Sunteți pe pagina 1din 46

GOVERNMENT OF KHYBER PAKHTUNKHWA

PUBLIC HEALTH ENGINEERING DEPARTMENT (MERGED AREAS)

REQUEST FOR PROPOSAL (RFP)

FOR

CONSULTANCY SERVICES OF

The Project:

“MASTER PLANNING FOR WATER SUPPLY AND SANITATION SCHEMES IN ALL


VILLAGES AND FEASIBILITY AND DESIGN OF SEWERAGE/ DRAINAGE
SYSTEMS IN POTENTIAL URBAN AREAS OF MERGED AREAS OF KHYBER
PAKHTUNKHWA”

ADP No.251/180476 (2019-20)

OFFICE OF THE EXECUTIVE ENGINEER PHE DIVISION NORTHERN TRIBAL


DISTRICTS KHYBER PAKHTUNKHWA

0
1 CONTENTS
2 Section 1: Letter of Invitation (LOI) .............................................................................. 4

3 Section 2: Instruction to Consultants ............................................................................. 5

3.1 DEFINITIONS:.................................................................................................. 5

3.2 PREAMBLE ...................................................................................................... 6

3.3 RATIONALE ..................................................................................................... 6

3.4 NAME OF THE PROJECT ............................................................................... 7

3.5 NAME OF CLIENT .......................................................................................... 7

3.6 EXECUTING AGENCY: .................................................................................. 7

3.7 GEOGRAPHICAL COVERAGE:..................................................................... 7

3.8 SCOPE OF SERVICES ..................................................................................... 7

3.9 DOCUMENTS ................................................................................................... 9

3.10 PREPARATION OF PROPOSAL .................................................................... 9

3.11 CURRENCY OF THE FINANCIAL PROPOSAL ......................................... 10

3.12 SUBMITTAL ................................................................................................... 10

3.12.1 Proposal Evaluation............................................................................ 11

3.12.2 Technical Proposal ............................................................................. 11

3.12.3 Financial Proposal (For Quality cum Cost Based Selection) ............. 11

3.13 NEGOTIATION .............................................................................................. 12

3.14 AWARD OF CONTRACT .............................................................................. 12

DATA SHEET ............................................................................................................. 13

3.15 Enclosures ........................................................................................................ 17

4 Section 03: TECHNICAL PROPOSAL FORMS ........................................................ 17

4.1 Form-1: FIRM’S REFERENCE ...................................................................... 17

4.2 Form-2: APPROACH & METHODOLOGY FOR THE PROPOSED


PROJECT..................................................................................................................... 19

4.3 Form-3: COMMENTS/SUGGESTIONS OF CONSULTANT ON TOR ....... 20

1
4.4 Form-4: FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY
STAFF.......................................................................................................................... 21

4.5 Form-5: PROPOSED WORK PLAN/ACTIVITY SCHEDULE .................... 22

4.6 Form-6: WORK PLAN AND TIME SCHEDULE FOR KEY PERSONNEL23

4.7 Form-7 COMPOSITION OF THE TEAM PERSONNEL AND THE TASKS


TO BE ASSIGNED TO EACH TEAM MEMBER .................................................... 24

1. Technical/Managerial Staff .......................................................................... 24

4.8 Form-8: Completion and Submission of Reports ............................................ 25

5 Section 04: FINANCIAL PROPOSAL FORMS ......................................................... 26

5.1 Form 1: BREAKDOWN OF RATES (HUMAN RESOURCE) FOR


CONSULTANCY CONTRACT ................................................................................. 26

5.2 Form 2: BREAKDOWN OF SOCIAL CHARGES ........................................ 27

5.3 Form 3: BREAKDOWN OF OVERHEAD COSTS ....................................... 28

5.4 Form 4 .............................................................................................................. 29

5.5 Form 5: DIRECT (NON-SALARY) COSTS .................................................. 31

5.6 Form 6 .............................................................................................................. 32

Annexure-A: TERM OF REFERENCE (TORs) ..................................................................... 34

1. PRELIMINARY STUDIES: ..................................................................... 37

2. DETAIL DESIGN ..................................................................................... 38

COMPLETION TIME ................................................................................................. 38

Annexure-B: DELIVERABLES AND MODE OF PAYMENT ............................................. 39

ANNEXURE C: QUALIFICATION AND EXPERIENCE OF CONSULTANT’S KEY


PERSONNEL .......................................................................................................................... 40

ANNEXURE D: REPORTING REQUIREMENTS ............................................................... 41

ANNEXURE E: KEY PERSONNEL AND SUB CONSULTANTS ..................................... 42

ANNEXURE F: BREAKDOWN OF CONTRACT PRICE IN FOREIGN CURRENCY ..... 43

ANNEXURE G: BREAKDOWN OF CONTRACT PRICE IN LOCAL CURRENCY ........ 44

2
ANNEXURE H: DOCUMENTS TO BE PROVIDED BY THE CLIENT UPON REQUEST
.................................................................................................................................................. 45

3
2 SECTION 1:LETTER OF INVITATION (LOI)

Name & Address of Consultant:____________________________________

Attention: Mr./Mrs._______________________________________

You are hereby invited to submit a technical and financial proposal for consulting services required
for the assignment “Master Planning for Water Supply and Sanitation Schemes in all villages and
feasibility and Design of sewerage / drainage systems in potential urban areas of merged areas of
Khyber Pakhtunkhwa”.

A brief description of the assignment and its objectives are given in the “Data Sheet” and details are
provided in the attached TORs and appendixes.

1. This Request for Proposal (RFP) is addressed to the competent and qualified Consulting
Firms registered with Pakistan Engineering Council (PEC) in the relevant Category.

2. The Consultant will be selected by the Quality & Cost Based Selection (QCBS)
method and procedures described in this RFP and in accordance with the Khyber
Pukhtunkhwa Procurements Rules (2014).

