REQUEST FOR PROPOSALS (RFP) - csrbox.org · The list of packages is attached as Annexure-I. Tender...
Transcript of REQUEST FOR PROPOSALS (RFP) - csrbox.org · The list of packages is attached as Annexure-I. Tender...
GOVERNMENT OF KARNATAKA
DIRECTORATE OF MUNICIPAL ADMINISTRATION
REQUEST FOR PROPOSALS (RFP)
Selection of consultancy firms/agencies for preparation of City Sanitation Plan (CSP) for 82 Urban Local Bodies of Karnataka in
3 Packages
March, 2018
Directorate of Municipal Administration,
9th
Floor, VV Towers, Dr. Ambedkar Veedhi
Bengaluru-560 001
080-2286 8556, 080-2286 3576 (Fax)
E-Mail ID: [email protected]
CONTENTS
SECTION DESCRIPTION PAGENO.
Section I Letter of Invitation 1
Section II Information to Consultancy (ITC) 3
Data Sheet – Information to Consultancies 16
Section III Technical Proposal – Standard Forms 22
Section IV Financial Proposal – Standard Forms 32
Section V Terms of Reference 37
Section VI Contract for Consultancy‘s Services 46
I Form ofContract 49
II General Conditions of Contract 51
III Special Conditions of Contract 61
IV Appendices 66
Annexures I List of Packages 67 II Personnel to be engaged Package-wise 70 IIIFlowchart indicating the activities to be carried out, 71
deliverables/outputs, timeline and payment IV Checklist for collecting data for CSP 72
V Contents of CSP 74 VI MoHUA Checklist 80 VII Assumptions 84
VIII Package-wise list of no. of workshops to be conducted 84
1
SECTION 1. LETTER OF INVITATION
Short Term Tender Notice
Government of Karnataka
Directorate of Municipal Administration,
9th Floor, VV Towers, Dr. Ambedkar Veedhi,
Bengaluru-560 001
Tender Reference: DMA/181/SWM/2017-18/6, 7 &10 (3rd
Call) Date: 23-03-2018
Selection of reputed Consultancy firms/agencies for preparation of City Sanitation Plans
(CSPs) for 82 Urban Local Bodies (ULBs) of Karnataka in 3 Packages.
Directorate of Municipal Administration (DMA) invites detailed proposals (―the Proposals‖) from
competent consultancy firms for preparation of City Sanitation Plans (CSPs) for 82 ULBs of
Karnataka in 3 packages. The list of packages is attached as Annexure-I. Tender documents may
be downloaded from Government of Karnataka e-Procurement website:
https://eproc.karnataka.gov.in/eportal/index.seam.
The parties are advised to study the document carefully. Submission of response to this Request for
Proposal shall be deemed to have been done after careful study and examination of this document
with full understanding of its implications. Bidders must ensure that they submit all the required
documents indicated in the RFP document without fail. Bids received without supporting
documents for the various requirements mentioned in the tender document are liable to be rejected
at the initial stage itself. The data sheet for all the components should be submitted by the Bidder
for the scrutiny.
The Proposals would be evaluated and the successful Consultancy firms would be selected under
Quality-and Cost-Based Selection (QCBS) and on the basis of the criteria specified in the RFP
document.
Particulars Package 6 Package 7 Package 10
No. of ULBs in the Package 24 28 30
Approx. population of the Package (2011 Census) 1598793 1265921 1496247
Tentative Package cost 7993965 6329605 7481235
Earnest Money Deposit (in Rs.) 159880 126593 149625
2
The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Information toConsultancy
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - Standard Form of Contract.
Earnest Money shall be deposited through e-portal only
Pre-bid meeting As per e- procurement portal
Last date for submission of Proposal
(online) As per e- procurement portal
Opening of tender (Technical bid
only) As per e- procurement portal
Opening of financial proposals Will be intimated later to the technically qualified
Bidders.
Interested eligible Consultancy firms/agencies may submit the Request for proposal (RfP) only
online through e- procurement portal: http://eproc.karnataka.gov.in. Any change in the tender
conditions and calendar of events will be notified through e-Procurment portal only and will not be
published in any newspapers.
Yours Sincerely,
Executive Engineer (SWM)
DIRECTORATE OF MUNICIPAL ADMINISTRATION (DMA)
9th Floor Vishweshwaraih Towers,
Dr. Ambedkar Veedhi, Bengaluru 560001.
3
SECTION 2. INFORMATION TO CONSULTANCIES
1. INTRODUCTION
1.1 The Client (DMA) named in the ―Data Sheet‖ will select consultancy firms among those
listed in the Letter of Invitation, in accordance with the method of selection indicated in
the Data Sheet.
1.2 The Consultancy firms/ Agencies are invited to submit a Technical Proposal and a
Financial Proposal, as specified in the Data Sheet (the Proposal) for consulting services
required for the Assignment named in the Data Sheet. The Proposal will be the basis for
contract negotiations and ultimately for signing contract with the selected Consultancy
firms / Agencies
1.3 The Assignment shall be implemented in accordance with the phasing indicated in the
Data Sheet. When the Assignment includes several phases, the performance of the
Consultancy under each phase must be up to DMA‘s satisfaction before work begins on
the next phase.
1.4 The Consultancy firms/ Agencies must familiarize themselves with local conditions and
take them into account while preparing their Proposals. To obtain first-hand information
on the Assignment and on the local conditions, Consultancy firms/ Agencies are
encouraged to visit DMA office/ULBs before submitting a Proposal, and to attend a pre-
proposal conference as specified in the Data Sheet. Attending the pre-proposal
conference is optional. The Consultancy‘s representative should contact the officials
named in the Data Sheet to arrange for their visit or to obtain additional information on
the pre-proposal conference. Consultancies should ensure that these officials are advised
of the visit in adequate time to allow them to make appropriate arrangements.
1.5 DMA will provide the inputs specified in the Data Sheet.
1.6 Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the Client, are not reimbursable as a direct cost of the Assignment;
and (ii) the Client is not bound to accept any of the Proposals submitted.
1.7 DMA expects Consultancy firms / Agencies to provide professional, objective, and
impartial advice and at all times hold DMA‘s interests paramount, without any
consideration for future work, and strictly avoid conflicts with other assignments or their
own corporate interests. The Consultancy firms / Agencies shall not be hired for any
assignment that would be in conflict with their prior or current obligations to other
clients, or that may place them in a position of not being able to carry out the assignment
in the best interest of DMA.
4
1.7.1 Without limitation on the generality of this rule, Consultancy firms /Agencies
shall not be hired under the circumstances set forth below:
(a) A firm which has been engaged by DMA to provide goods or works for a
project, and any of their affiliates, shall be disqualified from providing
consulting services for the same project. Conversely, firms hired to
provide consulting services for the preparation or implementation of a
project, and any of their affiliates, shall be disqualified from subsequently
providing goods or works or services related to the initial assignment
(other than a continuation of the firm‘s earlier consulting services) for the
same project.
(b) Consultancy firms / Agencies or any of their affiliates shall not be hired
for any assignment which, by its nature, may be in conflict with another
assignment of the Consultancy firms /Agencies.
1.7.2 As pointed out in para. 1.7.1 (a) above, consultancy firms/Agencies may be hired
for downstream work, when continuity is essential, in which case this possibility
shall be indicated in the Data Sheet and the factors used for the selection of the
consultancy firms/Agencies should take the likelihood of continuation into
account. It will be the exclusive decision of the Client whether or not to have the
downstream assignment carried out, and if it is carried out, which consultancy
will be hired for the purpose.
1.8 It is DMA‘s policy to require that consultancyfirms/Agencies observe the highest
standard of ethics during the execution of such contracts. In pursuance of this policy, the
GoK:
(a) defines, for the purposes of this provision, the terms set forth below asfollows:
(i) ―corrupt practice‖ means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a public official in the
selection process or in contract execution; and
(ii) ―fraudulent practice‖ means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the detriment
of GOK, and includes collusive practices among consultancies (prior to or
after submission of proposals) designed to establish prices at artificial,
noncompetitive levels and to deprive GOK of the benefits of free and open
competition.
(b) will reject a proposal for award if it determines that the firm recommended for
award has engaged in corrupt or fraudulent activities in competing for the contract
in question;
(d) will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded GOK-financed contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing, a
5
GOK-financed contract;and
(e) will have the right to require that, GOK to inspect consultancy‘s accounts and
records relating to the performance of the contract and to have them audited by
auditors appointed byGOK.
1.9 Consultancy firms/Agencies shall not be under a declaration of ineligibility for corrupt
and fraudulent practices issued by GOK in accordance with the above sub para 1.8 (d).
1.10 Consultancy firms/Agencies shall be aware of the provisions on fraud and corruption
stated in the standard contract under the clauses indicated in the DataSheet.
1.11 Each Bidder shall submit a maximum of one (1) Proposal for each package, in response
to this RFP. Any Bidder who submits more than one Proposal for each package will be
disqualified.
1.12 It is desirable to have separate Agency for each Package. However, under unavoidable
circumstances, DMA at its discretionary powers, may entrust more than one package to
any agency, provided said Agency possess the requisite manpower and other necessary
capability to undertake the assigned task successfully within the specified time.
1.13 The Bidders shall quote a lump sum consultancy fee for the package based on combined
consultancy fees for each individual Urban Local Bodies in the respective package
considered. The bidder shall provide ULB wise fee breakup details along with the
Financial Proposal which will become a part of the agreement. Payment shall be made on
case to case basis, as per the deliverables in the respective package. The Consultant
achieving the highest combined technical/ financial score would be declared as the
Preferred Bidder. DMA may either choose to accept the lump sum consultancy fee of the
Preferred Bidder or invite the Consultancy for negotiations.
1.14 In case, if a bidder‘s financial quote is least for more than 1 package, DMA at its
discretionary powers, will allocate the desirable package.
1.15 All the Successful Bidders shall execute the Contract with the DMA within 15 days of
the issue of LoA or within such further time as DMA may agree to in its sole discretion.
1.16 Notwithstanding anything contained in this RFP, DMA reserves the right to accept or
reject any Proposal, or to annul the bidding process or reject all Proposals, at any time
without any liability or any obligation for such rejection or annulment, without assigning
any reasons thereof.
6
2. CLARIFICATION AND AMENDMENT OF RFPDOCUMENTS
2.1 Consultancy firms/Agencies may request a clarification of any item of the RFP document
up to one day prior to the pre bid meeting. Any request for clarification must be sent in
writing by paper mail, cable, telex, facsimile, or electronic mail to DMA‘s address
indicated in the Data Sheet. DMA will respond to the queries through pre-bid meeting
minutes uploaded in the e-procurement portal.
2.2 At any time before the submission of Proposals, DMA may, for any reason, whether at its
own initiative or in response to a clarification requested by an invited firm, modify the
RFP documents by issuing addenda. Any addenda thus issued shall be part of the tender
document and shall be published online in the e-Procurement portal and will be binding
on the Consultancy firm/Agency. The DMA at its discretion may extend the deadline for
the submission ofProposals.
3. PREPARATION OFPROPOSAL
3.1 Consultancy firms/Agencies are requested to submit a Proposal (para 1.2) written in the
language(s) specified in the Data Sheet.
Technical Proposal
3.2 In preparing the Technical Proposal, Consultancy firms/Agencies are expected to
examine the documents comprising this RFP in detail. Material deficiencies in providing
the information requested may result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, Consultancy firms/Agencies must give particular
attention to thefollowing:
i) Joint Venture for consultancy services is not allowed.Sublet ofprimary data
collection and survey work is allowed.However, the Consultancy should make
sure that if the survey work is sublet, no compromise is made on the qualification
and desirable experience of the surveyors and the quality of survey work.
ii) For assignment, the estimated number of key professional staff-months is given in
the Data Sheet which needs to be adhered to.
iii) It is desirable that the majority of the Consultants / Expert staff proposed shall be
permanent employees of the firm or have an extended and stable working relation
with the firm.
iv) Proposed key professional staff must have the minimum qualification and
experience indicated in the Data Sheet.
v) Alternative key professional staff shall not be proposed, and only one curriculum
7
vitae (CV) may be submitted for each position.
vi) Reports to be issued by the Consultancy firm / Agency as part of this assignment
must be in the language(s) specified in the Data Sheet. It is desirable that the
firm‘s personnel have a working knowledge of the DMA‘s official language and
regional language.
3.4 The Technical Proposal should provide the following information using the attached
Standard Forms (Section 3):
(i) A brief description of the consultancy firm/Agency and an outline of recent
experience on assignments (Section 3B) of a similar nature. For each assignment,
the outline should indicate, inter alia, the profiles and names of the staff provided,
duration of the assignment, contract amount, and firm‘sinvolvement.
(ii) Any comments or suggestions on the Terms of Reference and on the data, a list of
services, and facilities to be provided by the Client (Section3C).
(iii) A description of the methodology and work plan for performing the assignment
(Section 3D).
(iv) The list of the proposed staff team by speciality, the tasks that would be assigned
to each staff team member, and their timing (Section3E).
(v) CVs recently signed by the proposed key professional staff and the authorized
representative
submittingtheproposal(Section3F).Keyinformationshouldincludenumberofyearsw
orkingfor the firm/entity, and degree of responsibility held in various assignments
during the last ten(10) years.
(vi) Estimates of the total staff effort (professional and support staff; staff time) to be
provided to carry out the Assignment, supported by bar chart diagrams showing
the time proposed for each key professional staff team member. (Sections 3E
and3G).
(vii) A detailed description of the proposed methodology, staffing, and monitoring of
training, if the Data Sheet specifies training as a major component of
theassignment.
(viii) Any additional information requested in the Data Sheet.
3.5 The Technical Proposal shall not include any financialinformation.
Financial Proposal
3.6 In preparing the Financial Proposal, consultancies are expected to take into account the
requirements and conditions of the RFP documents. The Financial Proposal should
follow Standard Forms (Section 4). It lists all costs associated with the Assignment,
including (a) remuneration for staff , and (b) reimbursables such as subsistence (per diem,
housing), transportation (national and local, for mobilization and demobilization),
8
services and equipment (vehicles, office equipment, furniture, and supplies), office rent,
insurance, printing of documents, surveys; and training, if it is a major component of the
assignment. If appropriate, these costs should be broken down byactivity.
3.7 Consultancies shall express the price of their services in Indian Rupees inclusive of all
taxes, except GST. In case of GST, the amount will be separately reimbursed by
DMA/Client on production of receipt of payment made. GST will be paid as per the GST
rate prevailing on the date on which Invoice is raised, as GST rates may vary.
3.8 The Data Sheet indicates how long the proposals must remain valid after the submission
date. During this period, the consultancy is expected to keep available the key
professional staff proposed for the assignment. DMA will make its best effort to complete
negotiations within this period. If DMA wishes to extend the validity period of the
proposals, the consultancy firms/Agencies who do not agree have the right not to extend
the validity of theirproposals.
4. SUBMISSION, RECEIPT, AND OPENING OFPROPOSALS
4.1 The original Proposal (Technical Proposal and Financial Proposal; see para 1.2 of section
2) shall be prepared as per RFP document.
