Request for Proposal
For
Appointment of Third Party
Inspection and Monitoring
Agencies for Projects (TPIMA)
Basic Services to Urban Poor (BSUP) and Integrated Slum and Housing
Development Programme (IHSDP)
Greater Ranchi Development Agency Limited
(Govt. of Jharkhand Undertaking)
3rd Floor, RRDA Building, Pragati Sadan, Kutchery Road, Ranchi-834001.
Tel: 0651-2200192, Fax: 0651-2200212.
Oct., 2010
Request for Proposal (RFP)
T
P
IM
A
2
Contents
Sl.No Topic Page
1 Background …………………………………………… 3
2 Need for TPIM ……………………………………….. 4
3 Scope of Services …………………………………….. 5-6
4 Time Frame …………………………………………… 7
5 Deliverables …………………………………………... 7-9
6 Conflict of Interest …………………………………… 9
7 Mechanism ……………………………………………. 10
8 Bids – Submission and Evaluation ……………….. 10
9 Proposal – Content and Evaluation ………………. 10
APPENDICES
1 Technical Bid Format ……………………………….. 12-25
2 Financial Bid Format ……………………………….. 26-27
3 Checklist for Quality Control ………………………. 28-34
Request for Proposal (RFP)
T
P
IM
A
3
Jawaharlal Nehru National Urban renewal Mission (JNNURM) aims
at reform-driven integrated and planned development of cities/towns with
efficiency in urban infrastructure and service delivery mechanisms, provision
of basic services including improved housing to urban poor, community
participation and accountability of Urban Local Bodies (ULBs) and
Parastatal agencies towards citizens. Its two components, Basic Services to
the Urban Poor (BSUP) and Integrated Housing and Slum Development
Programme (IHSDP) focus on improving the living conditions of the slum
population. These projects are aimed at integrated development of slums for
providing shelter, basic services and other related civic amenities to the
urban poor. Both sub-missions have a strong Housing component.
Mission Directorate in the Ministry of Housing & Urban Poverty
Alleviation (MoHUPA) has evolved a state level mechanism for Third Party
Inspection and Monitoring of projects sanctioned under JNNURM. This
process of inspection and monitoring will keep track of physical & financial
progress of projects throughout the project life cycle. The purpose of this
model RFP is to :
• Enable the Greater Ranchi Development Agency Limited-GRDA (State
Level Nodal Agnecy-SLNA) to appoint Third Party Inspection and
Monitoring Agencies (TPIMA) for review and monitoring of all
JNNURM projects implemented by Urban Local Bodies (ULBs),
parastatals and other state agencies
• Bring standardization and consistency in the process, functioning and
scope of activities of external Third Party Monitoring Agencies engaged
for monitoring of JNNURM projects
• Provide a structured report on the projects under JNNURM
1. Background :
Request for Proposal (RFP)
T
P
IM
A
4
The Mission Directorate, MoHUPA is currently implementing a web
enabled Management Information System (MIS) for JNNURM Project
Tracking and Integrated Urban Poverty Monitoring System (IPOMS). The
system is designed to capture physical & financial progress of JNNURM
projects. The information is critical for release of subsequent installments for
the projects. The information provided by MIS can be cross verified with
independent reports from TPIMA to identify the constraints and issues in the
project implementation and enable a corrective action if necessary. TPIM
would enable achievement of
• Better Project Quality
• Cost Control
• Time Control
• Improved Planning & Budgeting
• Control over Fund Flow & Utilization
• Measuring Project Outputs
• Measuring Impact of JNNURM
JNNURM projects are approved by Central sanctioning & Monitoring
Committee at the Centre after Detailed Project Reports (DPRs) prepared by
ULBs are approved by State Level Steering Committee (SLSC) and appraised
by specialist agencies of the Central Government. At each stage , there may
be suggestions and recommendations and TPIM would ensure that these
points are incorporated in the implementation of the projects. TPIM would
ensure periodic feedback to all key stakeholders.
It is, therefore, imperative that each project is covered by TPIM and
periodic feedback is given to all stakeholders at ULB/Town/City, State &
Central level.
