Beruflich Dokumente
Kultur Dokumente
DEVELOPMENT PROGRAMME
(RSHDP)
Content
Sl. No./
Chapter
CHAPTER I
1.1
1.2
1.3
1.4
1.5
1.6
1.7
CHAPTER II
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
2.9
2.10
CHAPTER III
3.1
3.2
3.3
3.4
3.5
CHAPTER IV
4.1
4.2
4.3
4.4
4.5
4.6
CHAPTER V
5.1
5.2
5.3
Page
No.
Description
ABOUT THE PROJECT
Goal of the project
Overall objective
Project Components
Objective of the Manual
Scope of the Manual
Modification to Manual
Reference to the World Bank/IDA
PROCUREMENT POLICY, PLAN & STRATEGY
Procurement policy
The Procurement plan
Financial delegation
Invitation of bids
Opening of Bids
Evaluation of Bids-Constitution Of Evaluation
committee
Implementation Arrangement
Procurement Review
Fraud and Corruption
Misprocurement
METHODS OF PROCUREMENT OF GOODS &
WORKS
General
Scope of work & Options
Thresholds for Procurement Methods and prior
review
NCB Provisions
Different Mode of Procurement
PREPARATION PROCESS FOR BIDDING
General
Bidding documents
Clarification Process
Important Features of bid process
Fraud & Corruption
Qualification Criteria
PROCUREMENT PROCESS For RFQ
General
Prior Review Thresholds
Method of Procurement
4
4
5
6
7
7
7
9
9-10
10-11
11
11
11
12-13
14-15
15
15-16
17
17
18-20
20-21
21-28
29
29
29
29-31
31
30
32
32
32-33
2 | Page
Sl. No./
Chapter
5.4
5.5
5.6
5.7
CHAPTER VI
6.1
6.2
6.3
6.4
Page
No.
Description
33
33
33
34
35
35
36
36
36
37
37
37
38
38-39
40
40-41
41
41-50
50-51
51
51
52
52
52-53
54-60
61
62
3 | Page
CHAPTER I
ABOUT THE PROJECT
1. Project description:
1.1
Overall objective:
Rajasthan, area wise (342,239 sq. km) is the biggest state of the
country. It has a population of 68.6 million and located in the Western
region. Rajasthan is lagging in many key socio-economic indicators and
is one of the low income states. Rajasthan stands at 17th place out of
29 states of the country in terms of the Human Development Index.
About 75 percent of the states population is rural and mainly depends
on agriculture for its livelihood.
The state has good potential for growth in agriculture and agro-based
industries, mining, minerals processing, tourism, handicrafts and
cottage industries. The states potential is underutilized due to
inadequate road infrastructure and market linkages. The need for high
quality road infrastructure is recognized to exploit the states potential.
The Govt. of Rajasthan has sought assistance from the World Bank for
preparing and implementing the Rajasthan State Highways
Development Program (RSHDP). The project objective is to assist the
Public Works Department, Rajasthan to improve the quality, capacity,
and management of its road network.
The project seeks to:
a. Widen all State Highways and MDRs to two lane standard.
b. Improve the geometrics of roads and avoid congestion in built
up section of highways.
c. Improve asset management as measured by savings in asset
value and other means; and
d. Increase in road safety ratings of Highways proposed for
development.
e. The proposed project seeks to improve PWDs institutional
structure and systems, staff capacities, and business processes
including those for procurement, environment and social
management, monitoring and controls, and grievance handling.
4 | Page
Project Components:
Component A:
Improvement of State Highways: (USD
million)
the component will support improvement / up gradation of
priority sections of SHs/ MDRs to improve the highway
environment, efficiency of road network, smooth flow of traffic
with optimum travel time. This in turn will facilitate regional
integration and enhance overall social and economic wellbeing of
the community.
This component will consist of rehabilitation / improvement
/ up gradation of state highways / MDRs through PPP (Annuity)
and EPC mode of procurement for about 3000 kms of highways.
The feasibility studies for most of the highways under this
component have been completed. The improvement standards
have been proposed to confirm IRC standards. Procurement for
construction activities will be carried out based on standard bid
documents prepared by planning commission, Government of
India, duly concurred by the World Bank. This will also include:
a) Demonstration of new technologies to promote cost
effective, modern, climate proof and environment friendly
road construction.
b) Project
preparation,
supervision,
management
and
monitoring support.
c) Resettlement and Rehabilitation assistance to projectaffected people.
