system for the evaluation of Full Technical Proposals are:

Specific experience of the Bidders relevant to the assignment:Normally, sub-criteria are not provided]

Adequacy of the proposed methodology and work plan in responding to the Terms of Reference:

Technical approach and methodology b) Work plan [

Organization and staffing

21

Third Party M&V Agency

President (Corporate Affairs)

Floor, Gujarat State Civil Supplies Corporation Building

Proposals shall be submitted in the following language: English

months required for the assignment for one set of M&V exercise: Please refer TOR for details

The format of the Technical Proposal to be submitted is: FTP

Training is a specific component of this assignment: No

copies of the Technical Proposal, and

Floor, Gujarat State Civil Supplies Corporation Building

Proposals must be submitted no later than the following date and time:

criteria, and point system for the evaluation of Full Technical

Points

relevant to the assignment: [0-10]

Adequacy of the proposed methodology and work plan

[15] b) Work plan [15]

[10]

Page 22: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

22

(iii) Key professional staff qualifications and competence for the

assignment: a) Team Leaderb) Energy Managerc) Energy Auditord) [Electrical Engineers]e) [ Mechanical Engineers

The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three subcriteria 1) General qualifications2) Adequacy for the assignment3) Experience in region and language

(v) Participation by Locals among proposed key staff(not to exceed 10 points) [

The minimum technical score St required to pass is:

5.7

The formula for Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration. The weights given to the Technical and Financial Proposals are:T = 0.8 F = 0.2

6.1 Expected date and address for contract negotiations: Date: Address: Gujarat Urban Development Company Ltd.2nd Floor, Gujarat State Civil Supplies Corporation BuildingSector 10/A, “CH” Road,

7.2 Expected date October’2011

Section 2. Instructions to Consultants

Bid Documents for Third Party M&V Agency

Total points for criterion (ii):

Key professional staff qualifications and competence for the assignment:

Team Leader- Certified M&V professional or equivalentEnergy Manager Energy Auditor Electrical Engineers] Mechanical Engineers]

Total points for criterion

The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three subcriteria and relevant percentage weights:

General qualifications [Insert weight between 20 and 30%Adequacy for the assignment [Insert weight between 50 and 60%Experience in region and language[Insert weight between 10 and 20%

Total weight:

Participation by Locals among proposed key staff (not to exceed 10 points) [Subcriteria shall not be provided

Total points for the five criteria:

The minimum technical score St required to pass is: 70 Points

The formula for determining the financial scores is the following:Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration.

The weights given to the Technical and Financial Proposals are:

Expected date and address for contract negotiations:

Gujarat Urban Development Company Ltd. Floor, Gujarat State Civil Supplies Corporation Building

“CH” Road, Gandhinagar 382 010, India

Expected date for commencement of consulting services October’2011

Section 2. Instructions to Consultants

Third Party M&V Agency

Total points for criterion (ii): [40]

Key professional staff qualifications and competence for the

Certified M&V professional or equivalent [15] [7.5] [7.5]

[5] [5]

Total points for criterion (iii): [ 40]

The number of points to be assigned to each of the above positions or disciplines shall be determined considering the following three

Insert weight between 20 and 30%] Insert weight between 50 and 60%]

Insert weight between 10 and 20%] Total weight: 100%

[0-10] Subcriteria shall not be provided]

Total points for the five criteria: 100

Points

determining the financial scores is the following: Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price

The weights given to the Technical and Financial Proposals are:

Floor, Gujarat State Civil Supplies Corporation Building

Page 23: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Bid Documents for

Section 3. Technical Proposal

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended. Form TECH-1: Technical Proposal Submission Form

Form TECH-2: Bidder’s Organization and Experience

A - Bidder’s Organization

B - Bidder’s Experience

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

Form TECH-4: Team Composition and Task Assignments

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

Form TECH-6: Staffing Schedule

Form TECH-7 Work Schedule

Bid Documents for Third Party M&V Agency

Technical Proposal - Standard Forms

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended.

1: Technical Proposal Submission Form ................................

’s Organization and Experience ................................

’s Organization ................................................................................................

’s Experience ................................................................................................

Description of Approach, Methodology and Work Plan for Performing the Assignment ................................................................

: Team Composition and Task Assignments ................................

: Curriculum Vitae (CV) for Proposed Professional Staff

Staffing Schedule ................................................................

Work Schedule ................................................................

23

Standard Forms

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and

............................................................24

...........................................................25

..................................25

.....................................26

Description of Approach, Methodology and Work Plan .....................................27

....................................................28

: Curriculum Vitae (CV) for Proposed Professional Staff ................................29

...........................................................31

..............................................................33

Page 24: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

24

Form TECH-1:

To: [Name and address of Dear Sirs: We, the undersigned, offer to provide the consulting services for Measurement & Verification (M&V) of Municipal Energy Efficiency Projectsupply / Sewerage & Street Lighting) inZone of Gujarat in accordance with your Request for Proposal dated [Proposal. We are hereby submitting our Proposal, which includes this Proposal, and a Financial Proposal sealed under a separate envelope We are submitting our Proposal in association with: [and address of each associated Bidder

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 pethe date indicated in Paragraph Reference 1.14 of the Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated in Paragraph Reference 7.2 of the Data Sheet.

We understand you are not bound to accept an We remain,

Yours sincerely,

Authorized Signature [Name and Title of Signatory: Name of Firm: Address:

1 [In case Paragraph Reference 1.2 of the Data Sheet requires to submit a Technical Proposal only,

replace this sentence with: “We are hereby submitting our Proposal, which includes this Proposal only.”]

Section 3. Technical Proposal

Bid Documents for Third Party M&V Agency

Technical Proposal Submission Form

[Location, Date

Name and address of CA]

We, the undersigned, offer to provide the consulting services for Third Party Agency for Measurement & Verification (M&V) of Municipal Energy Efficiency Projectsupply / Sewerage & Street Lighting) in Urban Local Bodies for Saurashtra & South

in accordance with your Request for Proposal dated [Insert Proposal. We are hereby submitting our Proposal, which includes this

, and a Financial Proposal sealed under a separate envelope1.

We are submitting our Proposal in association with: [Insert a list with full name address of each associated Bidder] 2.

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

If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in Paragraph Reference 1.14 of the Data Sheet, 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, to initiate the consulting services related to the assignment not later than the date indicated in Paragraph Reference 7.2 of

We understand you are not bound to accept any Proposal you receive.

Authorized Signature [In full and initials]: Name and Title of Signatory:

In case Paragraph Reference 1.2 of the Data Sheet requires to submit a Technical Proposal only, “We are hereby submitting our Proposal, which includes this

Technical Proposal – Standard Forms

Third Party M&V Agency

Technical Proposal Submission Form

Location, Date]

Third Party Agency for

Measurement & Verification (M&V) of Municipal Energy Efficiency Project (Water Saurashtra & South

ert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical

Insert a list with full name

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

riod of validity of the Proposal, i.e., before the date indicated in Paragraph Reference 1.14 of the Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject

We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated in Paragraph Reference 7.2 of

y Proposal you receive.

In case Paragraph Reference 1.2 of the Data Sheet requires to submit a Technical Proposal only, “We are hereby submitting our Proposal, which includes this Technical

Page 25: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 3. Technical Proposal –

2 [Delete in case no association is foreseen.

Form TECH-2

[Provide here a brief (two pages) description of the background and organization of your firm/entity and each associate for this assignment

1 Name of the Agency:

2 Legal Address :

3 Telephone (with STD code)

4 E-Mail of the contact person

5 Fax No. (with STD code)

6 Year of Establishment

7

The Contact person to whom all references shall be made regarding this tender

Name

Designation

Address

Mobile no.

8. No. of Offices in India

9. Office address in Gujarat, if any

Financial Details

FY 2007-08

Annual Turnover

Annual Profits

– Standard Forms

Bid Documents for Third Party M&V Agency

Delete in case no association is foreseen.]

2: Bidder’s Organization and Experience

A - Bidder’s Organization

Provide here a brief (two pages) description of the background and organization of your firm/entity and each associate for this assignment in following format.]

the Agency:

Telephone (with STD code)

Mail of the contact person

Fax No. (with STD code)

Year of Establishment

The Contact person to whom all references shall be made regarding this tender

No. of Offices in India

Office address in Gujarat, if any

08 FY 2008-09 FY 2009-10

25

Third Party M&V Agency

’s Organization and Experience

Provide here a brief (two pages) description of the background and organization of your ]

FY 2010-11 (Provisional)

Page 26: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

26

[Using the format below, provide information on each assignmentyour 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. Maximum 5 projects]

Assignment name:

Country: Location within country: Name of Client: Address:

Start date (month/year): Completion date (month/year): Name of associated Bidders, if any:

Narrative description of Project: Description of actual services provided by your staff within the assignment:

Firm’s Name:

Section 3. Technical Proposal

Bid Documents for Third Party M&V Agency

B - Bidder’s Experience

provide information on each assignment of M&Vyour 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,

g services similar to the ones requested under this assignment.

Approx. value of the contract (in Indian Rupees ): Duration of assignment (man Total No of staff-months of the assignment: Approx. value of the services provided by your firm under the contract (in Indian Rupees ):

Completion date (month/year): No of professional staff-months provided by associated Bidders:

Name of associated Bidders, if any: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Technical Proposal – Standard Forms

Third Party M&V Agency

M&V 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,

g services similar to the ones requested under this assignment.