3. The RFP includes the following additional documents.

Section 2- Instructions to the Consultants (including Data Sheet)

Section 3- Technical Proposal- Standard Forms.

Section 4- Financial Proposal- Standard Forms.

Section 5- Terms of Reference.

Section 6- Standard Forms of Contract.

4. It is mandatory that proposals shall be submitted by using the Standard Forms of this
RFP. Proposals that are not in accordance with the prescribe format may not be
accepted. If any information required in the forms is found missing or written
elsewhere, no credit will be given in the relevant section of the evaluation.

Yours Sincerely,

Executive Engineer
Public Health Engineering Division Northern Tribal Districts Peshawar.

4
3 SECTION 2: INSTRUCTION TO CONSULTANTS

3.1 DEFINITIONS:
a. “Assignment” means the Consultancy Services for Master Planning for Water Supply
and Sanitation Schemes in all villages and feasibility and Design of sewerage /
drainage systems in potential urban areas of merged areas of Khyber Pakhtunkhwa.
b. "Client" means the agency with which the selected Consultant signs the Contract for
the Services. (Public Health Engineering Department Merged Areas of Khyber
Pakhtunkhwa)
c. “Evaluation Committee” means the committee formed by the client for the evaluation
of Technical and Financial proposal of Consultants for this Assignment as per Guide
lines.
d. "Consultant" means any entity including a Joint Venture that will provide the Services
to the Client under the Contract.
e. “Contract” means the contract included in this RFP as section 6, when signed between
the client and the consultant along with all attached Documents.
f. "Data Sheet" means such part of the Instructions to Consultants used to reflect
specific assignment conditions.
g. "Day" means calendar day.
h. "Government" means the government of Khyber Pukhtunkhwa.
i. "Instructions to Consultants" means the document which provides short listed
Consultants with all information needed to prepare their Proposals.
j. “LOI” means the letter of invitation included in this RFP as section 1 sent by the
client to the consultant.
k. "Joint Venture" means a Consultant which comprises two or more Partners each of
whom will be jointly and separately liable to the Client for all the Consultant's
obligations under the Contract.
l. "Personnel" means qualified persons provided by the Consultant and assigned to
perform the Services or any part thereof.
m. "Proposal" means a technical proposal or a financial proposal, or both.
n. “Rules” means the Khyber Pukhtunkhwa Procurement Rules.(KPPRA ).
o. "QCBS" means Quality- and Cost-Based Selection.
p. “RFP” means this Request for Proposal.

5
q. "Services" means the work to be performed pursuant to the Contract.
r. "Standard Electronic Means" includes facsimile and email transmissions.
s. "Sub-Consultant” means any person or entity with whom the Consultant associates for
performance of any part of the Services and for whom the Consultant is fully
responsible.
t. "Terms of Reference" (TOR) means the document included in the RFP, which
explains the objectives, scope of work, activities, tasks to be performed, respective
responsibilities of the Client and the Consultant, and expected results and deliverables
of the assignment.

3.2 PREAMBLE
Public Health Engineering Department Government of Khyber Pukhtunkhwa is the major
service provider of Water Supply and Sanitation facilities in the Merged areas of Khyber
Pukhtunkhwa. It is responsible for planning, designing, construction, operation and
maintenance of necessary infrastructure for provision of safe drinking water and sanitation
amenities to the general public. The scheme “Master Planning for Water Supply and
Sanitation Schemes in all villages and Feasibility and Design of Sewerage / Drainage
Systems in potential urban areas of merged areas of Khyber Pakhtunkhwa” is reflected
in ADP 2019-20 at Serial No.251/180476. Under this scheme master planning for water
supply and sanitation schemes in all villages and feasibility and design of sewerage / drainage
systems in potential urban areas of merged areas of Khyber Pakhtunkhwa will be framed and
submitted to competent forum for approval. Besides this, conducting general study (condition
assessment) of existing all arrangements for drinking water and sanitation facilities in all
Tribal districts including collection/evaluation of all the available documents, PC-I, maps,
Plans for planning of the Project.

The detail design will cover all relevant parameters with drawings followed by preparation of
PC-I/cost estimate covering technical and financial viability with substantial reduction in
health hazards.

3.3 RATIONALE
Public Health Engineering Department intends to hire Consultancy Services for Master
Planning for Water Supply and Sanitation Schemes in all villages and Feasibility and Design
of Sewerage / Drainage Systems in potential urban areas of merged areas of Khyber

6
Pakhtunkhwa” ADP No.251/180476 (2019-20), which in turn will ensure supply of clean
drinking water and sanitation facilities to the inhabitants of merged areas of Khyber
Pakhtunkhwa. For this purpose sealed Technical & Financial Proposals are invited on Single
Stage Two Envelopes post qualification basis from the interested and prequalified
Consultancy Firms having relevant experience as per attached TORs.

3.4 NAME OF THE PROJECT


Master Planning for Water Supply and Sanitation Schemes in all villages and Feasibility and
Design of Sewerage / Drainage Systems in potential urban areas of merged areas of Khyber
Pakhtunkhwa” ADP No.251/180476 (2019-20)

3.5 NAME OF CLIENT


Public Health Engineering Department Merged Areas Khyber Pukhtunkhwa.

3.6 EXECUTING AGENCY:


Public Health Engineering Department Merged Areas Khyber Pukhtunkhwa

3.7 GEOGRAPHICAL COVERAGE:


Erstwhile FATA now Merged Area of Khyber Pakhtunkhwa consists of seven Tribal Districts
namely District Bajaur, Mohmand, Khyber, Kurram, North Waziristan and South Waziristan
and 6 Sub Divisions (FRs) i.e. Sub Division Hassan Khel, Dara, Wazir, Bannu, Bhittani,
Jandola and Dara Zenda (Map attached). The total area of the tribal districts is 27,00 KM2
with total population of 5,001,676 persons as per “Census Report of 2017”.