One of the salient feature of this component will be assured
satisfactory maintenance of the road surface with
reasonable riding surface of the highway for the entire
concession period of 10 years.
Component B:
Institutional Development:
5 | Page
Component C:
Road Safety Management Plan: This component will
support the strengthening of road safety management systems in
Rajasthan with the objective of reducing the number of fatalities
and serious injuries from traffic accidents in the state. The
existing highway alignment will be technically evaluated for its
engineering design by the feasibility consultant during planning
stage, IE /AE at the construction phase with expert inputs from
the safety consultant. The intervention levels, type, adequacy and
the time lines will be decided and monitored for their
effectiveness regularly by the independent safety consultant
through periodic safety audits.
This will also be accomplished through:
1. Intelligent transportation systems (ITS)
2. Development of Road Accident Data Management System
(RADMS).
6 | Page
7 | Page
1.4
Modification to Manual
8 | Page
1.7
9 | Page
CHAPTER II
PROCUREMENT POLICY, PLAN & STRATEGY
2.1
Procurement policy:
Procurement Plan
10 | P a g e
Financial delegation:
11 | P a g e
Authority
Delegation
Full Power
Authority
Delegation
CID
Any Amount
ECID
Up to Rs 500 Crores*
Invitation of bids:
Bids for procurement of goods and works will be invited by the Project
Management Unit (PMU) i.e. PPP Dn. Headed by Additional Chief
Engineer (PPP).
2.5
Opening of Bids:
Bids will be opened at the specified place, date and time by the
Additional Chief Engineer (PPP) at Jaipur office.
2.6
Secretary PWD
Additional Chief Engineer(PPP)
Financial Advisor (PPP)
Superintending Engineer PPP (WB).
12 | P a g e
2.7.
Implementation Arrangement
Ex.
Engineer
(HQ)
Executive
Engineer
(Procurement)
Asstt.
Engineers
(2 Nos)
Superintending EngineerPPP
(WB)
Executive
Engineer (road
safety)
Asstt.
Engineers
(2 Nos)
Executive
Engineer (Proposal
& monitoring)
Financial
Advisor
Sr.
Accountan
t
Accounts
officer
Asstt.
Engineers
(2 Nos)
PMC
13 | P a g e
PIU-1
PIU-7
AEn
AEn
PIU-2
DAO
Cashier
14 | P a g e
2.8
A.
Procurement Review:
Prior review of contracts for Goods and Works
Contracts for Goods and Works shall be subject to prior review by the
World Bank at following stages:
B.
15 | P a g e
The Bank may also, depending on risks and the scope of the project
(e.g., involving many small value and simple contracts), agree with the
PMU that they appoint independent entities to carry out Post Reviews,
in accordance with terms, conditions and reporting procedures
acceptable to the Bank. In such cases, the Bank will review the reports
submitted by the PMU, and retains its right to directly conduct post
reviews during project implementation as may be needed.
2.9
Misprocurement
In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, or its agents, or its subconsultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process
or contract execution for undue advantage is improper.
16 | P a g e
17 | P a g e
CHAPTER III
METHODS OF PROCUREMENT OF GOODS AND WORKS
3.1
General
*PMC is being appointed under ADB which would also assist PMU
in World Bank funded projects.
3.3
Value*
(Threshold per
contract)
Civil Works
Procurement
Method
Contracts subject
to Prior
Review/Post
Review
[i] Shopping [i] Post review only
(Minimum
3
[ii]Force Account
method
shall
be
quotations)
followed, if included
the
approved
[ii]
Force in
Procurement
Plan.
Account
Bank will provide
prior no objection to
the use of Force
account
for
the
works proposed if
justified in terms of
Para 3.9 of the
Procurement
Guidelines.
National
First
NCB
works
Competitive
contract
regardless
Bidding (NCB) of value. All other
contracts are subject
to post review.
First
NCB
works
contract
regardless
of value and all
contracts above US$
15 Million equivalent
each will be prior
reviewed
by
the
Bank.
All other contracts
are subject to post
review.