Approx. value of the contract (in Indian

Duration of assignment (man -months):

months of the assignment:

Approx. value of the services provided by your firm under the contract (in Indian

months provided by

Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Description of actual services provided by your staff within the assignment:

Page 27: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 3. Technical Proposal –

Form TECH-3: Description of Approach, Methodology and Work Plan for

[Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (charts and diagrams) divided into the following three a) Technical Approach and Methodology,b) Work Plan, and c) Organization and Staffing a) Technical Approach and Methodologyunderstanding of the objectives of the assignment, approach to the services, methodologyfor 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 shoexplain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. b) Work Plan: In this chapter you should propose the main activities of the assignment, their content and duration,approvals by the CA), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form TECH-7. c) Organization and Staffingcomposition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff.

– Standard Forms

Bid Documents for Third Party M&V Agency

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 (20 charts and diagrams) divided into the following three chapters:

Technical Approach and Methodology,

Organization and Staffing

Technical Approach and Methodology: In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodologyfor 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 shoexplain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the CA), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the

nslate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form

zation 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 expert responsible, and proposed technical and support staff.

27

Third Party M&V Agency

3: Description of Approach, Methodology and Performing the Assignment

Technical approach, methodology and work plan are key components of the Technical 0 pages, inclusive of

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 propose to adopt and highlight the compatibility of those

In this chapter you should propose the main activities of the assignment, phasing and interrelations, milestones (including interim

approvals by the CA), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the

nslate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form

In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key

Page 28: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

28

Form TECH-4: Team Composition and Task Assignments

Professional Staff

Name of Staff Firm

Section 3. Technical Proposal

Bid Documents for Third Party M&V Agency

Team Composition and Task Assignments

Firm Area of

Expertise Position Assigned

Section 3. Technical Proposal - Standard Forms

Third Party M&V Agency

Team Composition and Task Assignments

Position Assigned Task Assigned

Page 29: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 3 – Technical Proposal

Form TECH-

1. Proposed Position [only one candidate shall be nominated for each 2. Name of Firm [Insert name of firm proposing the staff 3. Name of Staff [Insert full name 4. Date of Birth: 5. Education [Indicate college/university and other specialized education of staff

member, giving names of institutions, degrees obtained, and dates of obtainment 6. Membership of Professional Associations 7. Other Training [Indicatewere obtained]: 8. Countries of Work Experience

ten years]: 9. Languages [For each language indicate proficiency: good, fair, or poor

reading, and writing]: 10. Employment Record

employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name held.]:

From [Year]: To [Year

Employer:

Positions held:

Technical Proposal – Standard Forms

Bid Documents for Third Party M&V Agency

-5: Curriculum Vitae (CV) for Proposed Professional Staff

only one candidate shall be nominated for each

Insert name of firm proposing the staff]:

Insert full name]:

Nationality :

college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment

Membership of Professional Associations:

Indicate significant training since degrees under 5

Countries of Work Experience: [List countries where staff has worked in the last

For each language indicate proficiency: good, fair, or poor :

[Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions

Year]:

29

Third Party M&V Agency

Curriculum Vitae (CV) for Proposed

only one candidate shall be nominated for each position]:

college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]:

significant training since degrees under 5 - Education

List countries where staff has worked in the last

For each language indicate proficiency: good, fair, or poor in speaking,

Starting with present position, list in reverse order every employment held by staff member since graduation, giving for each employment (see

of employing organization, positions

Page 30: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

30

11. Detailed Tasks Assigned

[List all tasks to be performed under this assignment]

13. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged. [Signature of staff member or authorized representative of the staff] Full name of authorized representative:

Section 3. Technical Proposal

Bid Documents for Third Party M&V Agency

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned [Among the assignments in which the staff has been involved, indicate the following information forassignments that best illustrate staff capability to handle the tasks listed under point 11.] Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly qualifications, and my experience. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date: [Signature of staff member or authorized representative of the staff]

Full name of authorized representative:

Section 3. Technical Proposal - Standard Forms

Third Party M&V Agency

Work Undertaken that Best Illustrates Capability to

assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly qualifications, and my experience. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date: Day/Month/Year

Page 31: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 3 – Technical Proposal

N° Name of Staff

Foreign

1

2

3

n

Local

1

2

Technical Proposal – Standard Forms

Form

Name of Staff 1 2 3

[Home]

[Field]

[Home]

[Field]

Bid Documents for Third Party M&V Agency

Form TECH-6: Staffing Schedule

Staff input (in the form of a bar chart)

4 5 6 7 8

Third Party M&V Agency

Staffing Schedule1

Staff input (in the form of a bar chart)2

8 9 10 11 12 n

Subtotal

31

31

Total staff-month input

n Home Field3 Total

31

Page 32: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

32

n

1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.2 Months are counted 3 Field work means work carried out at a place other than the Full time input Part time input

For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.Months are counted from the start of the assignment. For each staff indicate separately staff input for home and field work.Field work means work carried out at a place other than the

Full time input Part time input

Section 3. Technical Proposal -

Bid Documents for Third Party M&V Agency

For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.from the start of the assignment. For each staff indicate separately staff input for home and field work.

Field work means work carried out at a place other than the Bidder's home office.

Standard Forms

Third Party M&V Agency

Subtotal Total

For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.).from the start of the assignment. For each staff indicate separately staff input for home and field work.

: draftsmen, clerical staff, etc.).

Page 33: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 3 – Technical Proposal

No

1 2 3 4 5 n

1 Indicate all main activities of the assignment, including delivery of reports (e.g.:

phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.

2 Duration of activities shall be indicated in the form of a bar

Technical Proposal – Standard Forms

Activity 1 1

Indicate all main activities of the assignment, including delivery of reports (e.g.:phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.

Duration of activities shall be indicated in the form of a bar

Bid Documents for Third Party M&V Agency

Form TECH-7 Work Schedule

2 3 4 5

Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.

Duration of activities shall be indicated in the form of a bar chart.

Third Party M&V Agency

Work Schedule

Months2

6 7 8 9 10

inception, interim, and final reports), and other benchmarks such as phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.

33

33

10 11 12 n

inception, interim, and final reports), and other benchmarks such as CA approvals. For

33

approvals. For

Page 34: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Bid Documents for

Section 4. Financial Proposal

Financial Proposal Standard Forms shall be usedProposal according to the instructions provided under para. 3.6 of Section 2. Such Forms are to be used whichever is the selection method indicated in para. 4 of the Letter of Invitation. [The Appendix “Financial Negused for financial negotiations when QualityQualifications, or Single-Source Selection method is adopted, according to the indications provided under para. 6.3 of Section 2. Form FIN-1: Financial Proposal Submission Form

Form FIN-2: Summary of Costs

Form FIN-3: Breakdown of Costs by Activity

Bid Documents for Third Party M&V Agency

Section 4. Financial Proposal - Standard Forms

Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms are to be used whichever is the selection method indicated in para. 4 of the Letter of

The Appendix “Financial Negotiations - Breakdown of Remuneration Rates” is to be only used for financial negotiations when Quality-Based Selection, Selection Based on

Source Selection method is adopted, according to the indications of Section 2.]

1: Financial Proposal Submission Form ................................................................

2: Summary of Costs ..............................................................................................

3: Breakdown of Costs by Activity ................................................................

34

Standard Forms

for the preparation of the Financial Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms are to be used whichever is the selection method indicated in para. 4 of the Letter of

Breakdown of Remuneration Rates” is to be only Based Selection, Selection Based on

Source Selection method is adopted, according to the indications

.................................35

..............................36

........................................37

Page 35: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 4 – Financial Proposal

Form FIN-1

To: [Name and address of Dear Sirs: We, the undersigned, offer to provide the consulting services for Agency required for Measurement & Verification (M&V) of Municipal Energy Efficiency Projects (Water supply &Sewerage & Street lighting systems) in the Urban Local Bodies of the Saurashtra & South Z[Insert Date] and our Technical Proposal.

Our attached Financial Proposal is for the sum of __________[figures1] for Saurashtra & South Z

This amount is inclusive of the local taxes, which and shall be added to the above amount. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Paragraph Reference 1.14 of the Data Sheet. We understand you are not bound to accept any Proposal you receive. We remain,

Yours sincerely, Authorized Signature [

Name and Title of Signatory:

Name of Firm:

Address:

1 Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN

ial Proposal – Standard Forms

Bid Documents for Third Party M&V Agency

: Financial Proposal Submission Form

Name and address of CA]

We, the undersigned, offer to provide the consulting services for Agency required for Measurement & Verification (M&V) of Municipal Energy Efficiency Projects (Water supply &Sewerage & Street lighting systems) in the Urban Local Bodies

South Zone in accordance with your Request for Proposal dat] and our Technical Proposal.

Our attached Financial Proposal is for the sum of __________[Insert Saurashtra & South Zone (Total amount for all ULBs and MCs))

This amount is inclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the

i.e. before the date indicated in Paragraph Reference 1.14 of the Data Sheet.

We understand you are not bound to accept any Proposal you receive.

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN

35

Third Party M&V Agency

35

Financial Proposal Submission Form

[Location, Date]

We, the undersigned, offer to provide the consulting services for Third Party Agency required for Measurement & Verification (M&V) of Municipal Energy Efficiency Projects (Water supply &Sewerage & Street lighting systems) in the Urban Local Bodies

in accordance with your Request for Proposal dated

Insert in words and (Total amount for all ULBs and MCs))

shall be identified during negotiations

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the

i.e. before the date indicated in Paragraph Reference 1.14 of the Data Sheet.

We understand you are not bound to accept any Proposal you receive.

Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN-2.

Page 36: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

36

Total Costs of Financial Proposal

Total Costs of Financial Proposalsubsequent Years)

• Including all taxes and duties.