4.2 An authorized representative of the Consultancy shall digitally sign the Proposal. The
representative‘s authorization is confirmed by a written power of attorney accompanying
the Proposal.
4.3 For each Proposal, Consultancy firm/Agency should prepare the number of copies
indicated in the Data Sheet.
4.4 Interested bidders shall login to https://eproc.karnataka.gov.in/eportal/index.seam and
follow the procedures and guideline given in the e-procurement portal or call the e-
procumbent help desk to get themselves registered in the portal. Upon registration, the
bidders can login and participate in the tender.
4.5 Downloading of tender documents, submission of proposal all will be
throughGovernment of Karnataka e-Procurement
websitehttps://eproc.karnataka.gov.in/eportal/index.seam under login for Contractors.
Consultancy firm/Agency must get themselves registered, acquainted and trained on the
procedure of participating in e-procurement.
9
After login under Contractors, the interested bidder may see the list of Tenders by
scrolling down to the right side bottom, to find the details of NIT and download copy of
the tender. The tender may be downloaded from the portal as per prescribed date and time
published in the portal. Only interested bidders who wish to participate should remit
online tender processing fee, after registering in the portal. The tender processing fee
/transaction fee is non-refundable.
4.6 Each Bidder shall submit a maximum of one (1) Proposal for each package, in response to
this RFP along with the requisite EMD. Any Bidder who submits more than one Proposal
for each package will be disqualified
10
4.7 The completed Technical and Financial Proposals must be uploaded before the time and
date stated in the Data Sheet.
4.8 Bidder has all the time to modify and correct or upload any relevant document in the
portal before submission on e-Procurement portal.
4.9 The last date and time including hours, minutes and seconds for submission will be
mentioned in the portal, the bid will disappear automatically immediately after the time of
submission is elapsed.
4.10 After the deadline for submission of proposals the Technical Proposal shall be opened as
per prescribed time and date in the e-procurement portal by the evaluation committee.
The Financial Proposal shall remain sealed and deposited with DMA until all submitted
proposals are opened publicly.
Tender processing Fee and EMD
4.11 The Consultancies are requested to submit EMD as specified in the e-procurement portal
along with the Technical and Financial Bid.
4.12 The Consultancy can pay the Earnest Money Deposit (EMD) in the e-Procurement portal
using any of the following payment modes:
Credit Card
Direct Debit
National Electronic Fund Transfer (NEFT)
Over the Counter (OTC)
4.13 The Consultancy‘s bid will be evaluated only on confirmation of receipt of the payment
(EMD) in the Government of Karnataka central pooling account held at designated Bank.
EMD amount will have to be submitted by the Consultancy taking into account the
following conditions:
a. EMD will be accepted only in the form of electronic cash (and not through
Demand Draft or Bank Guarantee) and will be maintained in the Govt.‘s central
pooling account at designated Bank until the contract is closed.
b. The entire EMD amount for a particular tender has to be paid in a single
transaction. It is responsibility of Consultancy to ensure that payment through
NEFT reaches Payment to Government of Karnataka designated Bank before
Bid submission date and time, through online payment. In case of OTC
Payment, the DD to be drawn in favour of ―e-Procurement, Government of
Karnataka ―and submit to designated Bank before proposal/bid submission time
and update the transaction reference in e- Procurement portal .
For more details on e-Payment services refer to e-procurement portal.
11
Refund of EMD
4.14 Based on the instructions of Tender Accepting Authority (TAA) the EMD amount of the
unsuccessful Consultancies will be refunded to the respective Bank accounts of the
supplier/consultant registered in the e-Procurement system
4.15 The earnest money deposit of unsuccessful Consultancy will be returned within 30 days
of the end of the proposal validity period specified in Clause 3.8
4.16 The earnest money deposit of the successful Consultancy will be discharged when the
Consultancy has furnished the required Performance Security and signed the Agreement
4.17 The earnest money deposit may be forfeited: (a) if the consultancy firm/agency withdraws the proposal after deadline for
submission of proposals, during the period of proposalvalidity; (b) if the consultancy firm/agency does not accept the correction of the contract
Price, pursuant to Clause 5.6;or (c) in the case of a successful consultancy firm/agency, if the consultancy
firm/agency fails within the specified time limit to
(i) furnish the required Security deposit ;or (ii) sign the Agreement
(d) if the documents submitted by the bidder are found to be misleading/forged or
fake.
5. PROPOSALEVALUATION
General
5.1 From the time the proposals are opened to the time the contract is awarded, if any
consultancy wishes to contact the Client on any matter related to its proposal, it should do
so in writing at the address indicated in the Data Sheet. Any effort by the firm to
influence the Client in the Client‘s proposal evaluation, proposal comparison or contract
award decisions may result in the rejection of the consultancy‘sproposal.
5.2 Evaluators of Technical Proposals shall have no access to the Financial Proposals until
the technical evaluation, including its approval by competent authority isobtained
Evaluation of Technical Proposals
5.3 The evaluation committee appointed by the Client as a whole, and each of its members
individually, evaluates the proposals on the basis of their responsiveness to the Terms of
Reference, applying the evaluation criteria, sub-criteria (typically not more than three per
criteria) 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 Terms of Reference or if it fails to achieve the
12
minimum technical score indicated in the DataSheet.
The Technical bids of only the firms satisfying the following criteria will be
evaluated:
a) The Consultancy firm/Agency should be registered one and should furnish the
registration certification of the firm alongwith the proposal.
b) Preceding the proposal due date (PDD), the agency in preceding 5 years should
have prepared at least 5 DPRs in any of the sanitation related fields like solid waste
management/water supply/ waste water management /Faecal sludge management
or 5 or more city sanitation plans with urban local bodies either as main contractor
or sub-contractor* to a main contractor.(The consultancy needs to submit work
completion certificate issued by the Client or proof of record showing work
completion if work is done as main contractor). The minimum no. of DPRs/CSPs
prepared should be 5 for which 20 marks would be awarded. For each additional
CSP above 5, one additional mark will be awarded. The maximum marks that can
be scored is 30.
* If the work has been carried out as a sub-contractor to the main contractor then
the following in support of work completion should be submitted:
(i) Work completion certificate from the Client to the main contractor or proof
of record showing work completion
(ii) Agreement copy between the main contractor and the sub contractor
showing scope of work
(iii) Work completion certificate from the main contractor to sub-contractor.
Further, the same work completion experience cannot be claimed by the main
contractor and sub-contractor. If in case it happens, then the Agency/firm which
has actually implemented/done the work will be given the benefit.
c) The Consultancy firm/Agency should have achieved a minimum annual financial
turnover not less than the package cost for at least 2 of the last 5 financial years
(Certified balance sheet and financial turnover statement certified by C.A. for the
last 5 financial years to be submitted).
d) The Consultancy firm/Agency should have positive net worth for over last three
Financial Years before the ending on 31.03.2017. (Extracts from the audited
Balance sheet and Profit & Loss Account; OR Certificate from the statutory
auditor stating positive net worth for all the three years ending on 31.03.2017)
e) The Consultancy firm/Agency should not have been blacklisted by any of the
State/Central Government or organizations of the State/Central Government in
India. (Self-Declaration in this regard by the authorized signatory of the
Consultancy firm/Agency).
f) A power of attorney /Copy of Board resolution in the name of the person signing
the bid (Copy of Power of attorney/Board resolution copy) or the Executive head
of the firm should forward the proposal.
The client will carry out the evaluation of proposals of only the consulting
firms who satisfy the above criteria on the basis of their responsiveness to
the Terms of Reference, applying the evaluation criteria and marking
system specified in the Data Sheet. Each responsive proposal will be given
a technical score (Ts). A proposal considered unsuitable shall be rejected at
this stage if it does not comply with the important aspects of the Terms of
13
Reference or if it fails to achieve the minimum technical score indicated in
the DataSheet.
Public Opening and Evaluation of Financial Proposals; Ranking
5.4 After the evaluation of quality is completed, the financial proposals will be opened. The
bidders can keep track of the events through E procurement portal.
5.5 The evaluation committee will determine whether the Financial Proposals are complete,
(i.e., whether they have costed all items of the corresponding Technical Proposals, if not,
the Client will cost them and add their cost to the initial price), correct any
computationalerrors.
5.6 The lowest Financial Proposal (Fm) will be given a 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; P = the weight given to the Financial Proposal; T + P = 1) indicated in the Data
Sheet: S = St × T % + Sf × P%. The Consultancy achieving the highest combined
technical/ financial score will be invited for negotiations.
6. NEGOTIATIONS
6.1 Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach
agreement on all points and sign acontract.
6.2 Negotiations will include a discussion of the Technical Proposal, the proposed
methodology (work plan), staffing and any suggestions made by the firm to improve the
Terms of Reference. DMA and Consultancy firm/Agency will then work out final Terms
of Reference, staffing, and bar charts indicating activities, staff, periods in the field and in
the home office, staff-months, logistics, and reporting. The agreed work plan and final
Terms of Reference will then be incorporated in the ―Description of Services‖ and form
part of the contract. Special attention will be paid to getting the most the Consultancy can
offer within the available budget and to clearly defining the inputs required from the
Client to ensure satisfactory implementation of theAssignment.
6.3 Unless there are exceptional reasons, the financial negotiations will involve neither the
remuneration rates for staff (no breakdown of fees) nor other proposed unitrates.
6.4 Having selected the Consultancy on the basis of, among other things, an evaluation of
proposed key professional staff, the Client expects to negotiate a contract on the basis of
the experts named in the Proposal. Before contract negotiations, the Client will require
assurances that the experts will be actually available. The Client will not consider
substitutions during contract negotiations unless both parties agree that undue delay in the
selection process makes such substitution unavoidable or that such changes are critical to
meet the objectives of the assignment. If this is not the case and if it is established that
14
key staff was offered in the proposal without confirming their availability, the
Consultancy may bedisqualified.
6.5 The negotiations will conclude with a review of the draft form of the contract. To
complete negotiations the Client and the Consultancy will initial the agreed contract. If
negotiations fail, the Client will invite the firm whose proposal received the second
highest score to negotiate acontract.
7. AWARD OFCONTRACT
7.1 DMA reserves the right to accept or reject any proposal and to cancel the tender process
and reject all proposals, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Consultancies or any obligation to inform the
affected Consultancies of the grounds for the Clients action.
7.2 The contract will be awarded following negotiations. In the event of acceptance of the
Preferred Tenderers with or without negotiations, DMA shall declare the Preferred
Tenderers as the Successful Tenderer for each package. DMA will notify the Successful
Tenderer through a Letter of Acceptance (LoA) that its Proposal has been accepted.
7.3 The Tenderers whose Tenders has been accepted will be notified of the award by the
Employer prior to expiration of the Tender validity period by cable, telex or facsimile
confirmed by registered letter. The selection of the Tenderers shall be at the sole
discretion of DMA. The notification of award will constitute the formation of the
Contract, subject only to the furnishing of a performance security in any of the forms
given belowfor an amount equal to 5% of the contract value plus additional security for
unbalanced tender* for each package separately.
* Unbalanced Tender is defined as a Tender where the tender premium is negative
beyond 10%. Additional Security shall be collected for all Tenders whose Tender
premium is negative beyond 10% and no additional security shall be collected for all
Tenders whose Tender Premium is upto minus 10%. Additional security shall be
collected only to the extent of negative premium beyond minus 10%.
Banker‘s Cheque/Demand Draft/Pay Order in favour of The Director, Directorate of
Municipal Administration payable at Bengaluru.
The security deposit will be returned on the acceptance of final CSP by DMA.
7.4 All the Successful Tenderers shall execute the Contract with the DMA within 15 days of
the issue of LoA or within such further time as DMA may agree to in its sole discretion.
7.5 The Consultancy is expected to commence the Assignment on the date and at the location
which will be specified in the Contract.
15
8. CONFIDENTIALITY
8.1 Information relating to evaluation of proposals and recommendations concerning awards
shall not be disclosed to the consultancies who submitted the proposals or to other
persons not officially concerned with the process, until the winning Consultancy has been
notified that it has been awarded thecontract.
16
DATA SHEET
Information to Consultancies
Cla
use
Ref
eren
ce
1.1
The name of the Client is:
The Director,
Directorate of Municipal Administration, 9th Floor, Vishweshwaraih Towers,
Dr. B.R. Ambedkar Veedhi , Bengaluru- 560001.
1.1
The method of selection is:
Quality-and Cost-Based Selection (QCBS)
1.2
A technical and a Financial Proposals are requested:
Yes
1.2
The name, objectives and description of the Assignment are:
Selection of reputed Consultancy firms/agencies for preparation of City Sanitation
Plans (CSPs) for 82 Urban Local Bodies of Karnataka in 3 Packages. Consultancies may refer Terms of Reference (ToR) for detailed description of the
Assignment
1.3 The Assignment is phased: No
1.4
A pre-proposal conference will be held:
Yes. (As indicated in e-procurement portal. Any changes in pre-proposal conference, the
same will be intimated through e-procurment portal only)
The name(s), address(es), and telephone/numbers of the Client‘s Official(s) are: The
Director,
Directorate of Municipal Administration, 9th Floor, Vishweshwaraih Towers,
Dr. B.R. Ambedkar Veedhi , Bengaluru- 560001 Telephone: 080- 22867728 Fax: 080-
22863576 /22861665,
Email: [email protected], [email protected]
1.5
The Client will provide the following inputs: DMA/ULB will provide available basic data of the city like ULB map, ward wise map,
population, number of wards, slum and non slum households, shops, commercial
establishments, bulk waste generators, road lengths, location of solid waste disposal site,
STP etc. along with available details on existing sanitation infrastructure, present revenue
etc. The rest of the data required for preparation of CSP should be collected by the
consultancy firm/agency through needs assessment survey and primary data collection.
17
1.7.
2 The Client envisages the need for continuity for downstream work: No.
1.11
The clauses on fraud and corruption in the contract:
Refer Sub-Clause 2.7.1 of G.C.C.
2.1
Clarifications to the clauses in RfP:
Clarifications may be requested upto one day prior to pre-proposal conference
The address for requesting clarifications is:
The Director,
Directorate of Municipal Administration, 9th Floor, Vishweshwaraih Towers,
Dr. B.R. Ambedkar Veedhi , Bengaluru- 560001 Telephone: 080-2286 8556, , Fax: 080-
2286 3576.