All
ICB
contracts
irrespective of value
19 | P a g e
will be subject
prior review.
to
Value Threshold
(i)
US$
100,000 Shopping
equivalent or less per (Minimum
3
contract.
quotations)
DGS&D
rate
#
contracts
(ii)
Proprietary
equipment; software;
print, audio or visual
educational
publications;
and
other
learning
resources irrespective
of value.
(iii) Contracts of more
than US$ 100,000
equivalent but less
than US$ 3 Million
equivalent.
(iv) Contracts of more
than US$ 3 Million
equivalent.
(v)
Framework
Agreement
(FA)^
Subject to inclusion of
FA as procurement
method for specific
items
in
the
procurement plan.
Methods
Direct
Contracting
National
Competitive
Bidding (NCB)
Review
Arrangements
Post review only
International
Competitive
Bidding (ICB)
3.4
1) Only the model bidding documents for NCB agreed with the GOI
Task Force (and as amended for time to time), shall be used for
bidding.
2) Invitations to bid shall be advertised in at least one widely
circulated national daily newspaper (or on a widely used website or
electronic portal with free national and international access along
with an abridged version of the said advertisement published in a
widely
circulated
national
daily
inter-alia
giving
the
website/electronic portal details from which the details of the
invitation to bid can be downloaded), at least 30 days prior to the
deadline for the submission of bids.
3) No special preference will be accorded to any bidder either for price
or for other terms and conditions when competing with foreign
bidders, state-owned enterprises, small-scale enterprises or
enterprises from any given State.
21 | P a g e
For all contracts which are subject to World Banks prior review,
PMU shall forward the Bidding Documents for Banks review and
no objection. Various stages of prior review for such contracts are
detailed in Para 2.8 of Chapter II.
Bidding period shall be 45 days from the date of start of the sale
of bidding documents or publication of IFB in the newspaper
whichever is later.
Bidding documents shall state either that (a) bid prices will be
fixed or (b) that price adjustments will be made to reflect any
changes (upwards or downwards) in major cost components of the
contract, such as labor, equipment, materials, and fuel. Price
adjustment provisions are usually not necessary in simple
contracts involving delivery of goods or completion of works within
eighteen months, but shall be included in contracts which extend
beyond 18 (eighteen) months.
Bidding documents shall state that the bidder may express the bid
price in any currency. If the bidder wishes to express the bid price
as a sum of amounts in different foreign currencies, they may do
so, provided the price includes no more than three fully
convertible foreign currencies.
The Project shall arrange public opening of all bids received by the
deadline for bid submission at the designated place stipulated in
the bidding documents, irrespective of the number of bids
received by such deadline.
electronic portal.
First NCB document for each type of work will be sent to the World
Bank for review and no objection, before commencing the procurement.
3.5.3 Shopping
Shopping is a procurement method based on the comparing price
quotations obtained from several suppliers (in the case of goods) or
from several contractors (in the case of civil works), or service
providers (in the case of non-consulting services), with a minimum of
three, to assure competitive prices. It is an appropriate method for
procuring readily available off-the-shelf goods or standard specification
commodities of small value, or simple civil works of small value when
more competitive methods are not justified on the basis of cost and
efficiency.
If the PMU/PIU has been unable to obtain at least three quotations, it
shall provide the Bank with the reasons and justification why no other
competitive method could be considered and obtain a no objection
before proceeding on the basis of the only responses already received.
27 | P a g e
28 | P a g e
29 | P a g e
CHAPTER IV
PREPARATION PROCESS FOR BIDDING
4.1
4.1.1
General
Typical activities involved in procurement of development of
state highways and road safety plans are as under:
(i)
(ii)
(iii)
(iv)
4.1.2 After the scrutiny of the DPR has been completed, the PMU
should proceed to prepare the Bidding Documents i.e. RFQ, RFP
and DCA in consultation with PIU. The wordings and description
of these documents should match with the standard Book of
Specifications for two laning, i.e. SP-73:2015
4.2
Bidding Documents
Model Bidding Documents (RFQ, RFP, and DCA for PPP-annuity and
EPC) have been drawn up for procurement of projects included in the
RSHDP and the same have been agreed with the World Bank.
4.3
Clarification Process:
criterions in bid documents for RFQ. For RFP stage only package
specific qualified bidders are allowed to participate.