3.8 SCOPE OF SERVICES


The objective and purpose of the proposed Project is to conduct comprehensive study to
assess and evaluate public health interventions to make the most of the benefits that the
project can deliver. In addition to that a comprehensive Master Planning in Tribal Districts
will be developed to ensure services delivery more efficiently and effectively.

The scope of work for Master Planning of Water Supply will include but not limited to
collection and review of relevant data, PC-1’s, reports, statistics, preparation of district wise
and village wise/scheme wise maps at appropriate scale, assessment of the existing services
and proposal for rehabilitation/augmentation of existing schemes in consultation with Client,

7
identification of major un served villages, preparation of proposals for each village and a
prioritized investment plan based on tentative cost estimates for each district and for the
merged areas. The consultants will also recommend energization option based on evaluation
of alternative energy sources.

In each Tribal district, the consultant shall collect relevant data, PC-1’s, reports, statistics and
maps/drawings from all the sources including PHED. For each district a detailed district map
showing all existing water supply schemes with coverage’s shall be prepared either from
satellite imagery or conducting topographic surveys. The maps shall also show all villages or
areas in villages which are not covered with piped/public water supply schemes as un served
areas. Based on the population of each village, the water requirement shall be assessed based
on a master plan of 20 years horizon. For each village, appropriate water source shall be
identified with study conducted of its quality and quantity. Population of these villages shall
be assessed using available data from census/other reports. If such data is not available, then
population shall be worked out from the satellite imagery or then actual house counting. For
each village in each district, the quantity and quality of existing water sources shall be studied
and potential water sources shall be identified. The current and projected demand of the
population shall be assessed based on PHED practiced/established criteria. For meeting the
demand of the population, adequate sources shall be identified and proposed to be developed.
Required storage shall also be worked out. Tentative cost estimates shall be prepared based
on current MRS and district wise/village wise PC-1 shall be prepared. The villages shall be
prioritized on the basis of pre-determined criteria and investment plan shall be prepared for
most vulnerable/needy communities followed by less affected/needy communities and so on.

To ensure clean environment through removal and safe disposal of waste water, feasibility
and design for construction of sewerage/drainage system in the potential urban areas of
Merged Areas has also been proposed.

The scope of work for the consultants include, but not limited to collection and review of
sewerage/drainage system relevant data, waste water quality testing, feasible options for
waste water treatment, design of the type and size of Trunk, main, lateral sewers/drains and
treatment plants. Preparation of necessary PC-I/cost estimate, drawings, design, etc for
construction of sewerage/drainage system.

Terms of Reference for the Consultants are attached to the RFP as Section 5.

8
3.9 DOCUMENTS
a. To prepare a proposal, please use the attached Forms.
b. Consultants requiring a clarification of the Documents must notify the Client, in
writing, not later than Ten (10) days before the proposal submission date. Any request
for clarification in writing, shall be sent to the Client’s address indicated in the Data
Sheet. The Client shall respond to such requests and copies of the response shall be
sent to all invited Consultants.
c. At any time before the submission of proposals, the Client may, for any reason,
whether at its own initiative or in response to a clarification requested by an invited
consulting firm, modify the Documents by amendment. The amendment shall be sent
in writing to all invited consulting firms and will be binding on them. The Client may
at its discretion extend the deadline for the submission of proposals.

3.10 PREPARATION OF PROPOSAL


You are requested to submit a technical and a financial proposal. Your proposal shall be
written in English language.

Technical Proposal

a. In preparing the technical proposal, you are expected to examine all terms and
instructions included in the Documents/TORs etc. Failure to provide all requested
information shall be at your own risk and shall result in rejection of your proposal.
b. During preparation of the technical proposal, you must give particular attention to the
following:

 Subcontracting part of the Assignment to other consultants if considered desirable;


the same sub-consultant may be included in the proposals, as per PEC guidelines.
 The estimated number of key professional staff required for the Assignment is
stated in the Data Sheet. Your proposal should be based on a number of key
professional staff months substantially in accordance with mentioned numbers.
 The key professional staff proposed shall be made available for the subject
project.
 Proposed staff should have experience preferably under conditions similar to those
prevailing in the area of the Assignment. The minimum required experience of
proposed key staff shall be as listed in the Data Sheet.

9
 No alternative to key professional staff may be proposed, and only one curriculum
vitae (CV) may be submitted for each position.
 Study reports must be in the English Language. Working knowledge of the
national language by the firm’s personnel is recommended. The knowledge of the
regional language where the Assignment is located will be considered additional
qualification.
 Your technical proposal shall provide the following and any additional
information, using the formats/Forms attached.

3.11 CURRENCY OF THE FINANCIAL PROPOSAL


The consultant shall submit their financial proposal in PAK Rupees

3.12 SUBMITTAL
Consultant must submit the original documents which include one copy of the technical
proposal and the financial proposal in separate sealed envelopes, through courier services on
or before 12 September 2019by 13:00 hours, at the following address:

Office of the Executive Engineer Public Health Engineering Division Northern Tribal
Districts at Hayatabad Peshawar.

Phone No. 091-9217590

The consultants are required to provide evidence/documentary proof of the credentials


mentioned in the profile/technical proposal given as mentioned in “Data Sheet”

INCOME TAX RETURN OF FIRM

The Consultants are required to provide income tax return statement of the firm last three
years audit reports.

LIST OF STAFF TO BE DEPLOYED ON THIS PROJECT

List of staff along with CV’s on prescribed format as given in this RFP shall be provided for
all the key staff to be deployed on this project. Additional requirements are mentioned in the
evaluation criteria attached to this RFP.