Email: [email protected], [email protected]
2.2 Any Addendum to the RfP will be issued only through e-procurement portal
3.1 Proposals should be submitted in the following language(s): English
3.3 (i) Shortlisted consultancy firm may associate with other shortlisted consultancy: No
(ii) The estimated number of key professional staff months required for the assignment is:
As per the Scope of Services in Terms of Reference
(iv) The minimum required experience of proposed key professional staff is:
As per the Terms of Reference given in the RfP document
(vi) Reports which are part of the assignment must be written in the following language:
English
3.4 (vii) Training is an important feature of this Assignment: No
(viii) Additional Information in the Technical Proposal includes:
Nil
3.10
Proposals must remain valid 180 days after the submission date i.e. until:
25/10/2018 at 17.30 Hours
4.3
Proposals must be submitted through e-Procurement portal no later than the following date
and time:
As per e- procurement portal
18
5.1
The address to send information to the Client is:
Office of the Director,
Directorate of Municipal Administration, 9th Floor, Vishweshwaraih Towers,
Dr. B.R. Ambedkar Veedhi , Bengaluru- 560001
Kind attention:The Executive Engineer (SWM Cell)
5.3 The number of points to be given under each of the evaluation criteria are:
S. No.
Technical Qualification Criteria Marks Weightage
Minimum Marks
required (i) Specific
experience of
the
consultancy
firm/agency
related to the
Assignment
Preceding the proposal due
date (PDD), the agency in
preceding 5 years should
have prepared at least 5
DPRs in any of the
sanitation related fields like
solid waste
management/water supply/
waste water management
/Faecal sludge management
or 5 or more city sanitation
plans with urban local
bodies either as main
contractor or sub-
contractor* to a main
contractor.(The consultancy
needs to submit work
completion certificate issued
by the Client or proof of
record showing work
completion if work is done
as main contractor). The
minimum no. of DPRs/CSPs
prepared should be 5 for
which 20 marks would be
awarded. For each
additional CSP above 5, one
additional mark will be
awarded. The maximum
marks that can be scored is
30. 30
05 DPRs/CSPs-
20 For each additional
CSP above 5, one
additional mark will be
awarded. The
maximum marks that
can be scored is 30. 20
* If the work has been carried out as a sub-contractor to the main contractor then the following in
support of work completion should be submitted: (i) Work completion certificate from the Client to the main contractor or proof of record showing
work completion
19
(ii) Agreement copy between the main contractor and the sub contractor showing scope of work (iii) Work completion certificate from the main contractor to sub-contractor.
Further, the same work completion experience cannot be claimed by the main contractor and sub-
contractor. If in case it happens, then the Agency/firm which has actually implemented/done the
work will be given the benefit. (ii) Adequacy of
the proposed
work plan and
methodology
in responding
to the TOR
(a) Technical approach and
methodology- (5 Points)
(b)Work Plan including
team organization, staffing
and responsibilities- (5
Points)
Apart from elaborating it in tender document in the appropriate places, a powerpoint presentation has to be given by the firm/agency before the technical evaluation committee that will be constituted. The date for the same will be intimated by DMA. 10
(a)2.5-5 (b)2.5-5
(a) 2.5 (b) 2.5 Total Minimum Marks Required = 5
(iii) Qualifications,
competence
and practical
experience of
the key
professional
staff in
relevant
Assignment
(a) Team Leader (20 Points)
(b) Environmental Expert
and Urban Planner (if
proposed) (15 Points)
(c) GISExpert (15
Points)The Consultancy
needs to submit CVs
alongwith self attested
supporting documents like
Degree certificates, work
experience certificates etc.
in support of the claim. 50
(a) 14-20 (b) 10.5-15 (c) 10.5-15
(a) 14 (b) 10.5 (c) 10.5 Total Minimum Marks Required = 35
(iv) Profile of the
firm
Experience in Region:
(a) Office location in region
for which proposal is
submitted i.e package opted
(05Points). The
consultancy needs to
submit supporting
documents in support of
the claim. (b) Carried out projects in
Karnataka. (an additional
weightage of 0.333 marks
will be awarded for each 10 (a) 0-5 (b) 0-5 0
20
completed project in
Karnataka, upto a maximum
of 15 projects (05
Points).
The consultancy needs to
submit work completion
certificate issued by the
Client or proof of record
showing work completion
in Karnataka
Total 100 60-100 60 Note: Each bidder shall secure minimum marks specified in each of the above criteria, failing which,
the bidder‘s proposal will not be considered for further evaluation and will be considered as non
responsive.
The no. of points to be given for qualifications and competence of the Key Professional Staff
for the assignment are:
Key
Professionals Weightage Educational
Qualification
(10%)
Experience in
carrying out
similar
assignments
(80%)
Experience
in region and
language
(10%)
Team Leader 40% B.E. : 1
MTech./MSc.
/PhD: 2
10 yrs: 13
11yrs:13.5
12yrs:14
13yrs:14.5
14yrs:15
15yrs:15.5
16yrs:16
Regional
Experience:
0-1
Kannada: 0-1
Environmental*
Expert & Urban
Planner (if
proposed)
30% B.E. : 1.5
Mtech./MSc.:
2
5 yrs: 9
6 yrs: 9.5
7yrs:10
8yrs:10.5
9yrs &>9:11
Regional
Experience:
0-1
Kannada: 0-1
GIS Expert 30%
MSc R.S &
GIS: 2 Others with
GIS Course
Certificate:
1.5
3 yrs: 9
4yrs: 9.5
5yrs: 10
6yrs: 10.5
7yrs &>7:11
Regional
Experience:
0-1
Kannada: 0-1
* For all packages, out of 2 positions of Environmental Experts, one has to be an
environmental expert compulsorily while the other may be urban planner/
environmental expert; The number of personnel required for each package has been specified in Annexure -2
(p. 70) of RfP document. The CVs have to be mandatorily submitted for each of the
Key professional positions; failing which the bidder‘s proposal will not be considered
for further evaluation and will be considered as non responsive. An average of the
score would be considered for the position of Environmental Expert/Urban Planner.
21
3
Curriculum Vitae of the key professional personnel alongwith self attested supporting
documents(Degree certificates, work experience certificates etc.) as indicated in the Terms
of Reference and Scope of Services will be considered for evaluation.Digital signatures allowed in CVs certification. Supporting documents should be self attested by the Personnel and not by the Consultancy.
5.7
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]
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; P= the weight given to the
Financial Proposal; T+P=1). The weights given to the Technical and Financial Proposals are:
T= 0.60 and P= 0.40
6.1
The address for negotiations is:
The Director
DIRECTORATE OF MUNICIPAL ADMINISTRATION (DMA) 9th Floor Vishweshwaraih Towers,
Dr. Ambedkar Veedhi, Bengaluru 560001.
7.2 The Assignment is expected to commence from the date of issue of Work Order.
Sincerely,
[Name of Client]
22
SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS
3A. Technical Proposal submission form.
3B. Consultancy‘s references.
3C. Comments and suggestions on the Terms of Reference and on data services, and facilities
to be provided by the Client.
3D. Description of the methodology and work plan for performing the assignment.
3E. Team composition and task assignments.
3F. Format of Curriculum Vitae of proposed key professional staff.
3G. Time schedule for professional personnel.
3H. Activity (work) schedule.
23
3A. TECHNICAL PROPOSAL SUBMISSION FORM
[Location, Date]
FROM: (Consultancy) To
The Director
DIRECTORATE OF MUNICIPAL ADMINISTRATION
(DMA)
9th Floor Vishweshwaraih Towers,
Dr. Ambedkar Veedhi, Bengaluru 560001.
Ladies/Gentlemen:
Subject: Hiring of Consultancy Service for preparation of City Sanitation Plans (CSPs) for
82Urban Local Bodies in 3 Packages Technical Proposal.
We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated [Date], and our Proposal. We are hereby submitting our
Proposal which includes this Technical Proposal, and a Financial Proposal under a
separateenvelope.
If negotiations are held during the period of validity of the Proposal, i.e., before [Date]
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 understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Consultancy:
Address:
24
3B. CONSULTANCY’S REFERENCES
Relevant Services Carried Out in the Last Five Years That Best Illustrate Qualifications
A – Background of the Organization/firm/entity:
[Provide brief description of the background of your organization firm/entity and each
associate for this Assignment/job. The brief description should include Organization chart,
registration, ownership details, date and place of incorporation of the firm,objectives of the
firm etc.]
B - Consultancy’s Experience
[Using the format below, provide information on each assignment for which your firm
was legally contracted either individually as a corporate entity or as one of the major partners
within an association, for carrying out Consulting assignment similar to the ones requested
under this Assignment (the employer shall specify exact assignment for which experience
details may be submitted)]
1.Firm‘sname:
Sl
No
Name of the assignment : Details
1.1 Description of Project :
1.2 Approx. value of the contract (in Rupees) :
1.3 Country :
1.4 Location within country :
1.5 Duration of assignment (months) :
1.6 Name of Employer/Client :
1.7 Address of Employer/Client (including telephone & email) :
1.8 Total No of staff- months of the Assignment :
1.9 Approx. value of the Assignment/job provided by yourfirm
under the contract (in Rupees) :
1.10 Start date (month/year) :
1.11 Completion date (month/year) :
1.12 Name & address of associated Consultancies, if any :
1.13 No of professional staff-months provided byassociated
Consultancies :
1.14 Name of senior professional staff of your firm involvedand
functions performed :
1.15 DescriptionofactualAssignmentprovidedbyyourstaffwithin
the Assignment :
Note: Please provide documentary evidence from the client i.e copy of work order,
contract for each of above mentioned assignment, completion certificate. The experience
shall not be considered for evaluation if such requisite support documents are not provided
with the proposal.
Separate sheets may be used for number of projects / assignments.
Consultancy‘sName:
25
3C.COMMENTSANDSUGGESTIONSOFCONSULTANCYONTHETERMSOFREFERENC
EANDONDATA, SERVICES,ANDFACILITIESTOBEPROVIDEDBYTHECLIENT
On the Terms of Reference:
1.
2.
3.
4.
5.
On the data, services, and facilities to be provided by the Client
1.
2.
3.
4.
5.
CONSULTANCY’S NAME:
26
3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING
THE ASSIGNMENT
Technical approach, methodology and work plan are key components of the Technical
Proposal. Consultancies are suggested to present your Technical Proposal divided into the
following threechapters:
a. Technical Approach andMethodology, b. Work Plan,and
c. Organization andStaffing,
a. Technical Approach and Methodology: In this chapter the agency should explain
their understanding of the objectives of the Assignment/job, approach to the
Assignment/job, methodology for carrying out the activitiesand obtaining the expected
output, and the degree of detail of such output. Agency should highlight the problems
being addressed and their importance, and explain the technical approach agency
would adopt to address them and highlight the compatibility of those methodologies
with the proposedapproach.
b. Work Plan: The consultancy should propose and justify the main activities of the
Assignment/job, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Employer), and delivery dates of the reports.
The proposed work plan should be executable in the stipulated timeframe, 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, maps and tables to be delivered as final output, should be
includedhere.
c. Organization and Staffing: The consultancy should propose and justify the structure
and composition of the team. The main disciplines of the Assignment/job, the key
expert responsible, and proposed technical and supportstaff should be listed.
27
3E. TEAM COMPOSITION AND TASK ASSIGNMENTS
Sl. No.
Name of the Staff Assigned
Position Area of Expertise Task
Key Staff
1. 2. 3. 4. .. ..
Support Staff
1. 2.
3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY PROFESSIONAL
STAFF
28
1. Proposed Position: [For each position of key professional separate form
Tech-6 will be prepared]:
2. Name of Firm: [Insert name of firm proposing thestaff]:
3. Name of the Staff proposed :[Insert fullname]:
4. Date of Birth:
5. Nationality:
6. Education:
Sl Degree*
obtained
College/University/Institution Dates of obtainment of
Degree
Grade/Class
achieved
*Claim to be supported by copy of Degree certificates, Course attended
certificate etc.
7. Membership of ProfessionalAssociations:
8. OtherTraining:
9. Countries of Work Experience: [List countries where staff has worked in the last
tenyears]:
10. Languages:
Language Speak Read Write
English
Kannada
Any other
language
known
[For each language indicate ‗proficiency‘, ‗good‘, ‗fair‘, or ‗poor‘ in speaking, reading,
andwriting]:
11. EmploymentRecord:
29
[Starting with present position, list in reverse order every employment
held by staff member (see format here below): dates of employment,
name of employing organization, positionsheld.]:
From [mmyy]: To [mmyy]:
Employer:
Positions held:
Location:
Tasks carried out:
12. Work Undertaken that Best Illustrates Capability to Handle the Tasks
listed in the RfP [Among the Assignment/jobs in which the staff has been
involved, indicate the following information for those Assignment/jobs that
best illustrate staff capability to handle the tasks listed in the RfP]
• Name of Assignment/job orproject: • Year: • Location:
• Employer:
• Main projectfeatures:
• Positions held:
• Activities performed:
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 willful misstatement described herein may lead to my
disqualification or dismissal, if engaged.
Date:
Place:
[Signature & Name of proposed staff member and authorized representative of
the staff]
[Full name of authorized representative]:
30
3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL
No Name
of staff Staff input (in the form of bar
chart) Total staff – month input
Key Staff
1 1 2 3 Office Field Total
2
3
n
Sub
total
Sub Key Staff
1
2
3
n
Sub
total
Supporting Staff
1
2
3
n
Sub
total
Total
1. For professional staff the input should be indicated individually; for Support Staff it
should be indicated by category (eg: draftsmen, clerical staff, IT Assistant, Office
Assistantetc.)
2. Months are counted from the start of assignment. For each staff indicate separately staff
input forwork.
31
3H. ACTIVITY (WORK) SCHEDULE
A. Field Investigation and StudyItems:
Monthwise Program (in form of Bar
Chart) ++
[1st, 2nd, etc. are months from the
start of assignment]
Sl. No. Item of Activity
(Work)
1st 2nd 3rd
++ The Program should be period of completion of assignment.
B. Completion and Submission ofReports
Reports: * Programme: (Date)
1. Consensus building Workshop Report (with photographs feedback, attendence sheet)
2. Interim ProgressReport (a) Gap analysis & action to be
taken report
3. Draft City Sanitation Plan
4. Final City Sanitation Plan
32
SECTION 4. FINANCIAL PROPOSAL - STANDARD FORMS
4A. Financial Proposal submission form.
4B. Summary ofcosts.
4C. Breakdown of costs.
33
4A. FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]
FROM: (Name of Consultancy firm) To
The Director
DIRECTORATE OF MUNICIPAL
ADMINISTRATION (DMA)
9th Floor Vishweshwaraih Towers,
Dr. Ambedkar Veedhi, Bengaluru 560001.
Ladies/Gentlemen:
Subject: Hiring of Consultancy Service for preparation of City Sanitation Plans (CSPs) for 82
Urban Local Bodies in 3 Packages Financial Proposal.
We, the undersigned, offer to provide the consulting services for the above in accordance
with your Request for Proposal dated [Date], and our Proposal (technical and Financial
Proposals). Our attached financial proposal is for the sum of [Amount in words andfigures]
inclusive of taxes.
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., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in India
namely ―Prevention of Corruption Act 1988‖.
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 the Consultancy:
Address:
34
4B. SUMMARY OF COSTS
No. Description Amount (Rupees)
I
Remuneration for Key professional staff
II Supporting Staff III Transportation IV Duty Travel to Site V Office Supplies, Utilities and Communication VI Reports and Document Printing VII VIII
Workshop Surveys
TOTAL COSTS (Including all Taxes, except GST)
Note: The ceiling cost of the consultancy is as shown in the Summary of Costs. Payments
will be made as per stipulations of the Special Conditions of Contract. The break-up of cost
as given in formats 4C is to facilitate assessment of reasonableness of costs and conducting
negotiations.
Please note: Lumpsum Price should be quoted in financial bid of E-Procurement portal only
(the scanned copy should not be uploaded alongwith technical bid, failing which, the bidder’s
proposal will not be considered for further evaluation and will be considered as non
responsive.).