• For Water and Sewerage Pumping = 60% of total cost • For Street Lighting = 40% of the total cost

• Note: Frequency of M&V is thrice in the 1

Item Per ULB

Total Costs of Financial Proposal (for 1st year)

Class A

Class B

Class C

Class D

Total Costs of Financial Proposal (for 2nd and subsequent Years)

Class A

Class B

Class C

Class D

Including all taxes and duties.

For Water and Sewerage Pumping = 60% of total cost For Street Lighting = 40% of the total cost

Frequency of M&V is thrice in the 1

Bid Documents for Third Party M&V Agency

Form FIN-2: Summary of Costs

Costs (Rs.)Total for all ULBs (in Saurashtra & South Zone) (1)

Per MC

For Water and Sewerage Pumping = 60% of total cost For Street Lighting = 40% of the total cost

Frequency of M&V is thrice in the 1st year (at an interval of 4 months) and twice in the subsequent years (half yearly)

Section 4. Financial Proposal

Third Party M&V Agency

Summary of Costs

Costs (Rs.)

Per MC Total for all MCs (in Saurashtra & South

Zone) (2)

year (at an interval of 4 months) and twice in the subsequent years (half yearly)

Section 4. Financial Proposal - Standard Forms

Total for all MCs (in South

Total

(1) & (2)

year (at an interval of 4 months) and twice in the subsequent years (half yearly)

Page 37: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

37

Group of Activities (Phase):

Remuneration

Reimbursable Expenses

Subtotals

*Including Taxes and duties. 1 Form FIN-3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and p

phased, and each phase has a different payment schedule), the relevant Subtotals of all Forms FIN

2 Names of activities (phase) should be the same as, o

3 Short description of the activities whose cost breakdown is provided in this Form.

4 Indicate between brackets the name of the foreign currency. Use the same columns and currencies

5 For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Costs indicated in F

Form FIN

Group of Activities (Phase):2

Cost component

Remuneration5

Reimbursable Expenses 5

Subtotals

*Including Taxes and duties.

3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and pphased, and each phase has a different payment schedule), the relevant Subtotals of all Forms FIN-3 provided must coincide with the Total Costs of Financial Proposal indicated in Form FIN

Names of activities (phase) should be the same as, o

Short description of the activities whose cost breakdown is provided in this Form.

Indicate between brackets the name of the foreign currency. Use the same columns and currencies

For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Costs indicated in F

Bid Documents for Third Party M&V Agency

Form FIN -3: Breakdown of Costs by Activity

Description:3

Per ULB

3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and pphased, and each phase has a different payment schedule), the Bidder shall fill a separate Form

3 provided must coincide with the Total Costs of Financial Proposal indicated in Form FIN

Names of activities (phase) should be the same as, or correspond to the ones indicated in the second column of Form TECH

Short description of the activities whose cost breakdown is provided in this Form.

Indicate between brackets the name of the foreign currency. Use the same columns and currencies

For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Costs indicated in F

Section 4 – Financial Proposal

Third Party M&V Agency

Breakdown of Costs by Activity1

Costs (In Indian Rupees*)4

3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and pshall fill a separate Form FIN-3 for each group of activities. For each currency, the sum

3 provided must coincide with the Total Costs of Financial Proposal indicated in Form FIN

r correspond to the ones indicated in the second column of Form TECH-7.

Indicate between brackets the name of the foreign currency. Use the same columns and currencies of Form FIN-2.

For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Costs indicated in F

Financial Proposal – Standard Forms

37

Per MC

3 shall be filled at least for the whole assignment. In case some of the activities require different modes of billing and payment (e.g.: the assignment is 3 for each group of activities. For each currency, the sum of the

3 provided must coincide with the Total Costs of Financial Proposal indicated in Form FIN-2.

.

For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Costs indicated in Forms FIN-4, and FIN-5.

37

of the

Page 38: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

Bid Documents for

Section

The following words and expressions shall have the meanings hereby assigned to them:

(a) “Assets or Facilities” considered under energy saving measures.

(b) “Baseline Conditions” to implementation of the energy saving measures (“ESM”), which will be used as a basis for measurement & verification of the actual savings that would have accrued due to the implementation of the ESMs as defined iIGA report of the respective ULBs.

(c) Contract” means the Contract Agreement entered into between the CA and the 3rd Party M&V Agency

(d) “Contract Documents”Agreement (including any amendments thereto).

(e) “CONTRA CTING AUTHORITY”Date Sheet or as amended from time to time by GoG.

(f) “Contract Period”

for 7 years or performance contract period as per performance contact signed between ESCO & CA, whichever is more. Services Companies savings measures implementthe CONTRACTING AUTHORITY .

(g) “ESCO’s Equipment”tools, apparatus, appliances or things of every kind required in or for installation, completion and maintenance of Facilities that are to be provided by the ESCO.

(h) “ESCO’s Representative”

(i) “Energy Saving Measure (ESM)”

equipment, modification or alteration of existing MUNICIPALITY’equipment/facilities, or revised operations and maintenance procedures, to reduce energy usage and costs, by improving effic

(j) “IGA Study Report”

completing the Investment Grade Audit, in a form acceptable to the MUNICIPALITY.

(k) “Investment Grade Audit (“IGA”)

the ESCO in the first phase pursuant issue of the Letter of Intent, which will include identification of the energy saving measures through field studies, collection of data, and analysis including the technical and financial details of the proposed energy saving

Bid Documents for Third Party M&V Agency

Section 5. Terms of Reference

The following words and expressions shall have the meanings hereby assigned to them:

or Facilities” means the Municipal assets and facilities which are considered under energy saving measures.

Conditions” means the operating and technical conditions prior to implementation of the energy saving measures (“ESM”), which will be used as a basis for measurement & verification of the actual savings that would have accrued due to the implementation of the ESMs as defined iIGA report of the respective ULBs.

means the Contract Agreement entered into between the CA and Party M&V Agency

“Contract Documents” means the documents listed in Form of Contract Agreement (including any amendments thereto).

CTING AUTHORITY” means the person named in the Bid Date Sheet or as amended from time to time by GoG.

“Contract Period” means the period for which this Contract is valid, i. e. for 7 years or performance contract period as per performance contact

etween ESCO & CA, whichever is more. “ESCO” Services Companies means the agency whose bid to pesavings measures implementation in municipalities, has been accepted by the CONTRACTING AUTHORITY .

“ESCO’s Equipment” means all plant, facilities, equipment, machinery, tools, apparatus, appliances or things of every kind required in or for installation, completion and maintenance of Facilities that are to be provided by the ESCO.

“ESCO’s Representative” means any person nominated by the

“Energy Saving Measure (ESM)” means the installation of new equipment, modification or alteration of existing MUNICIPALITY’equipment/facilities, or revised operations and maintenance procedures, to reduce energy usage and costs, by improving efficiency of use.

“IGA Study Report” means the report prepared by the ESCO after completing the Investment Grade Audit, in a form acceptable to the MUNICIPALITY.

“Investment Grade Audit (“IGA”) ” means the energy study conducted by in the first phase pursuant issue of the Letter of Intent, which will

include identification of the energy saving measures through field studies, collection of data, and analysis including the technical and financial details of the proposed energy saving measures.

38

38

The following words and expressions shall have the meanings hereby assigned to them:

means the Municipal assets and facilities which are

operating and technical conditions prior to implementation of the energy saving measures (“ESM”), which will be used as a basis for measurement & verification of the actual savings that would have accrued due to the implementation of the ESMs as defined in

means the Contract Agreement entered into between the CA and

means the documents listed in Form of Contract

means the person named in the Bid

means the period for which this Contract is valid, i. e. for 7 years or performance contract period as per performance contact

“ESCO” –Energy means the agency whose bid to perform the energy

ation in municipalities, has been accepted by

facilities, equipment, machinery, tools, apparatus, appliances or things of every kind required in or for installation, completion and maintenance of Facilities that are to be provided

means any person nominated by the ESCO

means the installation of new equipment, modification or alteration of existing MUNICIPALITY’ equipment/facilities, or revised operations and maintenance procedures, to

iency of use.

means the report prepared by the ESCO after completing the Investment Grade Audit, in a form acceptable to the

” means the energy study conducted by in the first phase pursuant issue of the Letter of Intent, which will

include identification of the energy saving measures through field studies, collection of data, and analysis including the technical and financial details

Page 39: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

(l) “MUNICIPALITY

which includes the legal successors or permitted assigns of the MUNICIPALITY.

(m) “CC” means the Conditions of Contract hereof.

(n) “Pumping Systems”facility, and Sewerage and Waste water operations.

(o) “Plant and Equipment”

apparatus, articles and things of all kinds to be provided and incorporated in the Facilities by the ESCO under the Conbe supplied by the ESCO under CC, but does not include ESCO’s Equipment.

(p) “Project Management Data Sheet or as amended from time to time, having authorities as defined there in.

(q) “Site” means the land and other places upon which the Facilities are to be installed, and such other land or places as may be specified in the Contas forming part of the Site.

(r) “Substantial Completion Date” warrants by written notice that the ESMs installation are substantially complete and are achieving savings equal to or greater than the Guaranteed Savings.

(s) “ Third Party”

Parties to the Contract, Measurement & Verification Agency, etc.

(A) BACKGROUND

The Urban Development Department (UDD) has been taking a improve infrastructure and services provided by Urban Local bodies (ULBs) across the State. In this direction, UDD has authorized ULBs and 7 MCs. Energy Conservation and CommerciaAlliance to Save Energy are Technical advisorsproject is to improve the overall energy efficiency of the ULBs in which the ULBs could lead to substantial savings in the electreduction/savings for the ULBs. The targeted systems viz. Street Lighting and Water and Sewage Water Pumping Systems of the ULBs consume nearly 90% of their annual electricity bill. The other details of the pr

Bid Documents for Third Party M&V Agency

MUNICIPALITY ” means the person having ownership of the Facilities, which includes the legal successors or permitted assigns of the MUNICIPALITY.

means the Conditions of Contract hereof.