10
PROPOSAL EVALUATION

3.12.1 Proposal Evaluation


A two-envelope procedure shall be adopted in ranking of the proposals. The technical
evaluation shall be carried out first, followed by the financial evaluation. Firms shall be
ranked using a combined technical/financial score.

3.12.2 Technical Proposal


The evaluation committee appointed by the Client shall carry out its evaluation, applying the
evaluation criteria and point system specified in the Data Sheet. Each responsive proposal
shall be attributed a technical score (St). Firms scoring less than seventy (70) percent points
shall be rejected and their financial proposals returned unopened. The competent forum may
however lower the passing marks to 60% if required in any particular case when the firms to
score of 70% are not available.

3.12.3 Financial Proposal (For Quality cum Cost Based Selection)


The financial proposals of the consulting firms scoring more than 70%, on the basis of
evaluation of technical proposals shall be opened in the presence of the representatives of
these firms, who shall be invited for the occasion and who care to attend. The Client shall
inform the date, time and address for opening of financial proposals as indicated in the data
Sheet. The total cost and major components of each proposal shall be publicly announced to
the attending representatives of the firms.

The evaluation committee shall determine whether the financial proposals are complete and
without computational errors. The lowest financial proposal (Fm) among these shall be given
a financial score (Sf) of 100 points. The financial scores of the proposals shall be computed
as follows:

Sƒ=100 x Fm F (F = amount of specific financial proposal)

Proposals, in the quality cum cost based selection shall finally be ranked according to their
combined technical (St) and financial (Sf) scores using the weights (T- the weight given to
the technical proposal, P = the weight given to the financial proposal; and T+P=1) indicated
in the Data Sheet:

S = St x T %+Sƒ x P%

11
3.13 NEGOTIATION
Prior to the expiration of proposal validity, the Client shall notify the successful Consultant
that submitted the highest ranking proposal in writing, by registered letter, or facsimile and
invite it to negotiate the Contract.

Negotiations normally take from two to five days. The aim is to reach agreement on all points
and initial a draft contract by the conclusion of negotiations.

Negotiations shall commence with a discussion of your technical proposal. The proposed
methodology, work plan, staffing and any suggestions you may have made to improve the
TOR. Agreement shall then be reached on the final TOR, the staffing, and the bar charts,
which shall indicate activities, staff, and periods in the field and in the home office, staff
months, logistics and reporting.

Changes agreed upon shall then be reflected in the financial proposal, using proposed unit
rates (no negotiation of the staff month rates).

Having selected Consultants 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 staff
named in the proposal.

Prior to contract negotiations, the Client shall require assurances that the staff members will
be actually available. The Client shall not consider substitutions of key staff except in cases
of un-expected delays in the starting date or incapacity of key professional staff for reasons of
health.

The negotiations shall be concluded with a review of the draft form of the contract. The
Client and the Consultants shall finalize the contract to conclude negotiations. If negotiations
fail, the Client shall invite the Consultants that received the second highest score in ranking to
Contract negotiations. The procedure will continue with the third in case the negotiation
process is not successful with the second ranked consultants.

3.14 AWARD OF CONTRACT


The contract shall be awarded after successful negotiations with the selected Consultants and
approved by the competent authority. Upon successful completion of negotiations/initialing
of the draft contract, the Client shall promptly inform the other Consultants that their
proposals have not been selected.

12
The selected Consultant is expected to commence the Assignment on the date and at the
location specified in the Data Sheet.

DATA SHEET

The description and the objectives of the Assignment are:

1. Phasing of the Assignment (if any): __________NIL_____________________


2. Pre-Proposal Conference: Yes _(√)_____No ________
3. The Documents are: Technical & Financial Proposal forms TOR/Background
information, Sample formats /Annexure etc attached to this RFP documents..
4. The address for seeking clarification is: Office of the Executive Engineer, Public
Health Engineering Division Northern Tribal Districts at Peshawar.
5. Proposed key Staff shall be made available . Yes _(√)___ No
6. Estimated number of key staff and non key staff with their minimumrequired man
months input andminimum direct costs months input is given as under.

A. Remunerations

Total Man
S.No Position No. Man Months
Months

A. Key Experts
1 Team Leader / PM 1 12 12
2 Water Supply Expert 2 12 24
3 Sanitation/Drainage Expert 2 12 24
4 Field Engineers 14 12 168
5 Urban Planner 1 6 6
6 Hydrologist 1 4 4
7 Structure Design Engineer 1 4 4
8 Waste Water Treatment Specialist 1 6 6
9 Financial Analyst 1 4 4
10 GIS Specialist 1 9 9
A Sub Total A(Key Experts) 261

B. Support Staff
1 Topographic Surveyor 7 8 56
2 Field Surveyors 16 10 160

13
3 Cad Operators 14 8 112
4 Survey Helper/Assistants 14 8 112
5 Office Manager/Accounts/Logistics 1 12 12
B Sub Total B (Non Key) 452

Total Man Months (Key + Non Key 713

B. Logistics, Facilities & Operational Expenditures) (Man Months)

Direct Costs

Man Total Man


No.
No. Description Months Months
1 Vehicles with associated costs 8 12 96
2 Security Guards/Cooks/Peons 16 12 192
3 Main office and site offices with utilities etc 8 12 96
4 Office Supplies & Stationary, Drawings 8 12 96
5 Purchase of Software Imageries etc Lumsum

Rental of equipments (Total Stations. GPS,


6 Lumsum
Computers, AC’s, Generators, Printers, Plotters etc.)

7 Rental for office furniture’s/furnishing Lumsum

Note: The above man months input for Key, support staff and Operational costs is minimum
required input to be provided for the assignment in financial bids by the consultants. Lesser
man months input will be corrected up to the required given input and highest unit charge rate
will be applied as correction during financial bid evaluation.