2. Need for Third Party Inspection & Monitoring (TPIM) :
Request for Proposal (RFP)
T
P
IM
A
5
The TPIM agency would undertake monitoring works pertaining to:
a. Pre-construction stage
Examination of project documentation with respect to sanctioned
covenants
Report on targeted beneficiaries of the scheme (whether socio-economic
surveys and biometric identification done, stake holders consultation,
process etc.)
Review of Land requirement/ availability & other clearances to begin
construction
Examination of bid documentation & bid process
Review of Project Implementation Plan and procurement process
Review of Site preparation
Review of Project Management Mechanisms/ Structures (eg.
PERT/CPM Charts)
Review of probability of Cost & Time overruns during pre-construction
stage
Report on targeted beneficiaries of the scheme (whether socio-economic
surveys and biometric identification done, stake holder
consultation/process etc.).
b. Construction stage
Report on compliance to statutory requirements
Report on safety and Health aspects
Report on convergence of scheme with education, health and social
security
Report on Beneficiary participation in the project
Report on Physical Progress of the project
Report on Financial progress and fund utilization
Report on Quality Assurance systems and Project quality- as per
Checklist for Quality Control
3. Scope of Services and Deliverables :
Request for Proposal (RFP)
T
P
IM
A
6
Report on Social Infrastructure and aesthetics
Report on variations with respect to sanctioned covenants
Report on cost variations and time overruns
Report on remedial measures to improve physical and financial
progress and quality of the project
Report on progress of resettlement and rehabilitation, if any
Report on court cases/ Litigation
c. Commissioning, trial run and testing stage
Report on Assets created
Reports on completion of projects
Requirement of Operation and maintenance (O&M)
System & Structure of O&M
Capacity of staff of ULB
Training requirements of staff
d. Post construction Stage
Report on functionality & usage
Report on O&M of assets created including common amenities
Report on social and environment impact analysis
Report on user/Beneficiary satisfaction
Report on capacity created
Report on overall performance and sustainability of the assets created
Request for Proposal (RFP)
T
P
IM
A
7
Services for TPIMA would be for entire life cycle of the projects and
ideally TPIMA should be in place in the pre-construction stage and would
function till one year from the filing of project completion report and give a
final report on the overall performance of the project.
Sl.No. Nature of Review Frequency of Reports
1. Pre-Construction Once
2. Construction As per need
3. Commissioning & Trial runs Once
4. Post Construction Quarterly
TPIM Agency will undertake:
a. Desk review of documents and periodical site visits:
(i) Ensuring all project documents, including outcomes, outputs,
specifications, estimates of quantities, work packages, project
implementation plan - including milestones, periodic
progress indicators, oversights etc., on-site management
systems, such as rerouting of transient services, temporary
connections, worker accommodation, labour insurance,
procurement & storage of materials, inventory management;
delivery, hand-over, exit and financial closure plans are in
place
(ii) Site visits will be organized at different stages as indicated
by the implementing agencies as ‘milestones’ in their work
4. Time Frame :
5. Deliverables :
Request for Proposal (RFP)
T
P
IM
A
8
plan, which may consist of intermediate stages of
development of work or contracting packages. Indicative
milestones, such as foundations, superstructure,
fenestration, services, finishes and commissioning may be
taken as comparatives from the assessment side to help
translate progress reports to non-technical personnel at
reporting sites.
b. Filing and uploading of all inspection reports in the prescribed online
monitoring system of the Mission Directorate as well as by sending
reports to GRDA and Mission Directorate. The reports would be sent at
a periodic interval as prescribed in Para-4.
c. Capture, wherever possible, moderated, and structured perceptions of
the beneficiaries on various aspects of project implementation
including communicating project rationale, strategy, outcomes, results,
rights and responsibilities of all stakeholders;
d. Estimate the degree of beneficiary buy-in as regards the project(s);
e. To capture qualitative feedback in narrative and in separate
documents;
f. To report the progress with respect to implementation as per the
appropriate stage of the project under development;
An appointed TPIM agency would essentially report in the following
structure:
(i) Baselines of the project, including entire process trail – which would
ensure that all necessary processes of clearance, approvals -
administrative, technical and financial sanctions are in place. At the
desk review report generated at the initiation milestone, this section of
the report would document the process flows and benchmarks that are
adopted by the concerned level of implementation.