“Pumping Systems” means it includes Water supply, Wfacility, and Sewerage and Waste water operations.

“Plant and Equipment” means permanent plant, equipment, machinery, apparatus, articles and things of all kinds to be provided and incorporated in the Facilities by the ESCO under the Contract (including the spare parts to be supplied by the ESCO under CC, but does not include ESCO’s

“Project Management Consultant” means the agency named in the Bid Data Sheet or as amended from time to time, having authorities as defined

means the land and other places upon which the Facilities are to be installed, and such other land or places as may be specified in the Contas forming part of the Site.

“Substantial Completion Date” means the date on which the warrants by written notice that the ESMs installation are substantially complete and are achieving savings equal to or greater than the Guaranteed

Third Party” means any person, real or juridical, or entity other than the Parties to the Contract, such as the Project Management ConsultantMeasurement & Verification Agency, etc.

The Urban Development Department (UDD) has been taking a pro-improve infrastructure and services provided by Urban Local bodies (ULBs) across the State. In this direction, UDD has authorized CA to carry out the energy efficiency project in 159 ULBs and 7 MCs. Energy Conservation and Commercialization III (ECO-

are Technical advisors to this project. The basic objective of the project is to improve the overall energy efficiency of the ULBs in which the ULBs could lead to substantial savings in the electricity consumption, thereby resulting in cost reduction/savings for the ULBs. The targeted systems viz. Street Lighting and Water and Sewage Water Pumping Systems of the ULBs consume nearly 90% of their annual electricity

The other details of the projects are as under

39

Third Party M&V Agency

39

” means the person having ownership of the Facilities, which includes the legal successors or permitted assigns of the

means it includes Water supply, Water treatment

means permanent plant, equipment, machinery, apparatus, articles and things of all kinds to be provided and incorporated in

tract (including the spare parts to be supplied by the ESCO under CC, but does not include ESCO’s

agency named in the Bid Data Sheet or as amended from time to time, having authorities as defined

means the land and other places upon which the Facilities are to be installed, and such other land or places as may be specified in the Contract

means the date on which the ESCO warrants by written notice that the ESMs installation are substantially complete and are achieving savings equal to or greater than the Guaranteed

means any person, real or juridical, or entity other than the such as the Project Management Consultant or

-active approach to improve infrastructure and services provided by Urban Local bodies (ULBs) across the State.

to carry out the energy efficiency project in 159 -III) team, IRG and

. The basic objective of the project is to improve the overall energy efficiency of the ULBs in which the ULBs could lead

ricity consumption, thereby resulting in cost reduction/savings for the ULBs. The targeted systems viz. Street Lighting and Water and Sewage Water Pumping Systems of the ULBs consume nearly 90% of their annual electricity

Page 40: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

40

• The municipal energy efficiency project (Management in municipal sectorCrores. over annual electric

• The Project Implementation Committee: Apex level decision making & approving body, responsible for policy, strategic and financial commitments b) Agency & c) Project Managerial & Supervision.

• No financial burden on Govtimplemented through ESCO (Energy Services Companies) route. The expenditure for installing the new energy efficiency devices will come from the ESCO and the project model will be on Guaranteed Energy saving over the project period.

• The projects would be posed as CDM projects eligible for carbon credits.

o The zone wise distribution of ULBs and MCs are tabu

SaurashtraNo of ULBs 63 MCs 4

Project Implementation Strategy: 1. Baseline Studies /Preliminary energy audit 2. Short-listing of Energy Saving Companies (ESCO’s)3. Invitation of Technical and financial proposal from shortlisted ESCOs

- Selection of ESCO4. Conducting Investment Grade Energy Audits by selected ESCO.5. Signing EPC for Energy Efficiency 6. Creation of a TRA / ESCROW7. Appointment of third party for measurement and verification8. Implementation of the EE Projects and

Salient features of the performance Contract with ESCO

• Project implemented separately for Street Lighting and Water &Sewage Pumping

Systems. • The ESCO project is based upon guaranteed saving potential. • Minimum saving

• 20% for Water/Sewage pumping • 30% for Street lighting.

• The investment on energy efficiency projec• The ULBs/MCs will receive a share of 20

the project period and ESCOs will take care of maintenance.• Contact period : 7 years

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

municipal energy efficiency project (MEEP) is a approach for Management in municipal sector having approximate saving potential

over annual electricity bill of Rs. 285 Crore.

The Project Implementation team is comprising a) Administrative Approval : Apex level decision making & approving body, responsible for policy,

strategic and financial commitments b) Contracting Authority: GUDC: Project Management Consultant: IL&FS Ecosmart: Technical,

& Supervision.

No financial burden on Govt. for project implementation. The project will be implemented through ESCO (Energy Services Companies) route. The expenditure for

rgy efficiency devices will come from the ESCO and the project model will be on Guaranteed Energy saving over the project period.

The projects would be posed as CDM projects eligible for carbon credits.

The zone wise distribution of ULBs and MCs are tabulated below:

Saurashtra Zone South Zone 18 1

Project Implementation Strategy:

Baseline Studies /Preliminary energy audit study. listing of Energy Saving Companies (ESCO’s).

3. Invitation of Technical and financial proposal from shortlisted ESCOs. Selection of ESCO

4. Conducting Investment Grade Energy Audits by selected ESCO. Efficiency Measures Implementations with ESCO.

ESCROW account. Appointment of third party for measurement and verification.

the EE Projects and Measurement and Verification of achieved results.

Salient features of the performance Contract with ESCO:

separately for Street Lighting and Water &Sewage Pumping

The ESCO project is based upon guaranteed saving potential.

20% for Water/Sewage pumping 30% for Street lighting.

The investment on energy efficiency project would be arranged by the ESCO.The ULBs/MCs will receive a share of 20-25% of the saving potential accrued over the project period and ESCOs will take care of maintenance. Contact period : 7 years

Section 5: Terms of Reference

Third Party M&V Agency

is a approach for Demand Side saving potential of Rs. 85

Administrative Approval : Apex level decision making & approving body, responsible for policy,

GUDC: Implementing : IL&FS Ecosmart: Technical,

for project implementation. The project will be implemented through ESCO (Energy Services Companies) route. The expenditure for

rgy efficiency devices will come from the ESCO and the project model will be on Guaranteed Energy saving over the project period.

The projects would be posed as CDM projects eligible for carbon credits.

lated below:

Measures Implementations with ESCO.

of achieved results.

separately for Street Lighting and Water &Sewage Pumping

The ESCO project is based upon guaranteed saving potential.

t would be arranged by the ESCO. 25% of the saving potential accrued over

Page 41: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

• IGA will be performed by ESCOs in 4 months. Baseline willbasis of IGA. M& V format will be finalized in IGA report.

• As per IGA, ESCO proposed less than the minimum rejected and bid security will be forfeited.

• Penalty clause applicable due to delay in IGA studi• Substantial completion period of EE measures is 6 months for street lighting and

water pumping. • An ESCROW A/C will be setup for the EE project.• ESCO will take the responsibility of maintaining the energy efficiency devices

installed by them during the contract period.• ESCO will train the ULB

installed by them.

(B) OBJECTIVES

The main objective of hiring the agency is to periodically review, and provide independent third party M&V of the project results and to facilitate smooth progress of the projects. The role of the third party agency is to corroborate the agreed upon M&V plpractices. The agency is expected to be familiar with the challenges of the above mentioned projects. The hiring of third party agency for the M&V will verify the energy savings. The M & V report by the third party shall be part of the patermination clause if the result obtained is not within the specified boundary, as specified in the tender document.

(C) SCOPE OF THE SERVICES

• Review and ascertain that the savings calcuplan, assumptions and savings verification approach presented in the report are based on agreed M&V plan, accurate and reasonable; and in accordance with generally accepted engineering practices

• Appraise ESCO submitted periodical (monthly/biM&V report and its related documents after the implementation of the energy saving projects/measures; (after substantial

• Perform need based onsample basis that are reas40% efforts required at site for sample verification and 60% effort for paper work and report writing.

• It will take up to 4 manthe initial phase of 3phases i.e. 2nd year onwards, the no. of days required at site will be reduced.

Bid Documents for Third Party M&V Agency

IGA will be performed by ESCOs in 4 months. Baseline will be worked out on the basis of IGA. M& V format will be finalized in IGA report. As per IGA, ESCO proposed less than the minimum guaranteed savingrejected and bid security will be forfeited. Penalty clause applicable due to delay in IGA studies & project implementation.Substantial completion period of EE measures is 6 months for street lighting and

An ESCROW A/C will be setup for the EE project. will take the responsibility of maintaining the energy efficiency devices

installed by them during the contract period. ESCO will train the ULB personnel for operation and maintenance of the EE devices

The main objective of hiring the agency is to periodically review, and provide independent third party M&V of the project results and to facilitate smooth progress of the projects. The role of the third party agency is to corroborate the agreed upon M&V plpractices. The agency is expected to be familiar with the challenges of the above mentioned

The hiring of third party agency for the M&V will verify the energy savings. The M & V report by the third party shall be part of the payment structure to ESCO and also the termination clause if the result obtained is not within the specified boundary, as specified in

(C) SCOPE OF THE SERVICES (As mentioned in 1.4 of ITC)

Review and ascertain that the savings calculations, cost reduction estimates, M&V plan, assumptions and savings verification approach presented in the report are based on agreed M&V plan, accurate and reasonable; and in accordance with generally accepted engineering practices.

submitted periodical (monthly/bi-monthly/quarterly/ half yearly) M&V report and its related documents after the implementation of the energy saving

(after substantial completion of Energy measures

Perform need based on-site investigation and checks of the facilities involved on sample basis that are reasonable to ascertain the savings. It is proposed to consider 40% efforts required at site for sample verification and 60% effort for paper work and

4 man-days at site per ULB and up to 10 man-days the initial phase of 3rd party M&V on sample basis. However, in the subsequent

year onwards, the no. of days required at site will be reduced.