7. The details of minimum Qualifications required for Key Staff is as under

S.No Position Minimum Qualification


MSc (Civil) Engineering ( Environmental/WRE ) or related field
1 Team Leader / PM
with minimum 15 years of relevant experience
MSc (Civil) WRE or related field with minimum 10 years of
2 Water Supply Expert
relevant experience
MSc (Civil) Environmental/ WRE or related field MSc (Civil) WRE
3 Sanitation/Drainage Expert
or related field with minimum 10 years of relevant experience
BSc (Civil) Engineering with atleast 2 years of relevant experience
4 Field Engineers
in water supply and sanitation
Bsc Town/Urban Planning with minimum 10 years of relevant
5 Urban Planner
experience
MSc Hydrologist/Hydrogeologist/WRE with minimum 10 years of
6 Hydrologist
relevant experience
MSc Structural Engineering with minimum 10 years of relevant
7 Structure Design Engineer
experience

14
BSc Environmental Sciences/Environmental Engineering/Chemistry
8 Waste Water Treatment Specialist
with minimum 10 years of relevant experience
ACCA/ MSc (Economics or Finance) or related field with minimum
9 Financial Analyst
10 years of experience
BSc Geography, GIS, IT with minimum 5 years of relevant
10 GIS Specialist
experience
Note: Only Key Staff will be evaluated. CVs of Key staff should be provided in Technical
Proposals.

8. The number of copies of the Proposal (Technical+Financial) required is: Technical


Proposal (One original + One Copy)&Financial Proposal (One Original). The
proposal shall be in book binding form, properly page numbered (Loose, Ring and
spring binding not acceptable).
9. The address for writing on the proposal is
Executive Engineer, Public Health Engineering Division, Northern Tribal
Districts Peshawar
Telephone: 091-9217590
Email :phefata.peshawar@gmail.comFax: 091-9217590
10. The date and time of proposal submission is: before or on 25 September 2019 at
13:00 Hrs
11. Validity period of the proposal is (days, date): 60-days
12. The location for submission of proposals is: :
Executive Engineer, Public Health Engg Division, Northern Tribal Districts at
Hayatabad Peshawar.
13. The Points given to each category of Evaluation Criteria are:

S.No Description / Item Points Explanation / Details for Award of Marks

1 Qualification and competence of the


Key Staff for the Assignment 30

i) Academic and 10 Detail CV’s with Pictures duly signed by the


General proposed candidate
qualifications Highest qualification degrees.
Photocopy of PEC Card (for Engr. Only).
ii)
(BScPractical Experience
80%, MSc 90%, PhD 100%) 20 -Do-
Photocopy ofCNIC.
2 Experience and Standing of the Firm 40

15
Experience in similar nature of work
Firm Ten (10 Nos.) Best projects of
Similar Nature i.e. a) Master
25 Planning/Structure planning/Spatial
Planning of Infrastructure b) Feasibility
and Designing of Sanitation/Drainage
Schemes) w.r.t cost of the services
(mentioned in the Work Order) and in hand
or completed in last ten years along with
proof of work order or completion
certificate in support from the relevant
department.
ii) General Experience 10
Firm Ten (10 Nos.) best projects w.r.t cost
of the services (mentioned in the Work
Order) in hand or completed in last five
years along with proof of work order and
completion certificate in support from
relevant department.

iii) Experience in similar geographic


Points will be awarded on the basis of
areas 5 experience in relevant field and in similar
geographical areas
3 Adequacy of the proposed Work Plan
and Methodology in responding to 20
theTOR
i) Understanding of objective 3
ii) Quality of Methodology 10
iii) Work Plan & 3
Manning Schedule
iv) Innovativeness 2
v) Proposals Presentation 2
4 Financial Soundness 6 Financial Report of the firm Audited by
Charted Accountant for last three years with
turnover.
5 NTN and Income Tax Return 4 Tax Return Certificates for last three years.
Total Points 100
Qualifying Marks 70/100

14. The weights given to Technical and Financial Proposals are: 80 : 20

16
15. Expected date of commencement of the assignment/consulting services is15 October
2019.

3.15 ENCLOSURES
1. Sample Forms for:-Technical Proposal and Financial Proposal
2. Terms of Reference TORs Annexure A
3. Deliverable and mode of payment Annexure B
4. Qualification and Experience of Consultant’s Key Personnel Annexure C
5. Reporting Requirements Annexure D
6. Key Personnel and Sub consultants Annexure E
7. Breakdown of Contract Price in Foreign Currency Annexure F
8. Breakdown of Contract Price in Local Currency Annexure G
9. Documents to be provided by the client upon request Annexure H

Note: Forms attached to these documents shall be duly filled by and supporting document to
be attached as a proof

4 SECTION 03: TECHNICAL PROPOSAL FORMS

4.1 FORM-1: FIRM’S REFERENCE


Relevant Services Carried Out in the Last Five Years

Which Best Illustrate Qualifications

Using in the format below, provide information on each reference assignment for which your
firm, either individually as a corporate entity or as one of the major companies within a
consortium, was largely contracted.

Assignment Name: Country:

Location within Country: Professional Staff Provided By


Your Firm:

Name of Client: No of Staff:

17
Address: No of Staff Months:

Start Date (Month/Year): Completion Date Approx. Value of Services (in


(Month/Year): Current USD/Rs.)