4.4.2 RFQ applications/ RFP Bidding shall be carried out only through
electronic tendering system. Minimum bidding time of 45 days
should be allowed from the date of publication of e-Procurement
Notice in the press, or the date the bidding documents are
made available on the website, whichever is later with a pre-bid
meeting to be held midway.
4.4.3 A pre-bid meeting should be held for each invitation of bid at the
ACE (PPP) office to clarify the issues and to answer questions on
any matter that may be raised by the bidders. Minutes of the
meeting, including the text of the questions raised and the
response will be uploaded on the website. Any modification of
the bidding documents which may become necessary as a result
of the pre-bid meeting shall be made by the PMU exclusively
through the issue of an addendum which will also be uploaded
on the website.
4.4.4 Bidder shall be a private or an individual legal entity or a
combination of them with a formal intent to enter into an
agreement or under an existing agreement in the form of a
Joint Venture (JV).
4.4.5 Maximum number of partners in JV shall be three. In case of JV,
all the partners shall be jointly and severally liable for the
successful completion of the work.
4.4.6 The prospective bidder is required to have enrolment /
registration in the website which is free of cost. For submission
of bids, the bidder should have Digital Signature Certificate
(DSC) from one of the authorized Certifying Authorities (CA).
Bidders are required to obtain separate DSCs for signing and
encryption, issued by the same CA, for participating in the
electronic bid submission. (This holds good for domestic
bidders. However, is this provision applicable for international
bidders too?)
4.4.7 The bidder is required to enter details of the bid online in the
prescribed formats. In addition scanned copies of various
documents specified in ITB clause 13.2 of the Model Bidding
Documents are required to be uploaded on the website.
Submission of Original Documents: The bidder is also required
to submit to the Employer (a) original demand draft towards the
cost of bidding documents (b) original bid security in approved
form and (c) original affidavit regarding correctness of
information furnished with bid document, which shall reach on a
date not later than the date of opening of Bids. To facilitate
timely submission of original documents, the date for opening of
31 | P a g e
bids should be fixed two working days after the deadline for
submission of bids.
4.4.8 Bid validity shall be of 120 days and Bid security shall be valid in
accordance with the provision laid down under Section-2
Instructions to Qualified Applicants clause 2.20 of the RFP.
4.4.9 No later than 120 days from the date of signing of concession
agreement, the concessionaire shall provide an irrevocable and
unconditional Performance security in the form of guarantee
from a bank for a sum, specified under Article 9 of RFP, in the
form set forth in Schedule-F of DCA. The release of performance
security shall be as specified under Article 9.3 of DCA. Further,
the concessionaire shall provide Deemed Performance Security
as specified under Article 9.4 of DCA.
4.5
Qualification Criteria
32 | P a g e
CHAPTER V
PROCUREMENT PROCESS FOR RFQ
5.1
General
E-Procurement Notice and Invitation for Qualification: The EProcurement Notice and the Invitation for RFQ shall be prepared as per
format provided in the RFQ and put up on the website as agreed with
the World Bank. The e-procurement notice will be published in at least
one widely circulated National English newspaper; it will also be
published in the local newspaper(s) to ensure wide publicity among the
local contractors; and the notice shall also be published on UNDB
online and state SPPP Portal.
5.3
Method of Procurement
as specified under clause 2.15 of RFQ. The ACE (PPP) has to respond to
the request(s) for clarifications received earlier than ten days prior to
the deadline for submission of bids. Description of clarification sought
and the response thereto will be uploaded for information of the public
or other applicants without identifying the source of request for
clarification. The corrigendum/addendum to RFQ document will be
issued online and It will appear on the web page of the website
www.eproc.rajasthan.gov.in; SPPP Portal; and UNDB online.
5.4
Rejection of Applications
34 | P a g e
5.7
Procurement steps are explained in the form of a flow chart as under:Flow chart of the procurement process
ASSESSMENT OF REQUIREMENTS
PRE APPLICATION
CCONFERENCE
MEETING
RECEIPT AND OPENING OF
APPLICATIONS
EVALUATION OF
APPLICATIONS
SEEKING NO OBJECTION OF BANK WHEN APPLICABLE
NOTIFICATION OF QUALIFIED
APPLICANTS
ISSUANCE OF RFP
35 | P a g e
CHAPTER VI
PROCUREMENT PROCESS FOR RFP
6.1
The RFP Documents which have been agreed with the Bank for
ICB procurement of works have been referred to at a number of places
in the subsequent paragraphs of this chapter.