The bidders may quote the summary of costs through e procurement portal by clicking the
symbol under action column and entering the details under appropriate heads. (This applies to
all the formats given below)
35
4C. BREAKDOWN OF COSTS (RS)
I REMUNERATION FOR STAFF
No
.
Position
Name
Rate* (Rs.)
Staff
Month
Amount (Rs)
Key professional staff
1. 2. 3. 4. 5. 6.
TOTAL
II. Support Staff
No. Position Name Staff Months Rate* ( Rs) Amount( Rs )
1
2
3
4
Total :
* Provide the break up of the rates to show the basic salary, social costs and overhead.
III Transportation
Total:
IV. Duty Travel to Site
Total:
36
V. Office Supplies, Utilities and Communication
No. Item Months Monthly Rate (Rs)
Amount in (Rs)
1.
2.
3.
4.
5.
TOTAL :
VI. Reports and DocumentPrinting
No. Description* Number No. of
Copies
Rate
per
Copy
( Rs.)
Amount
( Rs. )
1
2
3
4 5
Total
VII Workshop
Total:
VIII Survey
Total:
Please note: Lumpsum Price should be quoted in financial bid of E-Procurement portal only
(the scanned copy should not be uploaded alongwith technical bid, failing which, the bidder’s
proposal will not be considered for further evaluation and will be considered as non
responsive.).
The bidders will have to provide the breakup of cost, at the time of negotiations and contract
signing.
37
SECTION 5. TERMS OF REFERENCE
1. Background
The National Urban Sanitation Policy (NUSP), 2008 envisages that all Indian cities and
towns become totally sanitized, healthy and livable with a special focus on hygienic and
affordable sanitation facilities for the urban poor and women. NUSP, 2008 and Swachh
Bharat Mission Guidelines lay thrust on the preparation of State sanitation strategies and city
sanitation plans for addressing the issue of sanitation in a comprehensive manner, so as to
improve health and environmental outcomes.
In order to achieve the objectives of Swachh Bharat Mission and for a comprehensive
planning of sanitation as laid down in NUSP,2008, ULBwise City Sanitation Plan needs to
be prepared. The CSP should focus on thrust areas:water supply, safe sanitation facilities
(IHHL, CT, PT), sewerage facilities and septage management (UGD & FSM), waste water
treatment (STP)& reuse of waste water for non potable purposes, storm water drainage, solid
waste management, awareness generation and behaviour change and capacity building and
training.
At present Karnataka State has 275 ULBs (excluding 3NACs) and shortly due to 46 more
Talukas announced, additional 17 more ULBs would be further added to the ULB list totally
amounting to 292 ULBs. Hence, the said 292 ULBs have been clustered into 11 packages,
for selecting the consultancy firms for CSP preparation and the list of packages is attached as
Annexure-I
2. Concise statement of objectives
CSP preparation as per the provisions of NUSP, 2008 in line with SBM Guidelines, NUSP
manual on preparation of CSP, CPHEEO manual on sewerage and sewage treatment
systems, normative standards prescribed by GoK, Minimum Wages Act, concerned circle
PWD SRs, NGT directions issued from time to time, State sanitation strategy and other rules
and regulations issued from time to time by State and Central Government, with the
following objectives:
Ensure access to safe and hygienic sanitation facility (individual/community and
public toilets)
To achieve the goal of open defecation free cities
Ensure containment, scientific collection, treatment and safe disposal of human
excreta and liquid waste from all sanitation facilities (UGD, STP & FSM)
Promote recycling and reuse of treated waste water for non-potable applications
100% segregation of municipal solid waste at source
Improved waste collection efficiency, usage of appropriate technology for treatment
and disposal of waste clubbed with resource recovery
Elimination of manual scavenging
Awareness generation, capacity building and sustained behavioural change in hygiene
38
3. An outline of the tasks to be carried out
i. Secondary data collection:Collection of secondary data (component wise) on the
existing physical infrastructure, carrying capacities of existing networks, agencies
involved and other stakeholders. The data should be collected as perthe checklist of
NUSP‘s Manual on preparation of City Sanitation Plans (CSPs); the format is
attached as Annexure-IV.
ii. Constitution of City Sanitation task force: Identify the local key stakeholders,
coordinate with them with the help of ULB officials and propose the composition of a
multi-stakeholder CSTF to be constituted and notified by the ULB to support the CSP
formulation & implementation as per the recommendation of the Council. The
members to be included in the CSTF and the functions of CSTF are as follows:
City Sanitation Task Force (CSTF)
A city sanitation task force (CSTF) has to be formed in each ULB under the
chairmanship of the Mayor of the ULB and the leadership of
Commissioner/Executive Officer along with the local key stakeholders to support the
CSP formulation, implementation and monitoring. The members to be included under
CSTF are as follows:
Mayor of the ULB to head the CSTF
Municipal commissioner to lead as the Convenor
Representatives from departments of the ULB responsible for water supply,
sewerage, storm water drainage and solid waste management
NGO representatives working on water and sanitation
Representatives from private firms and contractors formally or informally
working in sanitation sector
Representatives of large institutions in the city
Eminent personalities in the civil society who enjoy outstanding credibility.
One of them can be appointed as the City Sanitation Ambassador.
Civil society social workers and academicians working on water and
sanitation
Consultants specialized in urban planning and sanitation, who can contribute
to CSP
Corporators/councillors/Town Panchayat members
Functions of CSTF are as follows:
Launching the City 100% Sanitation Campaign to generate awareness
amongst the city‘s citizens
Providing overall guidance to the implementation agencies,approving their
materials and progress reports.
ULB level approval of the City Sanitation Plan
Undertaking inspection visits from time to time to supervise progress
Issue briefings to the media and State Government about progress
Recommending to the ULB fixing of responsibilities for city-wide sanitation
on a permanent basis.
39
iii. Consensus building workshop:Conduct an awareness generation and consensus
building workshop with stakeholders of CSTF to fix the roles and responsibilities of
State and local government, NGOs, private firms and other representatives in
financing, implementation, design, maintenance etc.
iv. Needs assessment survey and primary data collection:Conduct a needs assessment
survey and primary data collection to know about people‘s need, sanitary choices,
people‘s attitude, level of community participation, existing facilities on sanitation,
access to water supply, underground drainage network, individual household toilets,
location of community and public toilets, open defecation areas, solid waste disposal
sites, storm water drains, route of sewers, outfall of main drains, sewage treatment
plants etc. to prioritise intervention areas & actions.
v. Gaps and actions to fill the gaps:Carry out ward profilingto identify the gaps in
sanitation (component wise), prioritise the issues and thrust areas, the available
technical options,steps to be taken, infrastructure to be established to bridge the gap
in sanitation based on the availability of physical, financial, institutional and human
resources.
vi. City Sanitation plan preparation:A draft CSP has to be prepared to address the
sanitation issuesin a comprehensive, cost effective and sustainable manner in
prioritised areas taking into account the basic elements to be part of CSP, combining
varied information based on the results of needs assessment survey, primary data
collection & sampling, literature review and consultation with stakeholders. The draft
CSP has to be reviewed and approved by the concerned ULB CSTF and DUDC.
vii. Validation by committee at DMA:The draft CSP approved by the concerned ULB
CSTF and DUDC will be reviewed, validated and approved by the Scrutiny
committee at DMA and the High Powered Committee (HPC) constituted under SBM
with the recommendations and suggested modifications.
viii. Final CSP Submission: Submission of final CSP after incorporating all the
suggestions and modifications specified by the Scrutiny committee at DMA and the
High Powered Committee (HPC) constituted under SBM.
4. Schedule for completion of tasks
1 Interaction with ULB and obtaining preliminary information and
secondary data collection 5 Days
2 Identify the local key stakeholders and propose the composition of a
multi-stakeholder CSTF to be constituted and notified by the ULB 5 Days
3 Conduct an awareness generation and consensus building workshop
with stakeholders 10 Days
40
4
Conduct a needs assessment survey (primary data collection); Carry out
ward profiling to identify the gaps in sanitation (component wise),
prioritise the issues and thrust areas, the available technical options,
steps to be taken
30 Days
5 Compilation of data, preparation & submission of draft CSP approved
by ULB, CSTF and DUDC 30 Days
6 Validation of draft CSP by Scrutiny Committee at DMA and HPC under
SBM 5 Days
7 Submission of final CSP 5 Days
5. Data, services and facilities to be provided by the client
DMA shall communicate clear directions to ULBs for extension of cooperation, sharing of
information and all necessary assistance to the consultancy firm/agency for successful
completion of the preparation of CSP.
ULB will provide available basic data of the city like ULB map, ward wise map, population,
number of wards, slum and non slum households, shops,commercial establishments, bulk
waste generators, road lengths, location of solid waste disposal site, STP etc. along with
available details on existing sanitation infrastructure, present revenue etc. The rest of the data
required for preparation of CSP should be collected by the consultancy firm/agency through
needs assessment survey and primary data collection.
6. List of key professional positions whose CV and experience would be evaluated
The Consultancy shall have a team of highly experienced and skilled professionals, who can
handle the tasks in the most professional manner. The qualification and experience of the key
personnel will determine to a large extent the competitiveness in the selection procedure. The
key professional positions whose CV and experience would be evaluated are as follows:
i. Team Leader with design expertise
ii. Environmental Expert & Urban Planner (if proposed)
iii. GIS Expert
7. Personnel to be engaged for the assignment, their job responsibilities, qualification and
desirable experience
The list of number of personnel to be engaged package wise for this assignment is attached
as Annexure-II. The job responsibilities, qualification and desirable experience of the staff
to be engaged is given below:
41
i. Team Leader with design expertise
Responsibility:
He/she will lead and supervise the multidisciplinary team and will be responsible for
CSP preparation.
He/she will identify and coordinate with the local key stakeholders
He/she will conduct an awareness generation and consensus building workshop for
stakeholders with the help of other team members.
Identify the gaps in sanitation and action plan to fill the gaps
He/she will be responsible for overall management, scheduling the activities and CSP
preparation.
Qualification:B.E/MTech. in Civil Engineering/MTech or Masters in Urban Planning/
Environmental Planning/Environmental Engineering/PhD in Urban Planning from a
recognized institution and on a regular mode
Desirable experience:
Minimum 10 years experience in sanitation related/ solid waste management/ water
supply/ waste water management projects.
Experience in preparation of DPR, Cost Estimates and Tender Documents in
sanitation sector.
Good understanding of Design and detailed engineering or construction of Water /
Sewerage / Drainage/solid waste management projects in India, preferably Karnataka.
ii. Environmental Expert & Urban Planner (if proposed)
Responsibility:
Conduct community consultations in slums and areas with public activities
Collect secondary data from reliable sources, refer the relevant documents and
interact with ULB officials to obtain preliminary information on the existing physical
infrastructure on sanitation, carrying capacities of existing networks, agencies and
stakeholders involved etc.
Support the team leader in conducting an awareness generation and consensus
building workshop
Data compilation, scientific analysis supported with graphical interpretation.
Conduct physical inspections, discussion with relevant stakeholders and community
consultations
Identify the gaps in sanitation and action plan to fill the gaps
Provide inputs and assist the Team leader in preparing City sanitation plan
Qualification of Environmental Expert:B.E/MTech. in Environmental Engineering/
M.Tech or Masters in Env Planning/ Environmental science from a recognized institution
and on a regular mode
Qualification of Urban Planner:B.E/MSc/MTech. in Urban Planning from a recognized
institution and on a regular mode.
42
Desirable experience:
Minimum 5 years experience in sanitation related/ solid waste management/ water
supply/ waste water management projects.
Good understanding of Design and detailed engineering or construction of Water /
Sewerage / Drainage/solid waste management projects in India, preferably Karnataka.
iii. GIS Expert
Responsibility:
Data compilation, scientific analysis and interpretation of data for planning of
sanitation supported with graphical illustrations.
Digitization of data, data processing and conversion to usable formats (shape
files/.Kml files)
Creating easy to understand maps with detailed legends and integrated images /
graphics
Assist the team in identifying the gaps in sanitation and preparation of action plan to
fill the gaps
Provide inputs and assist the Team leader in preparing City sanitation plan
Qualification:Post graduate in Urban Planning with Certificate course/Diploma in GIS or
Masters in Remote Sensing and GIS or Bachelor of Engineering with Certificate
course/Diploma in GIS or MSc Environmental Science with Certificate course/Diploma in
GIS or MSc in Geology with certificate course/ Diploma in GIS. The claimed
qualification should be from a recognized institution and on a regular mode.
Apart from the above mentioned qualification, if the candidate may not have done a GIS
course, but is proficient in GIS and has worked on projects involving GIS expertise then a
certificate should be furnished from the Client stating that the candidate has prepared GIS
Maps for minimum 5 projects involving GIS expertise. Further, a copy of 3 maps for each
such project should be submitted to support the claim.
Desirable experience:
Minimum 3 years experience in GIS related projects on Urban planning,
sanitation/infrastructure related projects.
iv. Field Surveyor
Responsibility:
Conduct a needs assessment survey and primary data collection to know about
people‘s need, sanitary choices, people‘s attitude, level of community participation,
existing facilities on sanitation, access to water supply, underground drainage
network, individual household toilets, location of community and public toilets, open
defecation areas, solid waste disposal sites, storm water drains, route of sewers,
outfall of main drains, sewage treatment plants etc. to help the consultancy team to
prioritise intervention areas & actions.
43
Qualification:BSc./M.S.W./M.A./BE in any stream from a recognized institution and on a
regular mode.
Desirable experience:
Minimum 3 years experience in carrying out field surveys, preferably needs
assessment surveys.
Proficiency in Kannada language and experience of working in Karnataka is
mandatory.
v. Office Assistant
Responsibility:
Maintaining records in prescribed manner.
Making available the records based on requirement.
Field data compilation in Excel Workbook.
English and Kannada typing for preparation of reports, city sanitation plan etc.
To ensure that the administrative tasks are completed in a timely manner to support
the technical team.
Carry out other assignments as delegated by the Team Leader
Qualification: 12th
Std./BSc from a recognized institution and on a regular mode.
The individual should have adequate computer knowledge (word, excel and Power point)
Desirable experience:
Minimum 1 year experience of working in reputed companies/Central/State
Government offices as an office assistant
English and Kannada typing exposure
Shorthand in Kannada and English
vi. Peon
Responsibility:
Attending the bell of the officers
Operating and maintaining photocopy machines
Placing of papers in relevant files as desired
Ensuring that the seating arrangements are clean before the commencement of works
Bringing and serving water, beverages and food to the officers and visitors as desired
Carrying the files and dak to the officer
Preparing set of documents as desired for meetings, workshops
Any other work assigned.
Qualification: Passed out 10th
Std./12th
Std
44
Desirable experience:
Minimum 1 year experience of working as a peon in reputed companies/Central/State
Govt. Offices.