41

Third Party M&V Agency

41

be worked out on the

saving, IGA will be

es & project implementation. Substantial completion period of EE measures is 6 months for street lighting and

will take the responsibility of maintaining the energy efficiency devices

operation and maintenance of the EE devices

The main objective of hiring the agency is to periodically review, and provide independent third party M&V of the project results and to facilitate smooth progress of the projects. The role of the third party agency is to corroborate the agreed upon M&V plan and adopted practices. The agency is expected to be familiar with the challenges of the above mentioned

The hiring of third party agency for the M&V will verify the energy savings. The M & V yment structure to ESCO and also the

termination clause if the result obtained is not within the specified boundary, as specified in

lations, cost reduction estimates, M&V plan, assumptions and savings verification approach presented in the report are based on agreed M&V plan, accurate and reasonable; and in accordance with generally

monthly/quarterly/ half yearly) M&V report and its related documents after the implementation of the energy saving

tion of Energy measures Implementation).

site investigation and checks of the facilities involved on onable to ascertain the savings. It is proposed to consider

40% efforts required at site for sample verification and 60% effort for paper work and

days at site per MC at party M&V on sample basis. However, in the subsequent

year onwards, the no. of days required at site will be reduced.

Page 42: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

42

• The upper limit for the cost of M&V per ULB will be Rs.28,000/Eight Thousand Only for class A cities)per MC.

• In case the ESCO project has been done for water and sewerage pumping only, the cost shall be 60% of thlighting, the cost shall be 40% of the total cost (irrespective of ULB Class A, B, C or D and size of the MCs).

• The energy bill of Class B, C & D cities in terms of Class A city is as below (forreference only)

• Class B = 50% of Class A

• Class C = 30% of Class A

• Class D = 12% of Class A• The M&V would be carried out in accordance to the norms of

Performance Measurement conditions specific to India.

• If any significant change occurs in energy consumption observed by ESCO, then Third party will certify the same and the frequency of M & V will be decided accordingly by Contracting Authority.

(D) REPORTS AND TIME SCHEDULE After the successful implementation of to have 3rd Party Measurement & Verification to certify the savings projected by the ESCO. The M&V cycle should be thrice in the 1subsequent years (at an interval of 6 months) till the project completion period.

The energy savings will be determined and signed by all the parties. The third party shall submit the results in the standarreport shall be submitted to all the stake holders of this project immediately after completion of the verification. Discussion on submitted M &V report, if required

(E) DATA, LOCAL SERVICES, PERTHE CA 1. IGA report for each ULB and MC

separately for street lighting and water pumping systems.

In addition to above CA will ESCO) for gathering any information required. (F) Performance Indicators

The Bidder shall be monitored against the performance indicators as negotiated and agreed by the CA .

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

r the cost of M&V per ULB will be Rs.28,000/Eight Thousand Only for class A cities) and Rs. 1,00,000/- (Rupees One Lakh Only)

In case the ESCO project has been done for water and sewerage pumping only, the cost shall be 60% of the total cost and in the event, it is done only for the street lighting, the cost shall be 40% of the total cost (irrespective of ULB Class A, B, C or D and size of the MCs). The energy bill of Class B, C & D cities in terms of Class A city is as below (for

Class B = 50% of Class A

Class C = 30% of Class A

Class D = 12% of Class A The M&V would be carried out in accordance to the norms of

easurement Verification Protocol (IPMVP) and considering operating conditions specific to India.

If any significant change occurs in energy consumption observed by ESCO, then Third party will certify the same and the frequency of M & V will be decided accordingly by Contracting Authority.

REPORTS AND TIME SCHEDULE

After the successful implementation of Energy Saving Measures by the ESCOParty Measurement & Verification to certify the savings projected by the ESCO.

The M&V cycle should be thrice in the 1st year at an interval of 4 months and twice in the subsequent years (at an interval of 6 months) till the project completion period.

The energy savings will be determined and signed by all the parties. The third party shall submit the results in the standard format within two week of completion of verification. The report shall be submitted to all the stake holders of this project immediately after completion

Discussion on submitted M &V report, if required

) DATA, LOCAL SERVICES, PERSONNEL & FACILITIES TO BE PROVIDED BY

for each ULB and MC having format for measurement and verificationseparately for street lighting and water pumping systems.

provide appropriate letter of introduction (to relevant ) for gathering any information required.

Performance Indicators

shall be monitored against the performance indicators as negotiated and agreed

Section 5: Terms of Reference

Third Party M&V Agency

r the cost of M&V per ULB will be Rs.28,000/- (Rupees Twenty (Rupees One Lakh Only)

In case the ESCO project has been done for water and sewerage pumping only, the e total cost and in the event, it is done only for the street

lighting, the cost shall be 40% of the total cost (irrespective of ULB Class A, B, C or

The energy bill of Class B, C & D cities in terms of Class A city is as below (for

The M&V would be carried out in accordance to the norms of International and considering operating

If any significant change occurs in energy consumption observed by ESCO, then Third party will certify the same and the frequency of M & V will be decided

Saving Measures by the ESCO, it is required Party Measurement & Verification to certify the savings projected by the ESCO.

year at an interval of 4 months and twice in the subsequent years (at an interval of 6 months) till the project completion period.

The energy savings will be determined and signed by all the parties. The third party shall of verification. The

report shall be submitted to all the stake holders of this project immediately after completion

SONNEL & FACILITIES TO BE PROVIDED BY

measurement and verification

provide appropriate letter of introduction (to relevant ULB and

shall be monitored against the performance indicators as negotiated and agreed

Page 43: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

(G) Pre-requisite of firm

I. Should understand International Performance Measurement & Verification Protocol (IPMVP), M&V techniques & concepts in view of applying them into practice.

II. The team comprises of atleast Efficiency M&V

III. The Agency must have a thorough knowledge on performance contracting business through ESCOs including implementation of Energy Efficiency contracts mainly performance contracting.

IV. The Agency must have profitable bi.e. 2008-09 & 200

V. No conflict of interest due to linkage with the stake holders involved in the execution of the ESCO project.

VI. The team must have

VII. Should not be involved in any major litigation that may have an impact of affecting or compromising the delivery of services as required under this contract.

(H)Team for the Assignment

Bid Documents for Third Party M&V Agency

Should understand International Performance Measurement & Verification Protocol (IPMVP), M&V techniques & concepts in view of applying them into

The team comprises of atleast one certified professional for ISO/CDM/Energy Efficiency M&V projects will be have an added advantage.

The Agency must have a thorough knowledge on performance contracting business through ESCOs including implementation of Energy Efficiency contracts mainly performance contracting.

The Agency must have profitable balance sheet in the last two financial years 2009-10.

No conflict of interest due to linkage with the stake holders involved in the execution of the ESCO project.

The team must have Certified Energy Auditor/Manager by BEE.

involved in any major litigation that may have an impact of affecting or compromising the delivery of services as required under this

Team for the Assignment (As mentioned in 3.3(b) of ITC)

43

Third Party M&V Agency

43

Should understand International Performance Measurement & Verification Protocol (IPMVP), M&V techniques & concepts in view of applying them into

professional for ISO/CDM/Energy

The Agency must have a thorough knowledge on performance contracting business through ESCOs including implementation of Energy Efficiency

alance sheet in the last two financial years

No conflict of interest due to linkage with the stake holders involved in the

d Energy Auditor/Manager by BEE.

involved in any major litigation that may have an impact of affecting or compromising the delivery of services as required under this

Page 44: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

44

The Bidder shall propose the following staff for thenclosed using the form given in Section 3, Standard Proposal Forms. Position Experience

Team leader-Project Manager

• Must have extensive knowledge of energy-use in municipal water supply & street lighting systems, a working knowledge of energy efficiency retrofits, and a specific understanding of its operation and maintenance procedures.

• Must understand the EE projects Baseline parameters and its adjustment factors in view of project implementation through performance based contracts;

• Experienced in conducting energy assessment study preferably in municipal water supply and street lighting systems;

Energy Manager

Energy Auditor

Besides the above, the BidderFinance, etc. as needed for the assignment. Other supporting staff

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

shall propose the following staff for this assignment. Their CVs shall be enclosed using the form given in Section 3, Standard Proposal Forms.

General (minimum) Qualification & Experience

Specific Experience (minimum)

have extensive knowledge of

use in municipal water supply & street lighting systems, a working knowledge of energy efficiency retrofits, and a

understanding of its operation and maintenance procedures. Must understand the EE projects

ne parameters and its adjustment factors in view of

implementation

performance based

Experienced in conducting energy assessment study preferably in municipal water supply and street lighting systems;

PhD with 2 years Experience/ M Tech with 5 years Exp./ B Tech with 7 Years Exp.

Should have at least seven of professional energy management project experience, CDM project validation, out of which 1year of municipal EE projects

Diploma/BE/ME with at least 5 years of experience

Should have at least Five year of professional energy management project experience,

Diploma/BE/ME with at least 3 years of experience

Should have at least three year of professional energy management project experience,

Bidder shall engage support staff such as engineers, , etc. as needed for the assignment.