Request for Proposal (RFP)
T
P
IM
A
9
(ii) Outcomes of the project at initiation milestone/the specific milestones –
expected state of physical and financial progress.
(iii) Observed physical and financial progress including execution process –
this will require to be done from two ends (i) supply end, i.e. GRDA
and (ii) level of implementing agency.
(iv) Compliance and exception reports in process trail, technical and
qualitative standards, financial propriety and integrity. In case of any
processes being certified, the monitoring report must clearly mention
this in case of the concerned implementing agency to the party to be
reported to, i.e. Project Implementation Agency, GRDA and Mission
Directorate.
(v) Recommendations as to how to reduce exceptions, including if
milestones need to be re-phased, or any process that may need to be
streamlined.
(vi) Follow-up action of the report, which would be ascertained in the next
report.
Conflict of interest for a TPIMA is defined as:
- Any agency involved as a consultant in project preparation,
supervision or implementation work in any of the JNNURM
projects applying for TPIMA is a conflict of interest in the
particular project/City/State (as the case may be). The team
members of TPIMA should not have been employed (as an
employee) by any City or State level government agency in the 5
years preceding this contract in the particular State.
- Any agency black listed or debarred would not be eligible for
appointment of TPIMA.
6. Conflict of Interest :
Request for Proposal (RFP)
T
P
IM
A
10
GRDA shall communicate clear directions and guidance to ULBs and
Implementing Agencies for extension of cooperation, sharing of information
and all necessary assistance to TPIM Agencies. Mission Directorate will have
close coordination with GRDA on this aspect.
Separate Technical and Financial bids should be submitted to GRDA.
A pre-bid conference should be held by GRDA to provide clarifications. GRDA
reserves the right to accept or reject any bid. Only valid technical and
financial bids are eligible. The technical bids are to be evaluated as per
criteria stipulated in Para 2.4 of Technical Bid format and financial bids will
be opened only for those Agencies which qualify the benchmark set for
technical bids. Weightage of 60:40 would be given for Technical and Financial
Bids.
The technical proposal will comprise profile, credentials and experience
of the firm, the proposed team and their detailed CVs, methodology and tasks
assigned. Expression of Interest floated by the Government of India in this
respect would be a guidance in this respect. Financial proposal should
mention fees for desk review and per site visit in the prescribed Financial Bid
format. All applicable taxes should be indicated separately. Evaluation of
proposals shall be carried in two stages. Technical bid will be evaluated first
and financial bid will be opened only for Agencies qualifying the technical
benchmark. The maximum charges as stipulated in Toolkit for TPIMA will be
applicable. In case lower rates are obtained through RFPs, the same will
apply as terms of payment.
*********
7. Mechanism :
8. Bid- Submission and Evaluation :
9. Proposals – Content and Evaluation :
Request for Proposal (RFP)
T
P
IM
A
11
APPENDICES
Request for Proposal (RFP)
T
P
IM
A
12
Technical Bid Format
Request for Proposal (RFP)
T
P
IM
A
13
Technical Bid for TPIM
1. Preparation of Technical Bid
1.1 The bid as well as all related correspondence exchanged by the
Consultants and the Employer, shall be written in English language,
unless specified otherwise.
1.2 In preparing their bid, Consultants are expected to examine in detail
the documents comprising the RFP. Material deficiencies in providing
the information requested may result in rejection of a bid.
1.3 While preparing the Technical bid, Consultants must give particular
attention to the following:
(a) If a Consultant considers that it may enhance its expertise for the
Assignment/job by associating with other Consultants in sub-
consultancy, it may associate, however the details may be provided at
the time of bidding.
(b) The estimated number of Professional staff-months for the
Assignment/job is as shown in the RFP. However, the Bid shall be
based on the number of Professional staff-months or budget estimated
by the Consultants. While making the Bid, the consultant must ensure
that he proposes the minimum number and type of experts as sought
by the Employer, failing which the proposal shall be considered as non-
responsive.
(c) Alternative professional staff shall not be proposed, and only one
curriculum vitae (CV) may be submitted for each position mentioned.