8. Final outputs (i.e. reports, maps etc.) that will be required of the Consultancy firm
A flowchart indicating the activities to be carried out, deliverables/outputs, timeline and
payment is attached as Annexure-III. A detailed explanation of the expected outputs is
given below:
i. A consensus building Workshop Report alongwith photographs, feedback forms
showing at least 60-70% satisfaction by the attendees and signed attendance sheet has
to be submitted by the Agency/firm.
ii. Further, after the completion of needs assessment survey and primary data collection
a gap analysis and action to be taken report alongwith photographs and elaborate plan
on how the sanitation problems of the ULB can be addressed alongwith the financial
implications has to be prepared.
iii. A detaileddraft CSP has to be prepared to address the sanitation issues in a
sustainable manner inprioritized areas taking into account the basic elements to be
part of CSP, combining varied information based on the results of needs assessment
survey, primary data collection & sampling, literature review and consultation with
stakeholders. The draft CSP should portray achievable targets within the specified
timeframe alongwith estimation of requirement in terms of capacities and finances for
totally sanitized open defecation free cities. The CSP should illustratethe water
supply plan, operational community and public toilet models and prototype designs
for typical situations, solid waste management mechanism and plan, plan for UGD,
STP and FSM plant. The CSP should detail out the contents as per the NUSP‘s
Manual on preparation of City Sanitation Plans (CSPs); the format is attached as
Annexure-V. Also a self assessment checklist as per the NUSP‘s Manual needs to be
furnished alongwith CSP to examine whether the key elements of sanitation have
been addressed; the format is attached as Annexure-VI. The lists of maps to be
prepared and enclosed with CSP are as follows:
ULB Base Map showing municipal and ward boundaries
Map showing population, population density
Map showing growth pattern of the ULB
Map showing location of slum & non-slum areas
Landuse landcover Map (should also show location of different types of areas by
activities industries, commercial activity, recreational activity)
Socio-economic profile map
Topography Map
Soil Map
Geology Map
Map showing water supply network, UGD network, Drain outfalls, storm water
drainage network, STP and SWM treatment facilities
45
Map showing location of households having individual toilets, public and community
toilets
Map showing proposed locations for new public toilets & community toilets
Map showing blackspots: open defecation areas
Map showing location of water bodies and water logged areas
iv. The final CSP has to be submitted to DMA after incorporating all the suggestions and
modifications specified by ULB, CSTF, DUDC, DMA and High Power Committee
(HPC) constituted under Swachha Bharat Mission. The final CSP document has to be
submitted in English alongwith a executive summary in Kannada. The executive
summary in Kannada should also be circulated alongwith a PPT presentation in
Kannada. Further for each ULB in the package, Consultancy firm shall submit 6 hard
copies of CSP (one for ULB, DUDC, DMA, UDD and 2 copies for onward
submission to GoI) and a soft copy in DVD/Pen drive.
v. Hard and a soft copy of Reports for each ULB in the package has to be submitted
for the interim stages (Consensus building workshop report, gap analysis and action
to be taken report, draft CSP report) to ULB, concerned DUDC and DMA (Totally 3
Copies).
9. Composition of review committee to monitor consultancies work
The draft CSPs prepared by the agency in close collaboration with the ULB will be reviewed
and validated by the concerned ULB, CSTF and DUDC, prior to the final approval by
Scrutiny Committee at Directorate of Municipal Administration (DMA) and the High
Powered Committee (HPC) constituted under SBM.
Suggestions/modifications on the Draft CSP will be provided to the Consultancy within 10
days after submission of Draft CSP. Further the consultancy will be expected to submit the
final document incorporating the suggested changes in not less than 5 days.
46
SECTION VI
CONTRACT FOR CONSULTANCY’S SERVICES
between
[Name of Client]
and
[Name of Consultancy]
Dated :
47
CONTENTS Page No.
I. FORM OF CONTRACT ..................................................................................... 49
II. GENERAL CONDITIONSOF CONTRACT ...................................... 51
1. General Provisions .......................................................................................... 51
1.1 Definitions ......................................................................................... 51
1.2 Law Governing the Contract .............................................................. 52
1.3 Language .......................................................................................... .. 52
1.4 Notices ................................................................................................ 52
1.5 Location .............................................................................................. 52
1.6 Authorized Representatives ................................................................. 52
1.7 Taxes and Duties. ............................................................................................ 52
2. Commencement, Completion, Modification, and Terminationof Contract………52
2.1 Effectiveness of Contract ................................................................................ 52
2.2 CommencementofServices.............................................................................. 53
2.3 Expirationof Contract ...................................................................................... 53
2.4 Modification .................................................................................................... 53
2.5 Force Majeure ................................................................................................. 53
2.5.1 Definition ........................................................................................ 53
2.5.2 No Breach of Contract. ............................................................... …53
2.5.3 Extension of Time…………………………………………………53
2.5.4 Payments…………………………………………………………..53
2.6 Suspension………………………………………………………………….....54
2.7 Termination .................................................................................................... .54
2.7.1 By the Client. ................................................................................... 54
2.7.2 By the Consultancy .......................................................................... 55
2.7.3 Cessation of Rights and Obligations ................................................. 55
2.7.4 Cessation of Services… .................................................................... 55
2.7.5 PaymentuponTermination ................................................................ 55
3. Obligations of the Consultancies………………………………………………………56
3.1 General. ............................................................................................................ 56
3.2 Conflict of Interest……………………………………………………………..56
3.2.1 Consultancy‘s Not to Benefit from Commissions,Discounts, etc…56
3.2.2 Procurement Rules of Funding Agencies…………………………...56
3.2.3 Consultancies and Affiliates Not to engage incertainActivities…...56
3.2.3 Prohibition of Conflicting Activities………………………………..57
3.3 Confidentiality .................................................................................................. 57
3.4 Insurance to Be Taken Out by the Consultancies ............................................. 57
48
3.5 Consultancies‘ Actions Requiring Client‘s Prior Approval .............................. 57
3.6 Reporting Obligations ..................................................................................... .58
3.7 Documents Prepared by the Consultancy to be the Property ofthe Client……58
3.8 Equipment and Materials Furnished bythe Client……………………………..58
4. Consultancy’sPersonnel and Sub-Consultants. .......................................................... 58
4.1 Description of Personnel. .................................................................................. 58
4.2 Removal and/or Replacement of Personnel. ...................................................... 58
5. Obligations of the Client. .......................................................................................... ....59
5.1 Assistance and Exemptions. ................................................................................59
5.2 ServicesandFacilities. ......................................................................................... 59
6. Payments to the Consultancies. .................................................................................... .59
6.1 Lump SumRemuneration. .................................................................................. 59
6.2 Contract Price. ................................................................................................... 60
6.3 Payment for Additional Services. ...................................................................... 60
6.4 Terms and ConditionsofPayment. ..................................................................... 60
6.5 Interest onDelayedPayments. ............................................................................ 60
7. Settlement of Disputes. ................................................................................................ ..60
7.1 AmicableSettlement. ......................................................................................... 60
7.2 Dispute Settlement. ........................................................................................... 60
III. SPECIAL CONDITIONS OF CONTRACT ...................................................................... 61
IV. APPENDICES.
Appendix A — Description ofthe Services.................................................................. 66
Appendix B — Reporting Requirements....................................................................... 66
Appendix C — Key Personneland Sub-consultants....................................................... 66
Appendix D — Services and Facilities to be provided by theClient 66
Appendix E — Breakdown of Contract price inIndian Rupees………………… 66
49
I. FORM OF CONTRACT
This CONTRACT (hereinafter called the "Contract") ismadethe day of the monthof
,20 , between, on theonehand, (hereinafter called the Client") and, on
the other hand, (hereinafter called the"Consultancy").
WHEREAS
(a) the Client has requested the Consultancy to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract (hereinafter
called the"Services");
(b) the Consultancy, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part of
thisContract:
(a) The General Conditions of Contract (hereinafter called"GC");
(b) The Special Conditions of contract (hereinafter called"SC");
(c) The following Appendices:
Appendix A: Description of theServices
AppendixB: ReportingRequirements
Appendix C: Key Personneland Sub-consultants
Appendix D: Services and Facilities to be provided by theClient
Appendix E: Breakdown of Contract Price
Appendix F:Form of Guarantee for AdvancePayments
[Note: If any of these Appendices are not used, the words "Not Used" should be inserted below next to
the title of the Appendix on the sheet attached hereto carrying the title of that Appendix.]
2. The mutual rights and obligations of the Client and the Consultancy shall be as set forth
in the Contract, in particular:
(a) The Consultancy shall carry out the Services in accordance with the provisions
50
of the Contract; and
(b) the Client shall make payments to the Consultancy in accordance with the
provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF
[NAME OF CLIENT]
By
(Authorized Representative)
FOR AND ON BEHALF OF
[NAME OF CONSULTANCY]
By
(Authorized Representative)
[Note: If the Consultants consist of more than one entity, all of these entities should appear as signatories, e.g., in
the following manner:]
FOR AND ON BEHALF OF EACH OF
THE MEMBERS OF THECONSULTANCY
[Name of Member]
By
(Authorized Representative)
[Name of Member]
By
(Authorized Representative) etc.
51
II. GENERAL CONDITIONS OF CONTRACT
1. GENERAL PROVISIONS
1.1 Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a) "Applicable Law" means the laws and any other instruments having the force of law in India, as
they may be issued and in force from time totime;
(b) "Contract" means the Contract signed by the Parties, to which these General Conditions of
Contract (GC) are attached, together with all the documents listed in Clause 1 of such signed
Contract;
(c) ―Effective Date‖ means the date on which this Contract comes into force and effect pursuant to
Clause GC2.1
(d) ―Contract Price‖ means the price to be paid for the performance of the Services, in accordance
with Clause 6;
(e) "GC" means these General Conditions ofContract;
(f) "Government" means the Government ofKarnataka;
(g) "Local currency" means Indian Rupees;
(h) "Member", in case the Consultants consist of a joint venture of more than one entity, means any of
these entities, and "Members" means all of these entities; ‗Member in Charge‘ means the entity
specified in the SC to act on their behalf in exercising all the Consultants‘ rights and obligations
towards the Client under thisContract.
(i) "Party" means the Client or the Consultants, as the case may be, and Parties means both ofthem;
(j) "Personnel" means persons hired by the Consultants or by any Sub-consultant as employees and
assigned to the performance of the Services or any part thereof; and ‗key personnel‘ means the
personnel referred to in Clause GC4.2 (a)
(k) "SC" means the Special Conditions of Contract by which these General Conditions of Contract
may be amended orsupplemented;
(l) "Services" means the work to be performed by the Consultants pursuant to this Contract as
described in Appendix A; and
52
(m) "Sub-consultant" means any entity to which the Consultants subcontract any part of the Services
in accordance with the provisions of Clauses 3.5 and 4.
(n) ‗Third party‖ means any person or entity other than the Government, the Client, the Consultants,
or a Sub-Consultant.
1.2 Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the Parties shall
be governed by the Applicable Law.
1.3 Language
This Contract has been executed in English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract.
1.4 Notices
Any notice, request or consent made pursuant to this Contract shall be in writing and
shall be deemed to have been made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or when sent by
registered mail, telex, telegram or facsimile to such Party at the address specified in the
SC.
1.5 Location
The Services shall be performed at such locations as are specified in Appendix A and,
where the location of a particular task is not so specified, at such locations, whether in
Karnataka or elsewhere, as the Client mayapprove.
1.6 Authorized Representatives
Any action required or permitted to be taken, and any document required or permitted to
be executed, under this Contract by the Client or the Consultancy may be taken or
executed by the officials specified in theSC.
1.7 Taxes and Duties
The Consultancy, and their Personnel shall pay such taxes, duties, fees and other
impositions as may be levied under the Applicable Law, the amount of which is deemed
to have been included in the Contract Price (GST is excluded). In case of GST, the
amount will be separately reimbursed by DMA/Client on production of receipt of
payment made.
2. Commencement, Completion, Modification and termination of Contract
2.1 Effectiveness of Contract
53
This Contract shall come into effect on the date the Contract is signed by both Parties and
such other later date as may be stated in the SC.
2.2 Commencement of Services
The Consultancy shall begin carrying out the Services within thirty (30) days after the
date the Contract becomes effective, or at such other date as may be specified in the SC.
2.3 Expiration of Contract
Unless terminated earlier pursuant to Clause 2.7, this Contract shall terminate at the end
of such time period after the Effective Date as is specified in theSC.
2.4 Modification
Modification of the terms and conditions of this Contract, including any modification of
the scope of the Services or of the Contract Price, may only be made by written agreement
between the Parties.
2.5 Force Majeure
2.5.1 Definition
For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's
performance of its obligations under the Contract impossible or so impractical as
to be considered impossible under the circumstances.
2.5.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not
be considered to be a breach of, or default under this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected
by such an event (a) has taken all reasonable precautions, due care and
reasonable alternative measures in order to carry out the terms and conditions of
this Contract, and (b) has informed the other Party as soon as possible about the
occurrence of such an event.
2.5.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
2.5.4 Payments
During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Consultancy shall be entitled to continue to be paid under
the terms of this Contract, as well as to be reimbursed for additional costs
54
reasonably and necessarily incurred by them during such period for the purposes
of the Services and in reactivating the Service after the end of such period.
2.6 Suspension:
The Client may by written notice of suspension to the Consultancy, suspend all
payments to the Consultancy hereunder if the Consultancy fail to perform any of their
obligations under this contract, including the carrying out of the Services, provided that
such notice of suspension (i) shall specify the nature of the failure, and (ii) shall request
the Consultancy to remedy such failure within a period not exceeding thirty (30) days
after receipt by the Consultancy of such notice of suspension.
2.7 Termination
2.7.1 By theClient
The Client may terminate this Contract, by not less than thirty (30) days‘ written
notice of termination to the Consultancy, to be given after the occurrence of any
of the events specified in paragraphs (a) through (d) of this Clause 2.7.1 and
sixty (60) days‘ in the case of the event referred to in (e):
(a) if the Consultancy does not remedy a failure in the performance of their
obligations under the Contract, within thirty (30) days of receipt after being
notified or within such further period as the Client may have subsequently
approved inwriting;
(b) if the Consultancy (or any of their Members) become insolvent orbankrupt;
(c) if, as the result of Force Majeure, the Consultancyis unable to perform a
material portion of the Services for a period of not less than sixty (60)
days;or
(d) if the consultancy, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing theContract.
For the purpose of this clause:
―corrupt practice‖ means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the selection
process or in contract execution.
―fraudulent practice‖ means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the detriment
of GOK, and includes collusive practice among consultancies (prior to or
after submission of proposals) designed to establish prices at artificial non-
competitive levels and to deprive GOK of the benefits of free and open
competition.
55
(e) if the Client, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.
2.7.2 By the Consultancy
The Consultancy may terminate this Contract, by not less than thirty (30) days'
written notice to the Client, such notice to be given after the occurrence of any
of the events specified in paragraphs (a) through (c) of this Clause 2.7.2:
(a) if the Client fails to pay any monies due to the Consultancy pursuant to this
Contract and not subject to dispute pursuant to Clause 7 hereof within forty-
five (45) days after receiving written notice from the Consultancy that such
payment isoverdue;
(b) If the Client is in material breach of its obligations pursuant to this Contract
and has not remedied the same with in forty-five (45) days (or such longer
period as the Consultancy may have subsequently approved in writing)
following the receipt by the Client of the Consultancy‘s notice specifying
such breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60)days.