Section 5: Terms of Reference

Third Party M&V Agency

is assignment. Their CVs shall be

Minimum Input duration

Should have at year

of professional

experience, CDM project validation, out of which 1-2 year of municipal

Throughout Contract Period

Should have at year of

Throughout Contract Period

Should have at year of

Throughout Contract Period

shall engage support staff such as engineers, Electrical,

Page 45: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Annexes

Bid Documents for

Standard Forms of Contract

CONTRACT FOR CONSULTING SERVICES

The following words and expressions shall

(t) “Adjudicator”COMMITTEE, to make a decision on or to settle any dispute or difference between the CONTRACTING AUTHORITY and the ESCO referred to him

(u) “Assets or Facilities” considered under energy saving measures.

(v) “Baseline Conditions” to implementation of the energy saving measures (“ESM”), which will be used as a basis for measurement & verification of the actual savings that would have accrued due to the implementation of the ESMs

(w) “Bid Conditions” Contract and Forms, approved IGA report and any minutesnegotiations.any part thereof by the ESCO following Completion, which operation is to be carried out by the ESCO, for the purpose of carrying out Guarantee Test(s).

(x) “Contract” and the Bidder, together with the Contract Documents and the Letter of Intent referred to therein; they shall constitute the Contract, and the term “the Contract” shall in all such documents be construed accor

(y) “Contract Documents”Agreement (including any amendments thereto).

(z) “CONTRACTING AUTHORITY”Company Ltd. (GUDC) or as amended from time to time by GoG.

(aa) “Contract Period

is equal to the sum of Time for Completion of the given assignment.

(bb) “ESCO” means the agency(s) whose bid to perform the Contract has been accepted by the successors or permitted assigns of the ESCO.

(cc) “Day” means calendar day of the Gregorian calendar.

(dd) “Energy Baseline” each type of energy consumed in existing facilities, prior to the installation of energy saving measures, and presented in specific energy consumption units.

Section 6: Standard Forms of Contract

Bid Documents for Third Party M&V Agency

Standard Forms of Contract

CONTRACT FOR CONSULTING SERVICES

The following words and expressions shall have the meanings hereby assigned to them:

“Adjudicator” means the person or persons appointed by the PROJECT COMMITTEE, to make a decision on or to settle any dispute or difference between the CONTRACTING AUTHORITY and the ESCO referred to him

or Facilities” means the Municipal assets and facilities which are considered under energy saving measures.

Conditions” means the operating and technical conditions prior to implementation of the energy saving measures (“ESM”), which will be

d as a basis for measurement & verification of the actual savings that would have accrued due to the implementation of the ESMs

“Bid Conditions” means the Instruction to Bidders, Bid Forms, and Sample Contract and Forms, approved IGA report and any minutesnegotiations. “Commissioning” means operation of the Assets/ Facilities or any part thereof by the ESCO following Completion, which operation is to be carried out by the ESCO, for the purpose of carrying out Guarantee

means the Contract Agreement entered into between the CA and the Bidder, together with the Contract Documents and the Letter of Intent referred to therein; they shall constitute the Contract, and the term “the Contract” shall in all such documents be construed accor

“Contract Documents” means the documents listed in Form of Contract Agreement (including any amendments thereto).

“CONTRACTING AUTHORITY” means Gujarat Urban Development Company Ltd. (GUDC) or as amended from time to time by GoG.

“Contract Period ” means the period for which this Contract is valid, which is equal to the sum of Time for Completion of the given assignment.

means the agency(s) whose bid to perform the Contract has been accepted by the CONTRACTING AUTHORITY, and includes the lsuccessors or permitted assigns of the ESCO.

means calendar day of the Gregorian calendar.

“Energy Baseline” means the energy baseline is a calculation or measure of each type of energy consumed in existing facilities, prior to the installation of energy saving measures, and presented in specific energy consumption

Section 6: Standard Forms of Contract

Section 6: Standard Forms of Contract

45

45

have the meanings hereby assigned to them:

means the person or persons appointed by the PROJECT COMMITTEE, to make a decision on or to settle any dispute or difference between the CONTRACTING AUTHORITY and the ESCO referred to him

means the Municipal assets and facilities which are

means the operating and technical conditions prior to implementation of the energy saving measures (“ESM”), which will be

d as a basis for measurement & verification of the actual savings that would have accrued due to the implementation of the ESMs

means the Instruction to Bidders, Bid Forms, and Sample Contract and Forms, approved IGA report and any minutes of the

means operation of the Assets/ Facilities or any part thereof by the ESCO following Completion, which operation is to be carried out by the ESCO, for the purpose of carrying out Guarantee

Contract Agreement entered into between the CA and the Bidder, together with the Contract Documents and the Letter of Intent referred to therein; they shall constitute the Contract, and the term “the Contract” shall in all such documents be construed accordingly.

means the documents listed in Form of Contract

means Gujarat Urban Development Company Ltd. (GUDC) or as amended from time to time by GoG.

means the period for which this Contract is valid, which is equal to the sum of Time for Completion of the given assignment.

means the agency(s) whose bid to perform the Contract has been and includes the legal

means the energy baseline is a calculation or measure of each type of energy consumed in existing facilities, prior to the installation of energy saving measures, and presented in specific energy consumption

Section 6: Standard Forms of Contract

Page 46: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

46

(ee) “Energy Saving Measure (ESM)”equipment, modification or alteration of existing MUNICIPALITY’equipment/facilities, or revised operations and maintenance procedures, to reduce energy usage and costs, by improving efficiency of use.

(ff) “Energy Savings”

consumption resulting from the considerations quality of power supply. Energy savings shall be determined by comparing the energy baseline with the energy consumed implementation

(gg) “Energy Study Report”

completing the Investment Grade Audit, in a form acceptable to the MUNICIPALITY.

(hh) “Investment Grade Audit (“IGA”)

the ESCO in the first phase pursuant issue of the Letter of Intent, which will include identification of the energy saving measures through field studies, collection of data, and analysis including the technical and financial details of the proposed energy sav

(ii) “MUNICIPALITY

which includes the legal successors or permitted assigns of the MUNICIPALITY.

(jj) “CC” means the Conditions of Contract hereof.

(kk) “Month” means calendar month of the Gregorian C

(ll) “Pumping Systems” means it includes Water supply, Water treatment facility, and Sewerage and Waste water operations.

(mm) “Project Management

viz., IL&FS Ecosmart which has been appointed as PMC for MEEP

(nn) “Third Party”Parties to the Contract, such as the Project Management Measurement & Verification Agency, etc.

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

“Energy Saving Measure (ESM)” means the installation of new equipment, modification or alteration of existing MUNICIPALITY’equipment/facilities, or revised operations and maintenance procedures, to reduce energy usage and costs, by improving efficiency of use.

“Energy Savings” means the energy savings is a reduction of energy consumption resulting from the ESCO’s energy saving measures taking into considerations quality of power supply. Energy savings shall be determined by comparing the energy baseline with the energy consumed

tation of energy saving measures.

“Energy Study Report” means the report prepared by the ESCO after completing the Investment Grade Audit, in a form acceptable to the MUNICIPALITY.

“Investment Grade Audit (“IGA”) ” means the energy study conducted by ESCO in the first phase pursuant issue of the Letter of Intent, which will

include identification of the energy saving measures through field studies, collection of data, and analysis including the technical and financial details of the proposed energy saving measures.

MUNICIPALITY ” means the person having ownership of the Facilities, which includes the legal successors or permitted assigns of the MUNICIPALITY.

means the Conditions of Contract hereof.

means calendar month of the Gregorian Calendar.

“Pumping Systems” means it includes Water supply, Water treatment facility, and Sewerage and Waste water operations.

“Project Management Consultant” means the agency appointed as PMC, viz., IL&FS Ecosmart which has been appointed as PMC for MEEP

“Third Party” means any person, real or juridical, or entity other than the Parties to the Contract, such as the Project Management Measurement & Verification Agency, etc.

Section 5: Terms of Reference

Third Party M&V Agency

installation of new equipment, modification or alteration of existing MUNICIPALITY’ equipment/facilities, or revised operations and maintenance procedures, to reduce energy usage and costs, by improving efficiency of use.

y savings is a reduction of energy energy saving measures taking into

considerations quality of power supply. Energy savings shall be determined by comparing the energy baseline with the energy consumed after

means the report prepared by the ESCO after completing the Investment Grade Audit, in a form acceptable to the

” means the energy study conducted by ESCO in the first phase pursuant issue of the Letter of Intent, which will

include identification of the energy saving measures through field studies, collection of data, and analysis including the technical and financial details

” means the person having ownership of the Facilities, which includes the legal successors or permitted assigns of the

alendar.

“Pumping Systems” means it includes Water supply, Water treatment

agency appointed as PMC, viz., IL&FS Ecosmart which has been appointed as PMC for MEEP Project.

means any person, real or juridical, or entity other than the Parties to the Contract, such as the Project Management Consultant or

Page 47: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

THIS CONTRACT (“Contract”) is

Gujarat Urban Development Co. Ltd.