6.1.1 The PWD shall establish an Evaluation Committee for evaluation
of bids as brought out in Para 2.6 of Chapter II.
6.1.2 The Invitation for Bids (IFB) shall be issued to only pre-qualified
Applicants (the Bidder(s)) through e-procurement notice. A
minimum of 45 (forty five) days shall be provided for
submission of bids (from the date of publishing the eProcurement Notice in the newspaper or availability of bidding
documents on the website for downloading, whichever is later).
6.1.3 The process of approval and the time frame shall be defined
while constituting the Procurement Evaluation Committee. The
time frame should be such that generally the finalization of bids
gets completed within 90 days of the bid submission date.
6.1.4 Clarification process during bidding and issue of amendments
shall be dealt in accordance with Para 2.8, Clarifications of
RFP document and Amendment of RFP shall be dealt in
accordance with Para 2.9, Amendment of RFP.
6.2
6.2.1 The Authority shall open and evaluate the bids in accordance
with Para 3.1 of RFP. Prior to the evaluation of bids, the
authority shall determine whether each bid is responsive to the
requirement of the RFP in accordance with Para 3.2 of RFP. An
electronic summary of the opening of Bids is generated and
kept online. PPP Dn. will also prepare minutes of the Bid
opening, including the information disclosed in accordance with
Instructions to Qualified Applications and upload the same for
viewing online after seeking No Objection of the Bank.
6.2.2 The Evaluation Committee will arrange immediate verification of
the genuineness of the Bid security submitted by the bidders, so
as to ensure that the outcome of this verification is known at
the time of finalization of the Evaluation.
36 | P a g e
6.3
Evaluation Report
Single Bids
6.6
PPP Division shall publish on the website of the e-tendering system and
the website of the PWD result of the bidding process. Following
information shall be published/ uploaded on the website(s):
a.
b.
c.
d.
e.
In the publication of Contract Award, the PMU shall specify that any
bidder who wishes to ascertain the grounds on which its bid was not
selected, should request an explanation from the Employer.
Following the publication of the award, if an unsuccessful bidder
requests an explanation, the PPP Division shall promptly provide in
writing an explanation of why its bid was not selected. If a bidder
requests a debriefing meeting, they shall bear all their costs of
attending such a debriefing meeting.
6.8
6.8.1 After the contract has been signed between the parties and
performance security deposited by the Contractor, the PMU &
Concessionaire may proceed for satisfying the condition
precedent. On satisfying the condition precedent by both the
parties the financial close shall be achieved. The date of
achieving the financial closure shall be the date for
commencement of the concession i.e. the appointed date for
the agreement.
6.8.2 The authority may also require the Concessionaire to submit
through independent engineer necessary work programme
38 | P a g e
Rejection of Bids
6.9.1 The Authority reserves the right to reject any Bid and to annul
the Bidding Process and reject all Bids at any time without any
liability or any obligation for such acceptance, rejection or
annulment, and without assigning any reasons therefor. In the
event that the Authority rejects or annuls all the Bids, it may, in
its discretion, invite all eligible Qualified Applicants to submit
fresh Bids hereunder.
The Authority reserves the right not to proceed with the Bidding
Process at any time, without notice or liability, and to reject any Bid
without assigning any reasons.
6.10
Procurement steps are explained in the form of a flow chart as under:Flow chart of the procurement process
ISSUE OF LOA
SIGNING OF CONTRACT
40 | P a g e
CHAPTER VII
PROCUREMENT OF CONSULTING SERVICES
7.1
General
7.2
Prior-Review Thresholds:
Prior-review and procurement
method thresholds agreed for the project are detailed below. These
thresholds shall be reviewed periodically during the life of the project
to bring in any changes as demanded by further risk assessments.
Table: Methods and Value thresholds for Consultancy Services
Consulting
(a) More than Quality and Cost First Contract of
Services
US$300,000
Based
Selection each methods of
(Firms)
equivalent per (QCBS) Or Quality selection
contract.