2.7.3 Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clause GC 2.7 , or upon
expiration of this Contract pursuant to Clause GC 2.3, all rights and obligations
of the Parties hereunder shall cease, except :
(i) such rights and obligations as may have accrued on
the date of termination orexpiration;
(ii) the obligation of confidentiality set forth in Clause GC 3.3hereof;
(iii) any right which a Party may have under the ApplicableLaw.
2.7.4 Cessation of Services
Upon termination of this Contract by notice of either Party to the other pursuant
to Clauses GC
2.7.1 or GC 2.7.2 hereof, the Consultancy shall, immediately upon dispatch or
receipt of such notice, take all necessary steps to bring the Services to a close in
a prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents
prepared by the Consultancy and equipment and materials furnished by the
Client, the Consultancy shall proceed as provided, respectively, by Clauses GC
3.7 and GC 3.8.
2.7.5 Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.7.1 or 2.7.2, the Client
shall make the following payments to the Consultancies:
56
(a) remuneration pursuant to Clause 6 for Services satisfactorily performed
prior to the effective date oftermination;
(b) except in the case of termination pursuant to paragraphs (a) and (b) of
Clause 2.7.1, reimbursement of any reasonable cost incident to the prompt
and orderly termination of the Contract.
3. Obligations of the Consultancies:
3.1 General
The Consultancy shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe
sound management practices, and employ appropriate advanced technology and
safe methods. The Consultancy shall always act, in respect of any matter relating
to this Contract or to the Services, as faithful advisers to the Client, and shall at
all times support and safeguard the Client's legitimate interests in any dealings
with thirdparties.
3.2 Conflict of Interests
3.2.1 Consultancies Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultant pursuant to Clause 6 shall constitute the
Consultant's sole remuneration in connection with this Contract or the Services,
and the Consultant shall not accept for their own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this
Contract or to the Services or in the discharge of their obligations under the
Contract, and the Consultancy shall use their best efforts to ensure that the
Personnel, shall not receive any such additional remuneration.
3.2.2 Procurement Rules of Funding Agencies
If the Consultancy, as part of the Services, have the responsibility of advising
the Client on the procurement of goods, works or services, the Consultancy shall
comply with any applicable procurement guidelines of the funding agencies and
shall at all times exercise such
responsibilityinthebestinterestoftheClient.Anydiscountsorcommissionsobtainedb
ytheConsultancy in the exercise of such procurement responsibility shall be for
the account of the Client.
3.2.3 Consultants and Affiliates Not to engage in certainActivities
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and their affiliates, as well as any Sub-consultant
and any of its affiliates, shall be disqualified from providing goods, works or
57
services (other than the Services and any continuation thereof) for any project
resulting from or closely related to the Services.
3.2.4 Prohibition of Conflicting Activities
Neither the Consultants nor their Sub-consultants nor the Personnel shall engage,
either directly or indirectly, in any of the following activities:
(a) during the term of this Contract, any business or professional activities in
the Government's country which would conflict with the activities
assigned to them under this Contract;or
(b) after the termination of this Contract, such other activities as may be
specified in theSC.
3.3 Confidentiality
The Consultants, their Sub-consultants, and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relating to the Project, the Services,
this Contract, or the Client's business or operations without the prior written consent of
the Client.
3.4 Insurance to Be Taken out by the Consultancy
The Consultancy (a) shall take out and maintain, at their own cost but on terms and
conditions approved by the Client, insurance against the risks, and for the coverage, as
shall be specified in the SC; and (b) at the Client's request, shall provide evidence to the
Client showing that such insurance has been taken out and maintained and that the
current premiums have been paid.
3.5 Consultancy’s Actions Requiring Client’s Prior Approval
The Consultancy shall obtain the Client‘s prior approval in writing before taking any of
the following actions:
(a) enteringintoasubcontractfortheperformanceofanypartoftheServices,itbeingunderst
ood
(i) that the selection of the Sub-consultant and the terms and conditions of the
subcontract shall have been approved in writing by the Client prior to the
execution of the subcontract, and (ii) that the Consultancy shall remain fully
liable for the performance of the Services by the Sub- consultant and its
Personnel pursuant to thisContract;
(b) appointing such members of the Personnel not listed by name in Appendix C
(―Key Personnel and Sub-consultants‖), and
(c) any other action that may be specified in theSC.
58
3.6 ReportingObligations
The Consultancy shall submit to the Client the reports and documents specified in
Appendix B in the form, in the numbers, and within the periods set forth in the
saidAppendix.
3.7 Documents Prepared by the Consultancy to Be the Property of theClient
All plans, drawings, specifications, designs, maps, reports and other documents and
software submitted by the Consultancy in accordance with Clause 3.6 shall become and
remain the property of the Client, and the Consultancy shall, not later than upon
termination or expiration of this Contract, deliver all such documents and software to
the Client, together with a detailed inventory thereof. The Consultancy may retain a
copy of such documents and software. Restrictions about the future use of these
documents, if any, shall be specified in theSC.
3.8 Equipment and Materials Furnished by the Client
Equipment and materials made available to the Consultancy by the Client or purchased
by the Consultancy with funds provided by the Client shall be the property of the Client
and shall be marked accordingly. Upon termination or expiration of this Contract, the
Consultancy shall make available to the Client an inventory of such equipment and
materials and shall dispose of such equipment and materials in accordance with the
Client‘s instructions. While in possession of such equipment and materials, the
Consultancy, unless otherwise instructed by by the Client in writing, shall insure them
at the expense of the Client in an amount equal to their replacement value.
4. Consultancy’s Personnel and Sub-Consultants
4.1 Description of Personnel
The titles, agreed job descriptions, minimum qualifications and estimated periods of
engagement in the carrying out of the Services of the Consultancy's Key Personnel are
described in Appendix C. The Key Personnel and Sub-consultants listed by title as well
as by name in Appendix C are hereby approved by the Client.
4.2 Removal and/or Replacement of Personnel
(a) Except, as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultancy, it
becomes necessary to replace any of the Key Personnel, the Consultancy shall
provide within 24 hours, as a replacement a person who is scoring, as per the
objective assessment in the original tender, equal/higher than the person who is
being replaced.
(b) If the Client finds that any of the Personnel have (i) committed serious misconduct
59
or has been charged with having committed a criminal action, or (ii) have
reasonable cause to be dissatisfied with the performance of any of the Personnel,
then the Consultancy shall, at the Client's written request specifying the grounds
therefor, provide within 24 hours, as a replacement a person who is scoring, as per
the objective assessment in the original tender, equal/higher than the person who is
being replaced.
(c) The Consultancy shall have no claim for additional costs arising out of or
incidental to any removal and/or replacement of Personnel.
5. Obligations of theClient
5.1 Assistance and Exemptions
Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that
the Government shall:
(a) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of theServices;
(b) assist the Consultants and the Personnel and any Sub-consultants employed by the
Consultancy for the Services from any requirement to register or obtain any permit
to practice their profession or to establish themselves either individually or as a
corporate entity according to the ApplicableLaw;
(c) provide to the Consultants, Sub-consultants and Personnel any such other
assistance as may be specified in theSC.
5.2 Services andFacilities
The Client shall make available to the Consultancy and the Personnel, for the purposes
of the services and free of any charge, the services, facilities and property described in
Appendix D at the times and in the manner specified in said Appendix D, provided that
if such services, facilities and property shall not be made available to the Consultancy as
and when so specified, the Parties shall agree on (i) any time extension that it may be
appropriate to grant to the Consultancy for the performance of the Services, (ii) the
manner in which the Consultancy shall procure any such services, facilities and property
from other sources, and (iii) the additional payments, if any, to be made to the
Consultancy as a resultthereof.
6. Payment to the Consultants:
6.1 Lump Sum Remuneration
The Consultancy‘s total remuneration shall not exceed the Contract Price and shall be a
fixed lump sum including all staff costs, Sub-consultants‘ costs, printing,
communications, travel, accommodation, and the like, and all other costs incurred by
the Consultancy in carrying out the Services described inAppendixA. Except as
60
provided in Clause 5.2, the Contract Price may only be increased above the amounts
stated in clause 6.2 if the Parties have agreed to additional payments in accordance with
Clause2.4.
6.2 Contract Price
The Contract price is set forth in the SC.
6.3 Payment for Additional Services
For the purpose of determining the remuneration due for additional services as may be
agreed under Clause 2.4, a breakdown of the lump sum price is provided in Appendices
D and E.
6.4 Terms and Conditions of Payment
Payments will be made to the account of the Consultancy and according to the payment
schedule stated in the SC. Unless otherwise stated in the SC, the first payment (15%)
shall be made on effectiveness of the project and agreement/contract signing. Any other
payment shall be made after the conditions listed in the SC for such payment have been
met, and the Consultancy have submitted an invoice to the Client specifying the amount
due.
6.5 Interest on Delayed Payments
If the Client has delayed payments beyond fifteen (15) days after the due date stated in
the SC, interest shall be paid to the Consultancy for each day of delay at the rate stated
in the SC.
7. Settlement of Disputes
7.1 AmicableSettlement
The Parties shall use their best efforts to settle amicably all disputes arising out of or in
connection with this Contract or its interpretation.
7.2 DisputeSettlement
Any dispute between the Parties as to matters arising pursuant to this Contract that
cannot be settled amicably within thirty (30) days after receipt by one Party of the other
Party's request for such amicable settlement may be submitted by either Party for
settlement in accordance with the provisions specified in the SC.
61
III. SPECIAL CONDITIONS OF CONTRACT
Number of
GC Clause
Amendments of, and Supplements to, Clauses in the General GC Clause
Conditions of Contract
[1.1 (h) The Member in Charge is ]. Authorized Representative of the Consultancy
[1.4.1 The address are:
The Client : DIRECTORATE OF MUNICIPAL ADMINISTRATION (DMA)
Attention: The Director
DIRECTORATE OF MUNICIPAL ADMINISTRATION
(DMA)
9th
Floor Vishweshwaraih Towers,
Dr. Ambedkar Veedhi, Bengaluru 560001.
Telephone: 080- 22867728, Telefax: 080-22863576
/22861665,
Email: [email protected], [email protected]
Consultancy:
Attention :
Telex :
Facsimile :
E-mail :------------------------
[Note1: Fill in the blanks]
[1.4.2 Notice shall be deemed to be effective as follows:
(a) in the case of personal delivery or registered mail, ondelivery;
(b) in the case of telexes/e-mail, 24 hours following confirmedtransmission;
(c) in the case of telegrams, 24 hours following confirmed transmission;and
(d) in the case of facsimiles, 24 hours following confirmed transmission.]
[1.6The Authorized Representatives are:
For the Client : The Director DIRECTORATE OF MUNICIPAL ADMINISTRATION (DMA)
9th
Floor Vishweshwaraih Towers, Dr. Ambedkar Veedhi, Bengaluru
560001. Telephone: 080- 22866302 /
22867172,
Telefax: 080-22863576 /22861665, Email: [email protected], [email protected]
62
FortheConsultancy : Mr.----------------------------
Designation : ------------------
Firm name and Address:
[Note: Fill in the blanks]
[1.7.1 The consultancy 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 client shall perform such duties in regard to the deduction of such tax as
may be lawfullyimposed.
[1.7.2 However the Consultancy Services tax (GST) payable for this Consultancy Services shall
be paid/ reimbursed by the Client (DMA)separately on submission of proof for having
paid the tax.]
[2.1 The date on which this Contract shall come into effect is :
[2.2 The time period shall be ….. days [Note: Fill in 30 days or any other appropriate]or
such other time period as the parties may agree in writing]
[2.3 The periodshallbe [Note: Fill in the period, e.g., twenty-four (24)
months or such other period as the parties may agree inwriting].
[3.4 The risks and the coverages shallbe:
(1) Third Party motor vehicle liability insurance as required under Motor Vehicles Act,
1988, in respect of motor vehicles operated in India by the Consultancy or their
Personnel or any Sub-consultants or their Personnel, for the period ofConsultancy;
(2) Third Party liability insurance, with a minimum coverage for Rs. ....................... for
the period of Consultancy;
(3) Client‘s liability and workers' compensation insurance in respect of the Personnel of
the Consultancy and of any Sub-consultant, in accordance with the relevant
provisions of the Applicable Law, as well as, with respect to such Personnel, any such
life, health, accident, travel or other insurance as may be appropriate;
(4) Professional liability insurance, with a minimum coverage equal to total contract
value for this consultancy;and
63
(5) Insurance against loss of or damage to (i) equipment purchased in whole or in part
with funds provided under this Contract, (ii) the Consultancy‘s property used in the
performance of the Services, and (iii) any documents prepared by the Consultancy in
the performance of theServices.
[Note: Fill in the blanks and delete what is notapplicable]
[3.5 (c) Note: Delete where not applicable.]
The other actions are .]
[3.7 The Consultancy shall not use these documents for purposes unrelated to this Contract
without the prior written approval of the Client.]
[5.1 Note: List here any changes or additions to Clause GC5.1 If there are no such changes or
additions, delete this Clause SC5.1 from theSC.]
[6.2 The amount of ContractisRs. .
[6.4 The accountis:……………………. ]
Payments shall be made according to the following schedule and conditions:
• Fifteen (15) percent of the Contract value shall be paid on effectiveness of the project
and agreement/contract signing.
• Fifteen (15) percent of the Contract value shall be paid upon submission of the
consensus building workshop report as indicated in ToR section 5.8 and as per time
schedule mentioned in ToR section 5.4.
• Ten (10) percent of the Contract value shall be paid upon submission of the gap
analysis and action to be taken report as indicated in ToR section 5.8 and as per time
schedule mentioned in ToR section 5.4.
• Twenty (20) percent of the Contract value shall be paid upon the submission of the
draft CSP report approved by ULB CSTF and DUDC as indicated in ToR section 5.8
and as per time schedule mentioned in ToR section 5.4.
• Twenty (20) percent of the Contract value shall be paid upon approval of the draft
CSP report by the Scrutiny Committee at DMA and HPC constituted under SBM and
as per time schedule mentioned in ToR section 5.4.
• Twenty (20) percent of the Contract value shall be paid upon the submission of the
final CSP report after incorporating suggestions and recommendations as indicated in
ToR section 5.8 and as per time schedule mentioned in ToR section 5.4.
• If the consultancy firm/agency fails to submit the draft CSP as per time schedule
mentioned in ToR section 5.4 with the expected quality, then, DMA shall deduct from
the Contract Price, as penalty, a sum equivalent to 0.1 % of the consultancy fee, for
each day of delay until actual submission or, up to a maximum deduction of 10% of
64
the consultancy fee payable. No penalty will be levied for delays not attributable to the
Consultancy firm/agency.
[6.5 Payment shall be made within 45 days of receipt of the invoice and the relevant
documents specified in Clause 6.4, and within 60 days in the case of the final payment.
The interest rate is 5%per annum
[7.2 Disputes shall be settled by arbitration in accordance with the followingprovisions.