Wing – 2nd Floor, Gujarat Civil Supply

Road, Gandhinagar – 382010, and

in joint venture with [Insert names and address of partners] whereas, the Bidder shall act

their representative and all the partners will be jointly and severally responsible

underlined text if not applicable]

______________________

WHEREAS, the CA wishes to have the

and

WHEREAS, the Bidder is willing to perform these se

NOW THEREFORE THE PARTIES hereby agree as follows:

1. Services (i)

(ii)

(iii)

2. Term The Bidder shall perform the Services during the period commencing [insert starting date]any other period as may be subsequently agreed

3. Payment A.

Contract

Bid Documents for Third Party M&V Agency

CONTRACT

THIS CONTRACT (“Contract”) is entered into this _________2011

Gujarat Urban Development Co. Ltd. (“the CA”) having its principal place of business at B

Floor, Gujarat Civil Supply Corporation Limited Building, Sector

382010, and _________________________. [insert

in joint venture with [Insert names and address of partners] whereas, the Bidder shall act

their representative and all the partners will be jointly and severally responsible

underlined text if not applicable] (“the Bidder”) having its principal office located at

wishes to have the Bidder perform the services hereinafter referred to,

is willing to perform these services, Guarantee

NOW THEREFORE THE PARTIES hereby agree as follows:

The Bidder shall perform the services specified in Annex A, “Terms of Reference and Scope of Services,” which is made an integral part of this Contract (“the Services”).

The Bidder shall provide the personnel listed in Annex B, “Bidder’s Personnel,” to perform the Services.

The Bidder shall submit to the CA the reports in the form and within the time periods specified in Annex C, “Bidder’s Reporting Obligations.”

The Bidder shall perform the Services during the period commencing [insert starting date] and continuing through [insert completion date]any other period as may be subsequently agreed by the parties in writing.

Ceiling

For Services rendered pursuant to Annex A, the CA shall pay the Bidder an amount not to exceed _____________ per ULB and _____________ per MC. This amount has been established

47

Third Party M&V Agency

47

1, by and between

”) having its principal place of business at B-

Building, Sector – 10/A, CH

[insert Bidder’s address]

in joint venture with [Insert names and address of partners] whereas, the Bidder shall act

their representative and all the partners will be jointly and severally responsible.[delete the

”) having its principal office located at

perform the services hereinafter referred to,

The Bidder shall perform the services specified in Annex A, “Terms of Reference and Scope of Services,” which is made an integral part of this Contract (“the Services”).

The Bidder shall provide the personnel listed in Annex B, “Bidder’s Personnel,” to perform the Services.

The Bidder shall submit to the CA the reports in the form and specified in Annex C, “Bidder’s

The Bidder shall perform the Services during the period commencing [insert completion date], or

by the parties in writing.

For Services rendered pursuant to Annex A, the CA shall pay the _____________ per ULB and

This amount has been established

Page 48: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

48

B.

C.

4. Project Administration

A.

B.

5. Performance Standards

The Bidder undertakes to perform the Services with the highest standards of professional and ethical competence and integrity. The Bidder shall promptly replace any employees assigned under this Contract that the CA considers unsatis

6. Confidentiality The Bidders shall not, during the term of this Contract and within two years after its expiration, disclose any proprietary or confidential information relating to the Services, this Contract or the CA's business or operations

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

based on the understanding that it includes all of the Bidder's costs and profits as well as any tax obligation that may be imposed on the Bidder.

Schedule of Payments

100% payment within 30 days on acceptance of the report by the Committee for Technical Sanction

Payment Conditions

Payment shall be made in Rupees, no later than 30 days following submission by the Bidder of invoices in duplicate to the Coordinator designated in paragraph 4.

Coordinator.

The CA designates Mr./Ms. [insert name] the Coordinator will be responsible for the coordination of activities under this Contract, for acceptance and approval of the reports and of other deliverables by the CA and for receiving and approving invoices for the payment.

Reports.

The reports listed in Annex C, “Bidder's Reporting Obligations,” shall be submitted in the course of the assignment, and will constitute the basis for the payments to be made under paragraph 3.

The Bidder undertakes to perform the Services with the highest standards of professional and ethical competence and integrity. The Bidder shall promptly replace any employees assigned under this Contract that the CA considers unsatisfactory.

The Bidders shall not, during the term of this Contract and within two years after its expiration, disclose any proprietary or confidential information relating to the Services, this Contract or the CA's business or operations without the prior written consent of the CA.

Section 5: Terms of Reference

Third Party M&V Agency

based on the understanding that it includes all of the Bidder's costs and profits as well as any tax obligation that may be

100% payment within 30 days on acceptance of the report by the

Payment shall be made in Rupees, no later than 30 days following submission by the Bidder of invoices in duplicate to the

as CA's Coordinator; the Coordinator will be responsible for the coordination of activities under this Contract, for acceptance and approval of the reports and of other deliverables by the CA and for receiving and

The reports listed in Annex C, “Bidder's Reporting Obligations,” shall be submitted in the course of the assignment, and will constitute the basis for the payments to be made under paragraph

The Bidder undertakes to perform the Services with the highest standards of professional and ethical competence and integrity. The Bidder shall promptly replace any employees assigned under this Contract that the CA

The Bidders shall not, during the term of this Contract and within two years after its expiration, disclose any proprietary or confidential information relating to the Services, this Contract or the CA's business or

without the prior written consent of the CA.

Contract

Page 49: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

7. Ownership of Material

Any studies reports or other material, graphic, software or otherwise, prepared by the Bidder for the CA under the Contract shall belong to and remain the property of the CA. The documents and software.

8. Bidder Not to be Engaged in Certain Activities

The Bidder agrees that, during the term of this Contract and after its termination, the Bidder and any entity affiliated with the Bidder, shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.

9. Insurance The Bidder will be responsible for taking out any appropriate insurcoverage.

10. Assignment The Bidder shall not assign this Contract or subwithout the CA's prior written consent.

11. Law Governing Contract and Language

The Contract shall be governed by the laws of the language of the Contract shall be English.

12. Dispute Resolution4

Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with Indian laws. All disthe Civil Courts in Gandhinagar, Gujarat

13. Termination of Contract

The CA may, by not less than twenty one (21) day’s written notice of termination to the Bidder, terminate the contract. Similarly, the Bidder may, byterminate this Contract.

14 Fraud and Corruption

14.1 Definitions For the purposes of this Subdefined as follows:

(i) directly or indirectly, of anything of value to influence improperly the actions of another party;

2 Restrictions about the future use of these documents and software, if any, shall be specified at the end of

paragraph 7. 4 In the case of a Contract entered into with a foreign Consultant, the following provision may be substituted

for paragraph 12: “Any dispute, controversy or claim arising out of or relating to this Contract or the breach, termination or invalidity thereofArbitration Rules as at present in force.”

Bid Documents for Third Party M&V Agency

Any studies reports or other material, graphic, software or otherwise, prepared by the Bidder for the CA under the Contract shall belong to and remain the property of the CA. The Bidder may retain a copy of such documents and software.2

The Bidder agrees that, during the term of this Contract and after its termination, the Bidder and any entity affiliated with the Bidder, shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.

The Bidder will be responsible for taking out any appropriate insurcoverage.

The Bidder shall not assign this Contract or sub-contract any portion of it without the CA's prior written consent.

The Contract shall be governed by the laws of Government of Indiathe language of the Contract shall be English.

Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with Indian laws. All disputes subject to the jurisdiction of the Civil Courts in Gandhinagar, Gujarat

The CA may, by not less than twenty one (21) day’s written notice of termination to the Bidder, terminate the contract. Similarly, the Bidder may, by not less than twenty one (21) day’s written notice to the CA, terminate this Contract.

For the purposes of this Sub-Clause, the terms setdefined as follows:

“corrupt practice”6 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;

Restrictions about the future use of these documents and software, if any, shall be specified at the end of

In the case of a Contract entered into with a foreign Consultant, the following provision may be substituted for paragraph 12: “Any dispute, controversy or claim arising out of or relating to this Contract or the breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force.”

49

Third Party M&V Agency

49

Any studies reports or other material, graphic, software or otherwise, prepared by the Bidder for the CA under the Contract shall belong to and

Bidder may retain a copy of such

The Bidder agrees that, during the term of this Contract and after its termination, the Bidder and any entity affiliated with the Bidder, shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or

The Bidder will be responsible for taking out any appropriate insurance

contract any portion of it

Government of India, and

Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in

putes subject to the jurisdiction of

The CA may, by not less than twenty one (21) day’s written notice of termination to the Bidder, terminate the contract. Similarly, the Bidder

not less than twenty one (21) day’s written notice to the CA,

Clause, the terms set-forth below are

is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the

Restrictions about the future use of these documents and software, if any, shall be specified at the end of

In the case of a Contract entered into with a foreign Consultant, the following provision may be substituted for paragraph 12: “Any dispute, controversy or claim arising out of or relating to this Contract or the

, shall be settled by arbitration in accordance with the UNCITRAL

Page 50: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

50

(ii) misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) impair or harm, directly or indirectly, any party or the property of party to influence improperly the actions of a party;

(v)

(aa) evidence material to the investigation or making false statements to investigators in order to allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or pursuing the investigation; or

(bb) inspection and audit rights provided for under Clause 3.6.

14.2 Measures to be Taken

(vi) determines at any time that representatives of the Borrower or of a beneficiary of the loan were engaged in corrupt, fraudulent, collusive or coercive practices during the selection process or the execution of that contract, without the Borrower having taction satisfactory to the CA to remedy the situation;

(vii) either indefinitely or for a stated period of time, to be awarded a CAfinanced contract if it at anor through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a CA

14.3 Commis-sions and Fees

The CA will require the successful Bor fees that may have been paid or are to be paid to agents, representatives, or commission agents with respect to the selection process or execution of the contract. The information disclosed must include at least the ncommission agent, the amount and currency, and the purpose of the commission or fee.