Based
Selection
irrespective
of
(QBS)
value and all
subsequent
(b)
up
to Quality and Cost contracts valued
US$300,000
Based
Selection above US$ 1
equivalent per (QCBS) Or
Million will be
contract
Quality
Based subject to Prior
Selection (QBS)
Review by the
Or Selection based
World Bank. All
on
Consultants
other contracts
41 | P a g e
Individual
Consultants
Qualification (CQ)
Selection based on
a Fixed Budget
(FBS) Or
Selection Based on
Least Cost (LCS)
Competitive
Selection based on
review
of
a
minimum
3
shortlisted
Consultants
in
accordance
with
Section V of the
Consultant
guidelines
will be subject
to post review.
Prior Review of
all
contracts
valued
above
$100,000
per
contract.
All
other contracts
will be subject
to post review
Methods of procurement:
For Consulting Services :
The PMU shall follow the method of selection for hiring a firm for
providing the consulting services as specified in the Procurement Plan
agreed with the Bank.
7.4
42 | P a g e
The scope of the services described in the TOR shall be compatible with
the available budget. TOR shall define clearly the objectives, goals, and
scope of the assignment and provide background information (including
a list of existing relevant studies and basic data) to facilitate the
consultants preparation of their proposals. If transfer of knowledge or
training is an objective, it should be specifically outlined along with
details of number of staff to be trained, and so forth, to enable
consultants to estimate the required resources. However, the TOR
should not be too detailed and inflexible. Firms should be encouraged
to comment on the TOR in their proposals. The respective
responsibilities of the procuring entity and consultant should be clearly
defined in the TOR.
43 | P a g e
The RFP shall indicate the estimated level of experts time inputs or the
estimated total cost of the contract, but not detailed estimates such as
fees.
7.4.3 Selection process only at PMU level
Procurement of consulting services for the RSHDP will be undertaken
only by the PMU. Accordingly, the Request for EOI (REOI) & the
Request for Proposal will be issued by the Additional Chief Engineer
(PPP). The entire process of evaluation of EOIs, short-listing the
Consultants and evaluation of the proposals, negotiations with the
highest ranked Consultant will be conducted by the Evaluation
Committee set up at the PMU/ECID/CID level.
7.4.4 Advertising REOI
Procurement in the Project should commence after the GPN has been
published in UN Development Business online (UNDB online) and on the
Banks external website. For procurement of each contract for
consulting firms included in the Procurement Plan, PMU will advertise
the request for expression of interest (REOI) in at least one national
newspaper having wide circulation. In addition, for assignments
expected to cost more than US$ 300,000 PMU will submit the REOI to
the Bank for publishing it in UNDB online.
The information requested in the REOI shall be the minimum required
to make a judgment on the firms suitability and not be so complex as
to discourage consultants from expressing interest. REOIs shall include
the following information applicable to the assignment: required
qualifications and experience of the firm but not individual experts bio
data; short listing criteria; and conflict of interest provisions.
The Format for the REOI prescribed by the Bank shall used for inviting
the EOI.
44 | P a g e
Not less than 14 days from date of posting on UNDB online shall be
provided for responses, before preparation of the short list. The late
submission of a response to a REOI shall not be a cause for its rejection
unless the SPU has already prepared a short list, based on received
EOIs, that meets the conditions of wide geographical spread discussed
in the next paragraph. The Bank will arrange the simultaneous
publication of all REOIs prepared and submitted by the Borrowers on
the Banks external website.
7.4.5 Short List of Consultants
If an advertisement has been issued calling the Expressions of
Interest, responses received shall be evaluated to arrive at a shortlist
of the consultants. In preparation of the shortlist, first consideration
shall be given to those firms expressing interest that possess the
relevant qualifications. The shortlist shall comprise six firms with a wide
geographic spread, with (i) no more than two firms from any one
country unless there are no other qualified firms identified to meet this
requirement; and (ii) and at least one firm from a developing country,
unless no qualified firms from developing countries could be identified.
When any of the above requirements cannot be met on the basis of
received EOIs, the Borrower may directly solicit interest from qualified
firms based on its own knowledge, or request Bank assistance in
providing the long list of firms that the Bank expects to be capable of
undertaking the assignment.