7.2.1 Selection ofArbitrators:
Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator or an
arbitration panel composed of three arbitrators, in accordance with the following
provisions:
(a) Where the Parties agree that the dispute concerns a technical matter, they may agree
to appoint a sole arbitrator or, failing agreement on the identity of such sole arbitrator
within thirty (30) days after receipt by the other Party of the proposal of a name for
such an appointment by the Party who initiated the proceedings, either Party may
apply to the President, Institution of Engineers India*, New Delhi, for a list of not
fewer than five nominees and, on receipt of such list, the Parties shall alternately
strike names therefrom, and the last remaining nominee on the list shall be the sole
arbitrator for the matter in dispute. If the last remaining nominee has not been
determined in this manner within sixty (60) days of the date of the list, the Secretary,
Urban Development Department, GoK, shall appoint, upon the request of either Party
and from such list or otherwise, a sole arbitrator for the matter in dispute.
(b) Where the Parties do not agree that the dispute concerns a technical matter, the Client
and the Consultancy shall each appoint one arbitrator, and these two arbitrators shall
jointly appoint a third arbitrator, who shall chair the arbitration panel. If the
arbitrators named by the Parties do not succeed in appointing a third arbitrator within
thirty (30) days after the latter of the two arbitrators named by the Parties has been
appointed, the third arbitrator shall, at the request of either Party, be appointed by the
Secretary, Urban Development Department, GoK.
(c) If, in a dispute subject to Clause SC 7.2.1 (b), one Party fails to appoint its arbitrator
within thirty (30) days after the other Party has appointed its arbitrator, the Party
which has named an arbitrator may apply to the Secretary, Urban Development
Department, GoK, to appoint a sole arbitrator for the matter in dispute, and the
arbitrator appointed pursuant to such application shall be the sole arbitrator for
thatdispute.
65
7.2.2 Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedure of the
Arbitration & Conciliation Act 1996, of India
7.2.3 SubstituteArbitrators
If for any reason an arbitrator is unable to perform his function, a substitute shall be
appointed in the same manner as the original arbitrator.
7.2.4 Qualifications ofArbitrators
The sole arbitrator or the third arbitrator appointed pursuant to paragraphs (a) through
(c) of Clause 7.2.1 hereof shall be a nationally recognized legal or technical expert with
extensive experience in relation to the matter indispute.
7.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) proceedings shall, unless otherwise agreed by the Parties, be held inBengaluru.
(b) the English language shall be the official language for allpurposes
(c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the
third arbitrator if there is no such majority) shall be final and binding and shall
be enforceable in any court of competent jurisdiction, and the Parties hereby
waive any objections to or claims of immunity in respect of such enforcement.
66
IV. APPENDICES
Appendix A: Description of the Services
[Give detailed descriptions of the Services to be provided; dates for completion of various
tasks, place of performance for different tasks; specific tasks to be approved by Client, etc.]
Appendix B: Reporting Requirements
[List format, frequency, contents of reports and number of copies; persons to receive them; dates
of submission, etc. If no reports are to be submitted, state here "Not applicable".]
Appendix C: Key Personnel and Sub-consultants
[List under: C-1 Titles [and names, if already available], detailed job descriptions and
minimum qualifications. experience of Key Personnel to be assigned to
work , and staff-months for each.
C-2 List of approved Sub-consultants [if already available];same
information with respect to their Personnel as in C-1 through C-2)]
Appendix D: Services and Facilities to be provided by
the Client
[List here under:
F-1 Services, facilities and property to be made available to the Consultancy by
theClient.]
Appendix E: Breakdown of Contract Price in Indian
Rupees
List here the elements of cost used to arrive at the breakdown of the lump sum price :
1. Monthly rates for local Personnel (Key Personnel and otherPersonnel)
2. Reimbursable expenditures :
This appendix will exclusively be used for determining remuneration for additional services.
67
Annexure-I
List of Packages
S.No. Package No. District Name
Name of ULB & NACs Category
Population (2011 Census)
1
6
Shivamogga
Shimoga CC 322650
2 Bhadravati CMC 151102
3 Sagar CMC 54550
4 Shikarpur TMC 36015
5 Siralkoppa TP 16864
6 Tirthahalli TP 14528
7 Sorab TP 11332
8 Jog Kargal TP 10847
9 Hosanagara TP 5839
10
Davanagere
Davanagere CC 434971
11 Harihar CMC 77447
12 Harapanahalli TMC 47039
13 Channagiri TMC 21313
14 Honnali TP 17928
15 Jagalur TP 17257
16 Malebennuru TMC 22512
17 Nyamati TP 9288
18
Chitradurga
Chitradurga CMC 140206
19 Hiriyur CMC 56416
20 Challakere CMC 55194
21 Hosdurga TMC 28370
22 Molakalmuru TP 15797
23 Holalkere TP 15783
24 Nayakanahatti TP 15545
25
7
Udupi
Udupi CMC 125306
26 Kundapura TMC 30444
27 Karkal TMC 25800
28 Saligram TP 15123
29 Kaapu TMC 21897
30 Bhramavar TP 31203
31 Byndoor TP 8353
32 Hebri TP 11071
33
Chikmangalur
Chikmagalur CMC 118401
34 Tarikere TMC 35942
35 Kadur TMC 34151
36 Birur TMC 22723
37 Mudigere TP 9677
68
38 Narasimharajapura TP 7458
39 Koppa TP 4993
40 Sringeri TP 3922
41 Ajjampura TP 11372
42
Dakshina Kannada
Mangalore CC 488968
43 Ullal CMC 53773
44 Puttur CMC 53061
45 Bantval TMC 40155
46 Mudbidri TMC 29431
47 Sulya TP 19958
48 Mulki TP 17274
49 Beltangadi TP 7746
50 Vitla TP 17618
51 Kotekaaru TP 16505
52 Kadaba TP 3596
53
10
Ramanagara
Ramanagara CMC 95167
54 Channapatna CMC 71942
55 Kanakapura CMC 54014
56 Magadi TMC 27605
57 Bidadi TMC 29825
58
Bengaluru Rural
Dod Ballapur CMC 84642
59 Hosakote CMC 56980
60 Nelamangala TMC 37232
61 Vijayapura TMC 34866
62 Devanahalli TMC 28051
63
Chikkaballapur
Chintamani CMC 76068
64 Chikkaballapura CMC 63652
65 Sidlaghatta CMC 51159
66 Gauribidanur TMC 37947
67 Bagepalli TMC 27011
68 Gudibanda TP 9441
69
Kolar
Robertson Pet CMC 143233
70 Kolar CMC 138462
71 Mulbagal CMC 57276
72 Bangarapet TMC 44849
73 Malur TMC 40050
74 Srinivaspur TMC 26793
75
Bengaluru Urban
Anekal TMC 44260
76 Hebbugodi CMC 80810
77 Bommasandra TMC 28353
78 Chandapura TMC 24250
79 Jigani TMC 21438
80 Attibele TMC 20532
81 Konappana Agrahara TMC 25639
69
82 Doddathoguru TP 14700
Total 4360961
CC: City Corporation
CMC: City Municipal Council
NAC: Notified Area Committee
TMC: Town Municipal Council
TP: Town Panchayat
70
Annexure-II
Personnel to be engaged package-wise
Package No. Packages
No. Of ULBs
Key Staff for 3 months
Support Staff for 1 month
Support Staff for 3 months
Total Staff
Required No. of Team Leaders
No. Of Environmental Experts/ Urban Planners*
No. of GIS Experts
No. Of Surveyors #
No. Of Assistants
No. Of Peons
6 Shimoga+ Davangere+ Chitradurga 24 1 2 1 8 1 1 14
7 Udupi+ Chikmangalur+ Dakshina Kannada 28 1 2 1 9 1 1 15
10
Ramnagara+ Bengaluru Rural+ Chikkaballapur+ Kolar+ Anekal+ Hebbugodi+ Bommasandra+ Chandapura+ Jigani+ Attibele+ Konappana Agrahara+ Doddathoguru 30 1 2 1 10 1 1 16
Total 82 3 6 3 27 3 3 45
*For all packages, out of 2 positions of Environmental Experts, one has to be an environmental expert compulsorily while the other may be urban planner/ environmental expert # The details (qualification, experience and kannada knowledge) of the Surveyors should be provided within one week of receiving the letter of acceptance by the Firm. In case the survey work is sublet, the details of the Firm to which the work has been sublet along with the Surveyors details as mentioned above should be furnished within one week of receiving the letter of acceptance by the Firm.
71
• Refer NUSP & KSSS & Data collection from reliable sources like ULB database, city development plan, master plans, reports etc.
•Interaction with ULB & obtaining preliminary information
Secondary data collection
•ULB Notification of CSTFConstitution of City
Sanitation Task Force (CSTF)
•Effectiveness of the project & contract signingCSP initiation
•Workshop report with photographs, feedback forms showing 60-70% satisfaction by attendees and signed attendance sheet
Consensus building workshop
•Gap analysis and action to be taken report alongwith photographs, elaborate action plan and financial implications
Needs Assesment Survey & Primary Data Collection
•CSP as per attached format approved by CSTF & DUDC
Draft CSP Preparation & Submission
• Review and approval by Scrutiny Committee at DMA and HPC under SBM
Validation of Draft CSP
Final CSP Submission Submission of final CSP after incorporating suggestions and recommendations
Annexure-III
Flowchart indicating the activities to be carried out, deliverables/outputs, timeline and
payment
Activities Deliverables Timeline Payment Agreement signing
20%
10 D
ay
s
15%
5 D
ays
5
Days
10
Days
20%
10%
30
Days
30
Days
15%
5
Days
5
Day
s
20%
20%
72
Annexure-IV
Check List for Collecting Data for City Sanitation Plan (adapted from CSP Manual of
NUSP)
I Maps
1. ULB Base Map showing municipal and ward boundaries
2. Map showing population, population density
3. Map showing growth pattern of the ULB
4. Map showing location of slum & non-slum areas
5. Landuse landcover Map (should also show location of different types of areas by activities
industries, commercial activity, recreational activity)
6. Socio-economic profile map
7. Topography Map
8. Soil Map
9. Geology Map
10.Map showing water supply network, UGD network, Drain outfalls, storm water drainage
network, STP and SWM treatment facilities
11. Map showing location of households having individual toilets, public and community
toilets
12. Map showingproposed locations for new public toilets & community toilets
13. Map showing blackspots: open defecation areas
14. Map showing location of water bodies and water logged areas
II Secondary Information
1. District census handbook
2. Data on access to services from census and NSSOS studies
3. CDP for the city
4. Master Plan for the City
5. DPRs for Water Supply, Sewerage including STPs, Sanitation, Storm Water Drainage,
SWM, Environment including water bodies and Slum Development
6. Data on number of water bodies and extent of pollution
7. Data on extent of grey water generation, collection and treatment and a comparative
assessment with sewage waste
8. Data on number of STPs, volume of waste generated and treated, extent of reuse and
recycle of waste water
9. Arrangements for septage treatment
10. Data on access to toilets by type (connected to sewerage, septic tanks, pits) and by
wards – in terms of households and properties
11. Data on number of notified and non-notified slums by wards along with population
and access to services
12. Data on community toilets by wards and by slums
13. Data on public toilets by wards and by type of areas (residential, industrial,
commercial etc.)
14. Data on manual scavenging practices and areas
15. Data on length of sewerage network and percentage of area and population covered
by sewerage network by wards
16. Data on length of drainage network, types of drains, location of drainage outfalls
and impact areas
17. Type of existing technological choices and feasibility of the same
73
18. Number of government and private primary, secondary and higher secondaryschools and
the sanitation status for both boys and girls in terms of number and
type of toilet facilities
19. Mapping of key institutions along with roles and responsibilities with a specific
focus on sanitation
20. Organogram for each key institution
21. Data on programmes and schemes implemented by various institutions with special
focus on ULB schemes and sanitation schemes
22. Existing regulatory arrangements for sanitation
23. Number of workers engaged in sanitation
24. Extent of cost recovery and user charges
25. Type of O&M system
26. Monitoring and evaluation arrangements for sanitation
27. Complaint registration and grievance redressal mechanisms
28. Special focus on historical monuments and major recreation areas
29. Data on health indicators with a special focus on water and sanitation related
diseases
30. Data on drinking water quality
31. Roles of NGOs
32. Collection of existing IEC materials including news paper clippings
III Primary Informationthrough needs assessment survey and primary data collection
1. Household survey of about 8 households/ward.
2. Community consultations in slums and in areas with public activities – 4 to 6
3 Physical inspection of community and public toilets, open defecation areas
4. Issues in sewerage system or septic tanks. It may be asked as one of the questions while
doing the household survey of 8HH/ward.
5. Physical inspection of open defecation areas
6. Discussions with relevant stakeholders on manual scavenging
7. Physical inspection of SWM collection points, transfer station, treatment facilities
and dumping sites and verify impact on nearby areas
8. Physical inspection of water bodies. Water quality testing is not mandatory. Water quality
data if available can also be taken from ULB officials.