Depending on the nature of the Assignment/job, Consultants are
required to submit a Technical Bid using the attached Standard
Forms. Submission of the wrong type of Technical Proposal will result
in the Proposal being deemed non-responsive. Form Tech – I is a
Request for Proposal (RFP)
T
P
IM
A
14
sample letter of which is to be submitted alongwith the technical bid.
The Technical bid shall not include any financial information. A
Technical bid containing financial information may be declared non
responsive.
2 Procedure for Detailed Evaluation of Technical Bid
2.1 Being primarily technical work, final evaluation of the bids will be
done on Combined Quality cum Cost based System wherein Technical
Bid will be given a weightage of 60 % and financial bid will be given a
weightage of 40%.
2.2 Bids securing 60% and above marks in technical evaluation will only
be considered for opening of Financial Bids. The Bids with the lowest
cost may be given a financial score of 100 and the other bids given
financial score that are inversely proportionate to their prices.
2.3 The total score, both technical and financial, shall be obtained by
weighing the Technical and Financial scores and adding them up. On
the basis of the combined weighted score for Technical and Financial,
the consultant shall be ranked in terms of the total score obtained. The
bid obtaining the highest total combined score in evaluation of quality
and cost will be ranked as H-1 followed by the bids securing lesser
marks as H-2, H-3 etc. The bid securing the highest combined marks
and ranked H-1 shall be recommended for award of contract. The bids
will be ranked in terms of total points scored.
2.4 Criteria, sub-criteria and point system for evaluation to be followed
under this procedure is as under:
(i) Specific experience of the consultant firm relevant to the
assignment /job (30 marks)
Request for Proposal (RFP)
T
P
IM
A
15
(ii) Adequacy of the proposed methodology and work plan in response
to the terms of reference. (30 marks)
Sub-criteria:
a) Technical approach & methodology (20 marks)
b) Organisation & staffing (10 marks)
(iii) Key professional staff: Qualification & competency for the
assignment / job. (40 marks) Qualifications and competency of each
of the key professionals will be evaluated separately.
The marks for key professionals will be further divided as under:
a) Team Leader (12 marks)
b) Other key professionals (28 marks in total & equal score assigned
to each professional staff proposed) (min. number of key
professionals may be specified depending on the size of the project).
For evaluation of each of the key professionals the following sub-
criteria can be followed:
a) Educational qualifications (20%)
b) Adequacy for the assignment / job (80%) (Experience in carrying
out similar assignment/job).
The formats of the Technical Bid to be submitted are:
Form Tech 1: Letter of Proposal submission
Form Tech 2 : Consultant’s organization & experience
Form Tech 3 : Approach & methodology
Form Tech 4 : Team composition
Form Tech 5 : Curriculum vitae
Form Tech 6: Information regarding any conflicting activities and
declaration thereof.
Request for Proposal (RFP)
T
P
IM
A
16
FORM TECH-1
LETTER OF PROPOSAL SUBMISSION
[Location, Date]
To:
[Name and address of Employer]
Dear Sirs:
We, the undersigned, offer to provide the consulting Assignment/job for
[Insert title of Assignment/job] in accordance with your Request for Proposal
dated [Insert Date] and our Proposal. We are hereby submitting our
Proposal, which includes this Technical Proposal, and a Financial Proposal
sealed under a separate envelope and requisite EMD and bid processing fees.
We are submitting our Proposal in association with: [Insert a list with
full name and address of each associated Consultant]
We hereby declare that all the information and statements made in
this Proposal are true and accept that any misinterpretation contained in it
may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal,
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
[In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
Request for Proposal (RFP)
T
P
IM
A
17
FORM TECH-2
TPIMA’S ORGANIZATION AND EXPERIENCE
A - Consultant’s Organization
[Provide here a brief description of the background and organization of
your firm/entity and each associate for this Assignment/job. The brief
description should include ownership details, date and place of incorporation
of the firm, objectives of the firm etc. Also if the consultant has formed a
consortium, details of each of the member of the consortium, name of lead
members etc., shall be provided]
B - Consultant’s Experience
[Using the format below, provide information on each Assignment