Exceptionally, the Bank may agree to short lists comprising a smaller
number of firms when there are not enough qualified firms having
expressed interest for the specific assignment, when enough qualified
firms could not be identified, or when the size of the contract or the
nature of the assignment does not justify wider competition.
For contracts valued below US$ 800,000 equivalent, the shortlist may
comprise entirely national consultants, if a sufficient number of
qualified national firms is available for having a short list of firms with
competitive costs, and when competition including foreign consultants
is prima facie not justified or foreign consultants have not expressed
interest.
The short list should preferably comprise consultants of the same
category, similar capacity, and business objectives, experience and field
of expertise, and that have undertaken assignments of a similar nature
and complexity.
7.4.6 Preparation and issue of Request for Proposal (RFP)
The RFP shall provide bidders with the information necessary to enable
them to participate in the selection process and to submit proposals
that are responsive to the needs of the procuring entity. PMU shall use
45 | P a g e
Letter of invitation (LOI): The LOI shall state the intention of the
procuring entity to enter into a contract for the provision of the
consulting services, the sources of fund, the details of the Client
and the date, time and address for submission of proposals.
and TOR that their financial proposals will be returned unopened after
the signature of the contract. In addition the PMU shall inform each of
the above consultants of their overall technical score as well as scores
obtained for each criterion and sub-criterion if any.
The PMU shall simultaneously notify the consultants that have secured
the minimum qualifying mark, the date, time, and place set for opening
the financial proposals. The opening date shall be set allowing sufficient
time for consultants to make arrangements to attend the opening of the
financial proposals. The financial proposals shall be opened publicly in
the presence of representatives of the consultants who choose to
attend. The name of the consultant, the technical scores, including the
break-down by criterion, and the offered total prices shall be read aloud
and recorded when the financial proposals are opened. The PMU shall
also prepare the minutes of the opening and a copy of this record shall
be promptly sent to the Bank and to all consultants who submitted
proposals.
The Borrower shall then evaluate and compare the financial proposals.
Prices shall be converted to a single currency using the selling
(exchange) rates for those currencies quoted by the official source as
stated in the RFP.
For a time-based contract, any arithmetical errors shall be corrected,
and prices shall be adjusted if they fail to reflect all inputs that are
included in the respective technical proposals. For a lump-sum contract,
the consultant is deemed to have included all prices in its financial
proposal; so neither arithmetical corrections nor price adjustments shall
be made, and the total price, net of taxes included in the financial
proposal shall be considered as the offered price.
For the purpose of evaluation, the offered prices shall exclude local
identifiable indirect taxes on the contract and income tax payable on
the remuneration of services rendered in India by non-resident experts
and other personnel of the consultant. The offered total price shall
include all consultants remuneration and other expenses such as
travel, translation, report printing, or secretarial expenses. The
proposal with the lowest offered total price may be given a financial
score of 100 and other proposals given financial scores that are
inversely proportional to their prices.
7.4.10 Combined Quality and Cost evaluation
The total score shall be obtained by weighting the quality and cost
scores and adding them. The proposed weightings for quality and costs
shall be specified in the RFP. The firm obtaining the highest total score
shall be invited for negotiations.
7.4.11 Negotiations and Award of Contract
48 | P a g e
(b) The overall technical scores and scores assigned for each
criterion and sub-criterion to each consultant;
(c) The prices offered by each consultant as read out and as they
have been evaluated;
(d) The final combined scores and the final ranking of the
consultants;
(e) The name of the successful consultant and the total price,
duration, and summary scope of the contract.
The same information shall be sent to all consultants who had
submitted proposals.
The Bank will arrange the publication of the award of contracts under
prior review on its external web-site upon receipt from the PMU of a
conformed copy of the signed contract.
7.4.13 Debriefing
In the publication of contract award the PMU shall specify that any
consultant who wishes to ascertain the grounds on which its proposal
was not selected, should request an explanation from the Client. The
PMU shall promptly provide in writing an explanation of why such
proposal was not selected. If a consultant requests a debriefing
meeting, they shall bear all their costs of attending such a debriefing
meeting.
7.4.14 Review of the consultancy contracts by the World Bank
A.
Prior Review
B.