9. Discussions on gender issues
10.Working conditions and social security for workers
11. Understanding of cultural and behavioural practices
74
Annexure-V
Contents of City sanitation Plan (CSP) (adapted from CSP Manual of NUSP)
TABLE OF CONTENTS
Abbreviations
Executive summary
CSTF members
Foreword (by CSTF chairperson)
Chapter 1
Introduction
1.1 Background
1.2 Objectives of city-wide sanitation plan
1.3 Context and Scope
1.4 Process, detailed steps and limitations
1.5Needs Assessment Survey and Primary data collection
1.6 Verification of MoUD checklist
1.6.1 Content Self Assessment
1.6.2 Process Self Assessment
1.7 Chapter plan
Chapter 2
Urban Sanitation Policy, Strategy& Programmes – A review
2.1 National urban sanitation policy (NUSP)
2.2 Municipal solid waste management rules, 2016
2.3Karnataka Urban Drinking Water and Sanitation Policy, 2003
2.4 Karnataka State Sanitation Strategy
2.5National Mission on sustainable habitat
2.6Swachh Bharat Mission (SBM)
2.7 Atal Mission for Rejuvenation and Urban Transformation (AMRUT)
2.8Jawaharlal Nehru National Urban Renewal Mission (JNNURM)
2.9 Urban infrastructure development scheme for small & medium towns (UIDSSMT)
2.10 North Karnataka Urban Sector Investment Programme (NKUSIP)
2.11 Karnataka Urban Water Supply Modernization Project (KUWSMP)
2.12 Karnataka Urban Water Sector Improvement Project (KUWASIP)
2.13 Karnataka Urban Development and Coastal Environmental Management Project
(KUDCEMP)
2.14 Rajiv Awas Yojana
2.15Urban statistics for HR and assessments (USHA)
2.16Interest subsidy scheme for housing the urban poor (ISHUP)
2.1713th Central finance commission (CFC)
Chapter 3
Profile of the City
3.1 Introduction and brief history
3.2 Location and regional linkages
3.3 Demography
75
3.3.1 Population projections
3.3.2 Ward wise distribution and growth potential
3.4 Climate
3.5 Topography
3.6 Soil, geology and hydrology
3.7 Economy
3.8 Industries
3.9 Housing scenario
Ownership Status
3.10 Slums and squatter settlements
3.11 Existing Landuse
3.12 Municipal Governance
Chapter 4
Environmental Sanitation – An Assessment
4.1 Sanitation Situation Analysis
Introduction
4.1.1 Household Sanitation
4.1.2 Slum sanitation
4.1.3 Open defecation areas
4.1.4 Community toilets
4.1.5 Public toilets
4.1.6 School sanitation
4.1.7 Institutional sanitation
4.1.8 Sanitation in commercial areas
4.1.9 Septage Management
4.1.10 Service level benchmarking indicators
4.1.11 Waste water projections
4.1.11.1 Sewage treatment plant
4.1.11.2 Waste management from slaughter house
4.2 Storm Water Drainage
Introduction
4.2.1 Flood prone and water logged areas and disaster preparedness
4.2.2 Water bodies management
4.2.3 Findings on storm water drainage through primary survey
4.3DrainageSystem 4.3.1 Existing Drainage Network
4.3.2 Coverage
4.3.3 Outfalls
4.3.4 Existing Drainage Conditions
4.3.5Standardized Service Level Indicators
4.3.6 Findings on drainage system through primary survey
4.4Solid Waste Management
4.4.1 Waste generation and segregation
4.4.2 Quantification, Physical and chemical characterization
4.4.3 Primary collection and coverage
4.4.4 Street sweeping
4.4.5Transportation of solid waste
4.4.6 Treatment & Disposal of different categories of waste
4.4.7Institutional setup for SWM
76
4.4.8Standardized service level indicators for solid waste management
4.4.9 Operation & Maintenance (O&M)
4.4.10 Future demand and gap
4.4.11 IEC Programmes
4.4.12 Findings on solid waste management through primary survey
4.5Water Supply
4.5.1 Source of water
4.5.2 Water quality
4.5.3 Existing transmission, distribution and storage capacities
4.5.4 Service coverage including slums
4.5.5 Standardized Service Level indicators
4.5.6 Findings on water supply through primary survey
4.5.7Future demand and gap
Chapter 5
Institutional capacity and finance
5.1 Urban Development Department
5.2 Directorate of Municipal Administration
5.3 Stakeholders involved: KUWS&DB, KUIDFC, BWSSB, BBMP
5.4 Existing institutional infrastructure
Chapter 6
Sanitation Situation w.r.t. National Ranking Parameter
6.1 Sanitation situation w.r.t. national sanitation ranking
Chapter 7
City Sanitation Plan
7.1. Introduction
7.2. Vision Statement
7.2.1 City- Wide Sanitation Planning
7.2.2 Guiding Principles
7.2.3 Technology options available with pros and cons (Component-wise) and the option to
be adopted component wise with reasons
7.2.4Strategy formulation (Component-wise) to fill up Sanitation Gaps
7.2.5 Assumptions, Norms and Units Costs
7.3. Various occurrencesof Issues Versus Consequences
7.3.1 Subsector Strategies
7.3.2Open Defecation Free Status By Ensuring Access To All
7.3.3 Household sanitation arrangements
7.3.4 Slum sanitation provision
7.3.5 Community Toilets
7.3.6 Public Toilets for floating population
7.3.7 Institutional sanitation provision
7.3.8 Excreta treatment and disposal (Faecal sludge management)
7.3.9 Waste Water Management (UGD & STP)
7.3.10 Improvement of Integrated Solid Waste Management
7.3.11 Improvement of Storm Water Management
7.4. Implementation Timeline (Component-wise) to fill up Sanitation Gaps
7.5 Phasing of Deliverables
77
7.6 Costing of Sanitation (CAPEX & OPEX) and Impact matrix
7.7 Financing Mechanism
7.8 Enabling And Sustaining Strategies
7.8.1 Awareness raising, hygiene promotion and community participation
7.9 Institutional Arrangement and Responsibility
7.9.1 Urban Local Body level institutional set up
7.9.2 State Urban Sanitation Cell
7.10. Monitoring And Evaluation
7.10.1 Monitoring Mechanism
7.10.2 Launching Reward scheme:
7.10.3 Incentives and Disincentives by MC/NPS
7.11 Total project components and costs
GLOSSARY
Annexure 1 CSTF constitution notification
Annexure 2Consensus building Workshop Report
Annexure 3CSTF Meeting Reports
Annexure 4 Data formats
Annexure 5 Methodology for needs assessment survey and primary data collection
Annexure 5.1 Household survey
Annexure 5.2 Institutions: schools, colleges, hospitals, Govt. offices
Annexure 5.3 Industries
Annexure 5.4 Solid waste management sites
Annexure 5.5 Sewage treatment sites
Annexure 5.6 Slaughter houses
Annexure 5.7 Individual household toilets
Annexure 5.8 Community toilets
Annexure 5.9 Public toilets
Annexure 5.10 Water bodies
Annexure 5.11 Storm water drains
Annexure 6 Community consultations/focused group discussions
Annexure 7 Good practices
LIST OF TABLES
Table 1:Broad framework of CSP
Table 2: Research techniques with the tasks identified
Table 3: Surveys and sample numbers
Table 4: Chronological details of activities concerning CSP
Table 5: CSP Content self-assessment
Table 6: Guide for self-assessment of CSP Content
Table 7: CSP Process Self-Assessment
Table 8: Guide for self-assessment of CSP Process
Table 9: City Colour Codes: Categories
Table 10: Cities and City Colour Codes
Table 11: Schedule details of MSW rules, 2016
Table 12 Population Data of the City
78
Table 13: Future population projections using various methods
Table 14: Future population projections
Table 15 Population Density of the City
Table 16: Wardwise population distribution and growth potential
Table 17 Details of Population, Households, Houses & Family size
Table 18: Details of slum areas,
Table 19: Existing land use analysis
Table 20 Sanitation arrangement
Table 21: Details of sanitation in slum areas,
Table 22 Details of OD areas
Table 23 Details of community toilet facility
Table 24 Details of Public Convenience Facility
Table 25 Details of Schools in the City
Table 26 Various components of the STP
Table 27 Proposed sewage Treatment plant
Table 28 Service level Benchmarking Indicators
Table 29 Projections of Waste Water
Table 30 Drains and Natural Channels
Table 31 Low-lying/Flooding areas,
Table 32 Storm Water Drainage – Service Level Benchmarks,
Table 33 Solid Waste Collection Details
Table 34 Wardwise SWM details
Table 35 Physical composition of waste
Table 36 Type and Frequency of Collection of Dustbins
Table 37 Details of vehicles used for secondary waste transportation
Table 38 Service level Indicators for SWM
Table 39 Projections for Solid waste Management
Table 40 Overview of existing water supply system
Table 41 Details of Service Reservoirs (Existing and Under Construction)
Table 42 Details of service reservoirs
Table 43 Zone-wise Distribution system
Table 44 Water quality maintenance
Table 45 City water sample analysis
Table 46 water testing results for bore wells and open well water sources, samples collected
Table 47 Details of Water Tariff
Table 48 Service Level Indicators for Water Supply
Table 49 Projection of water supply requirement
Table 51 Budget Summary Statement for the year for last three years
Table 55: Sanitation Ranking
Table 56: Goals for City-wide Sanitation Planning,
Table 57: Components of City Wide Sanitation Strategies
Table 58: Norms for Household Sanitation
Table 59: Indicative figures in Household Sanitation Arrangements over CSP Implementation
Period
LIST OF MAPS
Map 1 ULB Base Map showing municipal and ward boundaries
Map 2 showing population, population density
Map 3 Showing growth pattern of the ULB
79
Map 4 Location map of slum & Non-slum areas
Map 5 Landuse landcover Map (should also show location of different types of areas by
activities industries, commercial activity, recreational activity)
Map 6 Socio-economic profile map
Map 7 Topography Map
Map 8 Soil Map
Map 9 Geology Map
Map 10 Maps showing water supply network, UGD network, Drain outfalls, storm water
drainage network STP and SWM treatment facilities
Map 11 showing location of households having individual toilets, public and community
toilets
Map 12 Proposed locations for new public toilets & community toilets
Map 13 Map showing blackspots: open defecation areas
Map 14 showing location of water bodies and water logged areas
80
Annexure-VI
MoHUA Checklist
This Checklist will help cities assess the quality of the draft version of the CSP.The results
should indicate the gaps in contents and process that need to be remedied to modify the same
to ensure that CSP is ready for submission. The Checklist is in two parts: CONTENT and
PROCESS. In the city self-assessment, please fill in YES or NO in the relevant column, and
provide remarks in the column.
1. CONTENT SELF-ASSESSMENT TABLE (1): CSP CONTENT SELF-ASSESSMENT
Item Yes/No Remarks/ Status
Baseline Data Collection & Situational Analysis in terms of identification of short term or mid –term or long term measures Has the city carried out a baseline data collection(secondary and primary) and Situation Analysis of different aspects of sanitation viz:
(Score overall“Yes” if atleast nine indicators below score“Yes”, else“No”)
i. Access to household level sanitation arrangements in general residential and slum areas
ii. Community and Public Toilets – location and status iii. Safe collection and conveyance of human excreta (on-site and sewerage) –infrastructure and management (including status of de-sludging services)
iv. Treatment and safe disposal of human excreta
v. Solid waste collection, transport and safe disposal
vi. Drainage and flooding
vii. Drinking water quantity, quality and coverage viii. Institutional arrangements and finances for capital creation and O&M management of environmental services (water, sanitation, solid waste, drainage)
ix. Current population and socio-economic categories; and projections by different categories
x. Arrangements and practices of commercial, public and other institutions in respect of sanitation and solid wastes
xi. Maps and physical features of settlements (wards, slums, etc.) and key city infrastructure (water, sewerage, drainage, roads, treatment plants, water and sewage pumping stations, etc.)
xii. Data on health-related indicators of sanitation and water supply
xiii. Other important and locally relevant details (specify)
81
Has the draft CSP identified specific data gaps and developed a plan for detailed data collection?
Institutional Roles and Issues
Has the city identified an institutional home/s for sanitation planning, implementation, monitoring and regulation? Has the draft CSP proposed specific actions to resolve institutional gaps and overlaps for:
(Score overall“Yes” if atleast five indicators below score“Yes”, else“No”)
a. Planning and financing
b. Creation of physical infrastructure
c. O&M Management
d. Training and Capacity Building
e. Monitoring of Outcomes
f. Communications
g. Regulation
City-wide Sanitation Campaign
Does the draft CSP contain a plan for the launch of a 100% Sanitation Campaign in the city?
Technology Options and City-wide design Has draft CSP detailed and evaluated different technology options (on or off-site as well for collection, transport and safe disposal – i.e. fullcycle)for sanitation? Do the proposed sanitation interventions (rehabilitation, retrofitting or new investments) consider the whole city? (not just a part thereof)
Urban Poor and Unreached Has the draft CSP identified the locations or settlements of the urban poor and other unreached population segments with have no or limited access to sanitation?
Does the draft CSP identify actions for assisting unreached/poor households with individual, community or public sanitation facilities (in that order); and efficient disposal from these facilities?
Has the draft CSP identified or proposed sources of financing the CSP (schemes, grants, loans, etc.) for extending access to sanitation and related behavior change communication activities?
Financing and O&M management Does the draft CSP consider an appropriate timeframe and spatial and demographic dimensions to remain relevant (at least for the 12th Five Year Plan period, even if investment numbers are indicative or work-in-process)? Were the different sanitation options (hardware plus software) evaluated on the basis of financial viability? (i.e. Cost Benefit Analysis done)
82
Whether O&M implications of each of the investment options evaluated i.e. implications on tariff increases and willingness to pay for services; personnel number and capacities etc.? Has the draft CSP considered options for partnering with private sector, NGOs etc. for implementation or O&M management of sanitation facilities?
Expedient and Other Actions Has the draft CSP identified the steps for implementing improved enforcement of existing laws and provisions? (e.g. prohibiting hazardous discharge of untreated sewage, scrutiny about sanitation arrangements before issue of building permits)
Have gaps and overlaps in existing regulations identified for resolution? (e.g. provisions in development regulations or building bye-laws to promote sanitation including safe disposal)
Does the draft CSP have a plan for improving septage management? Whether the draft CSP includes an Implementation Plan and Timeline?
Whether the draft CSP has a disaster preparedness component?
Whether the draft CSP identifies Short term/Medium Term/Long Term Measures to achieve identified outcomes? Does this draft CSP leads to improvement of service levels with respect of SLB related to MSW/Storm Water Drainage/Solid Waste Management?
Outline of expected improvements on rating as per NUSP?
GUIDE FOR SELF-ASSESSMENT OF CSP CONTENT
a. PROCESS SELF-ASSESSMENT
2. CSP PROCESS SELF-ASSESSMENT TABLE (2): CSP PROCESS SELF-ASSESSMENT
Item Yes/No Remarks
I Stakeholder Participation
1) A multi-stakeholder City Sanitation Task Force has been formed and has met at least sufficient consultations have been held? 2) All agencies working in the City (ULB, State Government, NGOs, private sector involved in planning, implementation, management or regulation of environmental services (water, sanitation, solid waste, drainage), representatives of different community groups, and key waste-generating segments have been consulted in the process of preparation of the draft CSP?
3) Number of Area Sabhas/Mohallas/RWA’s etc. consulted?
4) Whether sufficient consultations have been held with urban poor groups in the city? Indicate the number.
II Ownership of the Draft CSP 5) Has the draft CSP gone through an appropriate process of "appraisal" or "agreement" at the ULB and the City Sanitation Task Force?
83
6) Is the draft CSP aligned to other plans of the city (CDP, Master-plan, Development Plan, etc.) and differences if any, highlighted for resolution in the CSP?
7) Are there are any current or pending/proposed projects (under various schemes) that are in conflict with the recommendations and decisions in the CSP? Have these been highlighted for resolution?
III Communications
8) Has the CSP process formally recognized the importance of communicating with stakeholders, right from the beginning of the process, and drawn up as a Communications Plan? 9) Have the basic steps of the communication plan started being implemented?
10 Level of awareness in the city about CSP (Indicate Yes/No)?
IV Links with Related Exercises
11) If the city is participating in the Service Level Benchmarking (SLB) exercise, have the relevant indicators been measured and uniformity ensured between that and the CSP?
84
Annexure-VII
Assumptions:
(i) One person can survey 1 ULB in 10 days surveying 8 households per ward
through stratified random sampling. In 30 days, 1 person can cover 3 ULB‘s.
Accordingly, the no. of field surveyors has been estimated.
(ii) Assuming 4 ULBs CSTF to attend the consensus building workshop in one
day at one place. The package wise list of no. of workshops to be conducted
is attached as Annexure-VIII.
(iii) Assuming 2 Environmental Experts are required per package(one has to be
an environmental expert compulsorily while the other may be urban planner/
environmental expert).
(iv) Assuming 1 GIS Expert and 1 Team Leader would be required per package.
Annexure-VIII
Package-wise list of no. of workshops to be conducted
Package No. Packages
No. Of ULBs
No. Of Workshops to be conducted
6 Shimoga+ Davangere+ Chitradurga 24 6
7 Udupi+ Chikmangalur+ Dakshina Kannada 28 7
10
Ramnagara+ Bengaluru Rural+ Chikkaballapur+ Kolar+ Anekal+ Hebbugodi+ Bommasandra+ Chandapura+ Jigani+ Attibele+ Konappana Agrahara+ Doddathoguru 30 8
Total 82 21