Name of Associated No. of Months of Professional


Firm (s), if any: Staff Provided by Associated
Firm(s)

Name of Senior Staff (Project Director/Co-coordinator, Team Leader) involved and functions
performed:

Narrative Description of Project


Description of Actual Services Provided by Your Staff

Consultants’ Name: ______________________________

18
4.2 FORM-2: APPROACH & METHODOLOGY FOR THE
PROPOSED PROJECT

19
4.3 FORM-3: COMMENTS/SUGGESTIONS OF CONSULTANT ON TOR

20
4.4 FORM-4: FORMAT OF CURRICULUM VITAE (CV) FOR
PROPOSED KEY STAFF
1. Proposed Position: ________________________________________________
2. Name of Firm: ___________________________________________________
3. Name of Staff: ___________________________________________________
4. Date of Birth: _____________________________________________________
5. Academic Qualification: _____________________________________________
6. Other Training
7. Membership in Professional Societies: ______________________________
(Membership of PEC is Mandatory)
8. Experience
[Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use up to one page].
9. Employment Record:

Employer

Position held

Duration From ------ to ---------

Nature of assignment/duty

10. Languages:
11. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these bio-data
correctly describe myself, my qualifications and my experience.

____________________ Date: ____________

Signature of Staff MemberAuthorized official from the firm Day/Month/Year

21
4.5 FORM-5: PROPOSED WORK PLAN/ACTIVITY SCHEDULE
A monthly work plan illustrated with a bar chart of activities and graphics of the critical path method (CPM)or Project Evaluation Review
Techniques (PERT) type.

Items of Work/Activities Monthly Programme from date of assignment (in the form of a Bar Chart)

1 2 3 4 5 6 7 8 9 10 11 12

22
4.6 FORM-6: WORK PLAN AND TIME SCHEDULE FOR KEY PERSONNEL
A monthly work plan and time schedule of Key Personnel illustrated with a bar chart of activities and graphics of the critical path method
(CPM)or Project Evaluation Review Techniques (PERT) type.

Months (in the form of a Bar Chart) Number of Months


Name Position
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15

Full Time: _________________


Part Time: _________________ Activities Duration ____________
Yours faithfully,

Signature _________________
(Authorized Representative)

Full Name ________________


Designation ________________
Address ________________

23
4.7 FORM-7 COMPOSITION OF THE TEAM PERSONNEL AND
THE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER

1. Technical/Managerial Staff

Name Position Task Assignment

2. Support Staff

Name Position Task Assignment

24
4.8 FORM-8: COMPLETION AND SUBMISSION OF REPORTS
Reports Date

25
5 SECTION 04: FINANCIAL PROPOSAL FORMS

5.1 FORM 1: BREAKDOWN OF RATES (HUMAN RESOURCE)


FOR CONSULTANCY CONTRACT

Project:____________________________________Firm:____________________________

Name Position Basic Social Overhead Sub- Fee Rate per Field Rate per
Salary Charges (%age of Total (%age Month Allow. Month
per Cal. (%age of 1+2) (1+2+3) of 4) for (%age of for Field
Month 1) project 1) Work
Office
(1) (2) (3) (4) (5) (6) (7) (8)

Notes:

Item No.1 Basic salary shall include actual gross salary before deduction of taxes. Payroll
sheet for each proposed personnel should be submitted at the time of
negotiations.

Item No.2 Social charges shall include Client’s contribution to social security, paid
vacation, average sick leave and other standard benefits paid by the company to
the employee. Breakdown of proposed percentage charges should be submitted
and supported (see Form 2).

Item No.3 Overhead shall include general administration cost, rent, clerical and junior
professional staff and business getting expenses, etc. Breakdown of proposed
percentage charges for overhead should be submitted and supported (see Form 3).

Item No.5 Fee shall include company profit and share of salary of partners and directors
(if not billed individually for the project) or indicated in overhead costs of the
Company.

Item No.7 Normally payable only in case of field work under hard and arduous conditions.

Full Name:__________________________

Signature:___________________________

26
5.2 FORM 2: BREAKDOWN OF SOCIAL CHARGES

S.No. Detailed Description As a %age of Basic Salary

27
5.3 FORM 3: BREAKDOWN OF OVERHEAD COSTS

S.No. Detailed Description As a %age of Basic Salary


and Social Charges

28
5.4 FORM 4
Page 1 of 2

S.No. Name Position Staff-Months Monthly Billing Total Estimated


Rate Amount (Rs.)
I. Professional Staff

Sub-Total:

29
FORM 4

Page 2 of 2

ESTIMATED LOCAL CURRENCY SALARY COSTS/REMUNERATION

S.No. Name Position Staff-Months Monthly Billing Total Estimated

Rate Amount (Rs.)

II Non-Technical Staff

Sub-Total (B)

Total (A + B)

30
5.5 FORM 5: DIRECT (NON-SALARY) COSTS

Unit
Total Rate
No. Nomenclature Quatntity Months Months (Rs) Total (Rs)

Vehicles with associated costs (Fuel, Maintenance,


1 Drivers, Insurance etc) 8 12 96

2 Security Guards/Cooks/Peons 16 12 192

3 Main office and site offices with utilities etc. 8 12 96

4 Office Supplies & Stationary, Drawings 8 12 96

5 Purchase of Software Imageries etc Lump sum

Rental of equipments (Total Stations. GPS,


6 Computers, AC’s, Generators, Printers, Plotters etc.) Lump sum

7 Rental for office furniture’s/furnishing Lump sum

31
5.6 FORM 6

Project Title ------------------------------------


ADP No. ____________________________

SUMMARY OF COST OF CONSULTANT


Millions
Construction
S.No. Description Design Phase Supervision Amount (Rs.)
Phase
Salary
1. Cost/Remuneration
Direct (Non-salary)
2. Cost
A Sub Total (1+2)

GSTon Services
3. Grand Total with GST

Final Cost (In Figures)

Final Cost (In Words)

Dated ___/___/______

Chief Executive/Authorized Signature & Seal _________________________

Address of the company _____________________________________


_________________________________________________________

[Form 6 shall be submitted on Company letter head and signed by chief


Executive or Authorized Agent]