6 “Another party” refers to a public official acting in relation to the selection process or contract execution. In this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 7 A “party” refers to a public official; the terms “benefit” and “obligation” relate to the selection process or contract execution; and the “act or omission” is intended to influence the selection process or contract execution.8 “Parties” refers to participants in the selection process (including public officials) attempting to establish bid prices at artificial, non competitive levels.9 A “party” refers to a participant in the

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

“fraudulent practice”7 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

“collusive practice”8 is an arrangement between two or mparties designed to achieve an improper purpose, including to influence improperly the actions of another party;

“coercive practice”9 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of party to influence improperly the actions of a party;

“obstructive practice” is

deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a CA investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or pursuing the investigation; or

acts intended to materially impede the exercise of the CA’s inspection and audit rights provided for under Clause 3.6.

will cancel the portion of the loan allocated to a contract if idetermines at any time that representatives of the Borrower or of a beneficiary of the loan were engaged in corrupt, fraudulent, collusive or coercive practices during the selection process or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the CA to remedy the situation;

will sanction a Bidder, including declaring the Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a CAfinanced contract if it at any time determines that the Bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a CA-financed contract;

The CA will require the successful Bidders to disclose any commissions or fees that may have been paid or are to be paid to agents, representatives, or commission agents with respect to the selection process or execution of the contract. The information disclosed must include at least the name and address of the agent, representative, or commission agent, the amount and currency, and the purpose of the commission or fee.

“Another party” refers to a public official acting in relation to the selection process or contract execution.

al” includes World Bank staff and employees of other organizations taking or

A “party” refers to a public official; the terms “benefit” and “obligation” relate to the selection process or t or omission” is intended to influence the selection process or contract execution.

“Parties” refers to participants in the selection process (including public officials) attempting to establish bid prices at artificial, non competitive levels.

“party” refers to a participant in the selection process or contract execution.

Section 5: Terms of Reference

Third Party M&V Agency

is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an

is an arrangement between two or more parties designed to achieve an improper purpose, including to influence

is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the

deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to

materially impede a CA investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from

acts intended to materially impede the exercise of the CA’s inspection and audit rights provided for under Clause 3.6.

will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan were engaged in corrupt, fraudulent, collusive or coercive practices during the selection process or the execution of that

aken timely and appropriate action satisfactory to the CA to remedy the situation;

will sanction a Bidder, including declaring the Bidder ineligible, either indefinitely or for a stated period of time, to be awarded a CA-

y time determines that the Bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive

financed contract;

idders to disclose any commissions or fees that may have been paid or are to be paid to agents, representatives, or commission agents with respect to the selection process or execution of the contract. The information disclosed must

ame and address of the agent, representative, or commission agent, the amount and currency, and the purpose of the

“Another party” refers to a public official acting in relation to the selection process or contract execution.

al” includes World Bank staff and employees of other organizations taking or

A “party” refers to a public official; the terms “benefit” and “obligation” relate to the selection process or t or omission” is intended to influence the selection process or contract execution.

“Parties” refers to participants in the selection process (including public officials) attempting to establish

Contract

Page 51: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

Section 5: Terms of Reference

15 Local Taxes The Bidder, Subduties, fees and other impositions levied under the Applicable Laws in India.

15.1 For domestic bidderspersonnel who are permanent reside

The bidders, Subfees, levies and other impositions levied under the existing, amended or enacted laws during life of this contract and the CA shall perform such duties in regard to the de

15.2

For domestic biddersbidders/personnel who are permanent residents in India

The bidders, Subfees, leviesenacted laws during life of this contract and the CA shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.

For foreign Consultancy firms

The CA warrants thaBidders and the Personnel for any indirect taxes, duties, fees, levies and other impositions imposed, under the Applicable Law, on the Bidder, the Sub-Bidders and the Personnel in respect of:

(a) Sub-Bidders and the Personnel (other than nationals or permanent residents of the Government’s country), in connection with the carrying out of the Services;

(b) Government’s country by the Bidder or Subcarrying out the Services and which, after having been brought into such territories, will be subsequently withdrawn there from by them;

(c) Services and paid for out of funds provided by the CA and which is treated as property of the CA;

(d) Bidder, any Subpermanendependents of such Personnel for their personal use and which will subsequently be withdrawn there from by them upon their respective departure from the Government’s country, provided that:

Bid Documents for Third Party M&V Agency

The Bidder, Sub-Bidders and Personnel shall pay such indirect taxes, duties, fees and other impositions levied under the Applicable Laws in

For domestic bidders / sub-bidders / personnel and foreign bidderspersonnel who are permanent residents in India

The bidders, Sub-bidders and the Personnel shall pay the taxes, duties, fees, levies and other impositions levied under the existing, amended or enacted laws during life of this contract and the CA shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.

For domestic bidders / sub-bidders / personnelbidders/personnel who are permanent residents in India

The bidders, Sub-bidders and the Personnel shall pay the taxes, duties, fees, levies and other impositions levied under the existing, amended or enacted laws during life of this contract and the CA shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.

For foreign Consultancy firms

The CA warrants that the CA shall reimburse the Bidder, the SubBidders and the Personnel for any indirect taxes, duties, fees, levies and other impositions imposed, under the Applicable Law, on the Bidder, the

Bidders and the Personnel in respect of:

any payments whatsoever made by the CA directly to the Bidder, Bidders and the Personnel (other than nationals or permanent

residents of the Government’s country), in connection with the carrying out of the Services;

any equipment, materials and supplies brought Government’s country by the Bidder or Sub-Bidders for the purpose of carrying out the Services and which, after having been brought into such territories, will be subsequently withdrawn there from by them;

any equipment imported for the purpose of carrying out the Services and paid for out of funds provided by the CA and which is treated as property of the CA;

any property brought into the Government’s country by the Bidder, any Sub-Bidders or the Personnel (other than nationals or permanent residents of the Government’s country), or the eligible dependents of such Personnel for their personal use and which will subsequently be withdrawn there from by them upon their respective departure from the Government’s country, provided that:

51

Third Party M&V Agency

51

Bidders and Personnel shall pay such indirect taxes, duties, fees and other impositions levied under the Applicable Laws in

personnel and foreign bidders /

bidders and the Personnel shall pay the taxes, duties, fees, levies and other impositions levied under the existing, amended or enacted laws during life of this contract and the CA shall perform such

duction of such tax as may be lawfully imposed.

personnel, and foreign bidders/personnel who are permanent residents in India

bidders and the Personnel shall pay the taxes, duties, and other impositions levied under the existing, amended or

enacted laws during life of this contract and the CA shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.

t the CA shall reimburse the Bidder, the Sub-Bidders and the Personnel for any indirect taxes, duties, fees, levies and other impositions imposed, under the Applicable Law, on the Bidder, the

atsoever made by the CA directly to the Bidder, Bidders and the Personnel (other than nationals or permanent

residents of the Government’s country), in connection with the carrying

any equipment, materials and supplies brought into the Bidders for the purpose of

carrying out the Services and which, after having been brought into such territories, will be subsequently withdrawn there from by them;

e of carrying out the Services and paid for out of funds provided by the CA and which is

any property brought into the Government’s country by the Bidders or the Personnel (other than nationals or

t residents of the Government’s country), or the eligible dependents of such Personnel for their personal use and which will subsequently be withdrawn there from by them upon their respective departure from the Government’s country, provided that:

Page 52: Gujarat Urban Development Co. Ltd - n)Procure 3rd party M and V... · The Gujarat Urban Development Co. Ltd ... More details on the zones & services are provided in ... Consultants

52

(1) dependents, shall follow the usual customs procedures of the Government’s country in importing property into the Government’s country; and

(2) dependents, do not withdraw but dispose of any property in the Government’s country upon which customs duties and taxes have been exempted, the shall bear such custregulations of the Government’s country, or (ii) shall reimburse them to the CAwas brought into the Government’s country.

15.3 a) The Applicable Law. The appropriate authority in India & shall provide the registration Number to the CA

b) Tax will be deducted at source as per the prevailiRules.

FOR THE CA Signed by ___________________ Title: ______________________

Section 5: Terms of Reference

Bid Documents for Third Party M&V Agency

the Bidder, Sub-Bidders and Personnel, and their eligible dependents, shall follow the usual customs procedures of the Government’s country in importing property into the Government’s country; and

if the Bidder, Sub-Bidders or Personnel, or their eligible dependents, do not withdraw but dispose of any property in the Government’s country upon which customs duties and taxes have been exempted, the Bidder, Sub-Bidders or Personnel, as the case may be, (i) shall bear such customs duties and taxes in conformity with the regulations of the Government’s country, or (ii) shall reimburse them to

CA if they were paid by the CA at the time the property in question was brought into the Government’s country.

a) The CA shall reimburse Service Tax payable in India as per Applicable Law. The bidder shall register itself appropriate authority in India & shall provide the registration Number to

.

b) Tax will be deducted at source as per the prevaili

FOR THE BIDDER

Signed by ___________________ Signed by ____________________

Title: ______________________ Title: ________________________

Section 5: Terms of Reference

Third Party M&V Agency

s and Personnel, and their eligible dependents, shall follow the usual customs procedures of the Government’s country in importing property into the Government’s

s or Personnel, or their eligible

dependents, do not withdraw but dispose of any property in the Government’s country upon which customs duties and taxes have been

s or Personnel, as the case may be, (i) oms duties and taxes in conformity with the

regulations of the Government’s country, or (ii) shall reimburse them to at the time the property in question

reimburse Service Tax payable in India as per for service tax with

appropriate authority in India & shall provide the registration Number to

b) Tax will be deducted at source as per the prevailing Income Tax

Signed by ____________________

Title: ________________________