32
ANNEXURES

33
ANNEXURE-A: TERM OF REFERENCE (TORS)
1. MASTER PLANNING FOR WATER SUPPLY AND SANITATION SCHEMES IN
ALL VILLAGES AND FEASIBILITY AND DESIGN OF SEWERAGE/DRAINAGE
SYSTEMS IN POTENTIAL URBAN AREAS OF MERGED AREA OF KHYBER
PAKHTUNKHWA {ADP NO. 251/180476 (2019-20)}

A. PRELIMINARY STUDIES:

1. To collect all relevant data i/c Water Source description, discharge, Population
Water Demand Pumping machinery, Storage and Pipe lineetc: data of all drinking
water supply schemes completed by PHE Department upto June, 2019 with
breakup whether (Gravity/ Pumping and Electric or Solar based).
2. To assess all the shortcomings in the existing Drinking Water facilities of PHE
Department and prepare proposal of rehabilitation and augmentation of existing
drinking water systems.
3. To collect data of Functional and Non-functional schemes with reason of non-
functionality to identify scope of work to make it functional or otherwise.
4. To work out operational/recurring cost, source of funding whether bears by Govt:
or VDO and make comparison of No. of beneficiaries benefited from Govt: and
VDO based schemes.
5. To work out Construction/operational cost comparison for solar VS electric based
schemes.
6. To make comparison of functional/non-functional in Govt: and VDO based
schemes in terms of DWSS: components damaged/ mal functional and estimate
costs require for restoration.
7. To conduct general study of existing arrangements for WSS& Sanitation facility in
Tribal Districts.
8. To mark locations of existing and proposed WSS& Sanitation schemes on Google
Map along with GPS Co-ordinates for each scheme.
9. To indicate Projects objectives and scope of work of all completed and proposed
schemes/Projects.
10. To prepare rough estimate cost of all Projects i/c Rehabilitation Schemes & New
proposed schemes for each Districts &Sub Divisions.

34
11. To figure out the recurring/operational cost (i.e. repair and maintenance, monthly
electricity bills and operational staff salaries) of completed WSS, propose WSS
and Sanitation schemes.
12. To identify the social, political and environmental constraints.
13. To identify project relevancy to the identified needs.
14. To identify project effectiveness in delivering desired/planned results.
15. To identify lesson learned in terms of execution, operation and management and to
share recommendations for further improvement.
B. MASTER PLANNING FOR DRINKING WATER SUPPLY SCHEMES IN
MERGED AREA

1. Collection and review of all existing/available data, reports, PC-1s, maps/drawings


of the other sector related data.
2. Preparation of maps for each district showing area with existing water supply
schemes and the surrounding un-served & underserved areas.
3. Visit all water supply schemes constructed by PHED to collect relevant data
regarding water source, characteristics of soil formation, pipe line, storage and
population of serving community etc:
4. Marking location of all villages with existing and newly proposed water supply
schemes on Google maps based on GPS co-ordinates.
5. Asses the capacity (Source discharge, distribution and storage) of existing water
supply schemes against the demand of corresponding local population. Population
could be taken from latest census report with projection rate based on inter-census
projection of based on estimation in consultation with concerned community.
6. Based on the estimated population, work out drinking water requirements for each
village/community of the existing schemes both for current demand as well as for
the next 20 years horizon.
7. Asses the quality of existing and proposed water source for each village by
conducting at least one test and propose type of water treatment if required.
8. Visit all the un-served and underserved villages and assess the population, water
requirement and prepare feasible proposals including rough cost estimates. Also
recommend the type of water sources/pipes to be utilized/used.
9. Study of underground water potentials and water tables depths of all areas.

35
10. Develop criteria for prioritization of water supply schemes on need basis.
11. Assess the feasibility of using solar energy as source of Energization for existing as
well as new Drinking Water Supply schemes, status of land availability (free/with
cost).
12. Prepare a prioritized list of schemes in each district based on the approved design
criteria.
13. Preparation of feasibility of drinking water supply schemes on spring and
surface/sub surface water both Gravity or Pumping base.
14. Prepare tentative cost estimate based on typical design including water source,
Pumping Machineries, supply/pumping main, distribution and necessary
treatment, if any.
15. Prepare a District &Sub Division wise Master Plan/Investment Plan and phasing
based on availability of financial sources.
C. MASTER PLANNING FOR SANITATION (WASTEWATER DISPOSAL AND
TREATMENT) IN MERGED AREAS.

1. Population estimates using census report or house counting in consultation with


local communities.
2. Map/drawing using Google map on suitable scale showing major drains.
3. General soil classification for sewer/drains shall be carried out.
4. Location and levels of existing main drains and propose out falls.
5. Location of drainage water shed areas and marking of catchment areas.
6. Marking major irrigation channels/water courses and assessment of flow.
7. Location and availability of sites for pumping stations, treatment works (if
required) and out fall.
8. Nature of receiving water bodies and other disposal points.
9. An assessment of the effect of disposal of waste water into water bodies including
BOD/COD and requirement for degree/type of treatment where required.
10. Development of model low cost sanitation amenities for a typical village with
tentative cost estimate.
11. Conducting study for last 10 years rain fall and run off in the project area and
surrounding.

36
12. Development of sample strategy regarding awareness campaign and BCC
(Behavior change communication) Sanitation or ODF based on CLTS
(Community lead total Sanitation).
13. Determine capital cost, recurrent cost estimate of various components of the
project using current schedule of rates.
2. FOR FEASIBILITY STUDY & DESIGN OF SEWERAGE/DRAINAGE SYSTEM
IN POTENTIAL URBAN AREAS OF MERGED TRIBAL DISTRICTS KHYBER
PAKHTUNKHWA.

1. PRELIMINARY STUDIES:
1. Conducting General study of existing arrangements for sanitation facility in Tribal
district Headquarters and surroundings.
2. Collection/evaluation of all the available documents, PC-I, maps, Plans for
planning of the project.
3. Conducting study for last 10 years rain fall and run off in the project area and
surroundings for comprehensive master planning,
4. Measure flow of wastewater (domestic + run off), and other parameter required for
the design of sewerage system. Assessment of open defecation, conducting sewage
tests BOD/COD etc.
5. Devise a comprehensive plan in terms of sewerage and drainage along with
existing conditions of sewage flow, surface run off and assessment of open
defecation.
6. Prepare map of the catchment area through digitizing including levels.
7. Identify suitable location for the waste water disposal.
8. Assessment of social and environmental impacts of the project.
9. Proposed best, feasible, economical, environment friendly facilities for
sewerage/drainage.
10. Prepare design criteria for various components of project.
11. Preparation of long section and X-section of sewers & Drains including
trunk/lateral branches in sewer/drainage system.
12. Determine capital cost, recurrent cost estimate of various components of the
project using current schedule of rates.
13. Preparation of construction Schedule and Cash flows.

37
14. Preparation of Draft Feasibility Report.
15. Preparation of Final Feasibility Report for individual District.
16. Prepare Initial Environmental Examination (IEE)/Environmental Impact
Assessment (EIA) Report.

2. DETAIL DESIGN
1. Carry out additional topographic survey for the detailed design at suitable scales
for the project as per directions of the Engineer /Client.
2. Carry out detailed design of the sewage/drainage System (Separate or combined).
3. Carry out feasibility and detailed design of low cost sanitation facilities like Pour
flush/pit latrine /Septic tank and soakage pits.
4. Preparation of Feasibility level PC-I Performa for individual project in required
number of copies.
5. Prepare and submit draft design report with drawings
6. Prepare and submit Final Design Report
7. Prepare PC-1 along with detailed cost estimate in required No. of copies.
8. Prepare Staff and Equipment list along with their cost and operation requirements.
9. Prepare a comprehensive O&M mechanism including manual to ensure
sustainable operation of the sewerage system.
10. Design/ feasibility of treatment plant of any type deem fit for the area.
11. Prepare a landscape plantation plan based on the flow direction to impound
spreading of foul smells.

COMPLETION TIME
Completion time will be 12 months for Feasibility and Detail Design stage each after
award of consultancy contract.

38
ANNEXURE-B:DELIVERABLES AND MODE OF PAYMENT

Mode of Payment: The lump sum Payments will be made as per following delieverables/schedule

Delieverywith
Activity in Months
S.No Deliverables/Activity Tasks Payment %
Days after contract
signing

1 Upon Establishment of Office 15 0.5 10%

2 Submission of Inception Report 45 2 15%

(i) Submission of Existing Situation Appraisal Report for


Master Planing of Water Supply & Sanitation and (ii)
3 60 4 20%
Submission of Feasibility Report of Potential
Sanitation/Drainge Schemes in Urban Areas

(i) Submission of Topograhic Survey Report / Drawings


4 and (ii) Investigation reports for Design of 90 7 25%
Sanitation/Drainage Schemes in Urban Centers

(i) Submission of Draft Master Plan for Water Supply &


Sanitation (ii) Submission of Design Report & Engineering
5 90 10 20%
Drawings of Sanitation/drainage Schemes in potential
urban areas

(i) Final Master Plan for Water Supply & Sanitation (ii)
6 Submission of Cost Estimation & PC-1's 60 12 10%
forSanitaion/Drainge Schemes

39
ANNEXUREC:QUALIFICATION AND EXPERIENCE OF
CONSULTANT’S KEY PERSONNEL

S.No Position Minimum Qualification


1 Team Leader / PM MSc (Civil) Engineering ( Environmental/WRE ) or related field
2 Water Supply Expert MSc (Civil) WRE or related field
3 Sanitation/Drainage Expert MSc (Civil) Environmental/ WRE or related field
4 Field Engineers BSc (Civil) Engineering
5 Urban Planner Bsc Town/Urban Planning
6 Hydrologist MSc Hydrologist/Hydrogeologist/WRE
7 Structure Design Engineer MSc Structural Engineering
8 Waste Water Treatment Specialist BSc Environmental Sciences/Environmenal Engineering/Chemistry
9 Financial Analyst ACCA/ MSc (Economics or Finance) or related field
10 GIS Specialist BSc Geography, GIS, IT

Consultants will assign adequately qualified key personnel to carry out the implementation of
the Project as described in TOR, man-month inputs for which are indicated above. The key
personnel should possess the qualifications and experience as indicated against each position
as described above.

40
ANNEXURE D: REPORTING REQUIREMENTS
Report should be provided in accordance with Annexure B with 5 Copies Each
Monthly reports and other reports as applicable are to include schedules of contract
payments and variation orders, graphical representations of progress against program, based
on the approved contract schedules, charts of physical progress on major items, relevant
photographs and details of impediments to the works and proposals for overcoming these.
Response to M & E, audit and other forum seeking information’s

41
ANNEXURE E: KEY PERSONNEL AND SUB
CONSULTANTS

Key Personnel and Sub consultants

List under:

42
ANNEXURE F: BREAKDOWN OF CONTRACT PRICE IN
FOREIGN CURRENCY

Breakdown of Contract Price in Foreign Currency

List hereunder cost estimates in foreign currency

43
ANNEXURE G: BREAKDOWN OF CONTRACT PRICE IN
LOCAL CURRENCY
Breakdown of Contract Price in Local Currency

List hereunder cost estimates in LocalCurrency

44
ANNEXURE H: DOCUMENTS TO BE PROVIDED BY
THE CLIENT UPON REQUEST

Documents to be provided by the client upon request

Thanks

45

S-ar putea să vă placă și