Post Review
7.5.1
7.5.2
The Client and the consultant shall then negotiate the financial
proposal and the contract. All other aspects of the selection process
shall be identical to those of QCBS, including the publication of the
51 | P a g e
7.6.1
7.6.2
7.7
53 | P a g e
7.8
This method is appropriate only when the assignment is simple and can
be precisely defined and when the budget is fixed. The RFP shall
indicate the available budget and request the consultants to provide
their best technical and financial proposals in separate envelops, within
the budget. TOR should be particularly well prepared to make sure that
the budget is sufficient for the consultants to perform the expected
tasks. Evaluation of all technical proposals shall be carried out first as
the QCBS method. Then the price proposals shall be opened in public
and prices shall be read out loud. Proposals that exceed the indicated
budget shall be rejected. The consultant who has submitted the highest
ranked technical proposal among the rest shall be selected and shall be
invited to negotiate a contract. The Award of Contract shall be
published as described in paragraph 6.4.11 above.
7.9
7.9.1
7.9.2
55 | P a g e
Annex-1
SAMPLE BID EVALUATION REPORT FOR CIVIL WORKS
NAME OF WORK:
DEVELOPMENT & UP GRADATION
PROJECT ROADS UNDER PPP SCHEME UNDER PACKAGE No
1.
OF
The works covered under this bid is for project Road Package No.
.., Work of Kilometers of various roads in Rajasthan state.
The estimated project cost of the work under package is of Rs.
Crore. This package of the work is included in SN of the
Procurement Plan which has been cleared by the Bank on
[insert date]
2.
Bidding document:
The bidding document used for this procurement is as per the model
bidding document cleared by the Bank.
Bids were invited through e-tendering System and NCB bidding
procedure.
Salient points of bidding document:
(a) Stipulated period of completion :
(b) Price adjustment
.. Months
seasons.
including
rainy
56 | P a g e
e-Procurement Notice and the Invitation for Bids (IFB) are enclosed at
Attachments ..& .
The copy of the invitation to bid was also sent to all departments for
publication in their office notice boards and wide publicity. The
invitation for bid was also sent to all the formations of the Rajasthan
State Public Works Department for wide publicity.
The dates of publishing the e-Procurement notice and Corrigendum (if
applicable) in the press are as follows:
Publication of e-Procurement Notice
S.No.
Name of New
Paper
1
2
3
4
5
Level
Date of
Publication
National
State
State
State
State
Name of New
Paper
Level
Date of
Publication
National
State
State
State
State
.
..
..
.
Bid response:
Bid opening:
Name of
Bidder
Nationality
Bid price As
read out (Rs.)
Remarks
1.
2.
58 | P a g e
6.
Evaluation of Bids
6.1
Clarifications obtained
7.
7.1
Arithmetical errors:
S.
No.
1
7.2
Name of Bidder
Bid price as
Quoted
Bid price as
Corrected
All the bids are duly signed by the bidders and the name of the bidder
appearing in the bid form is the same as the name whose electronic
signature has been used for uploading the bid.
The following documents (in original) have been received from all
bidders before the specified date and time for opening of the bids (i. e.
before date ..Hour.):
(i)
(ii)
(iii)
Bid Validity
As per Clause 2.17 of RFP bids shall remain valid for a period not less
than 120 days after the deadline for the submission of the bid
mentioned in Cl. 1.3 of RFP. The bids were submitted up to
and hence the bids are to be valid up to ...
59 | P a g e
7.4
Bid Security:
Name of
Bidder
Amount Type
Bank
Validity
1.
2.
3.
Bank guarantees are in prescribed format and there are no additional
remarks making them conditional and unacceptable. Further, the
Evaluation Committee has arranged verification of the authenticity of
the Bank Guarantees by contacting the issuing banks, and obtaining
written confirmations in this regard.
7.5
None of the bidders have stipulated any deviations from the Technical
Specifications and all bids are considered technically responsive.
8.
S. No.
Name of
Bidder
1.
2.
3.
9.
In view of the above the bids of the following bidders are determined
as substantially responsive to the provisions in the bidding documents.
1.
2.
3.
10.
60 | P a g e
Name of
bidder
Bid Price
Remark
1st
2nd
3rd
The lowest evaluated responsive bid is that of M/s ..
and the bid price is Rs. .. This is ______% lower / excess
over the indicative project cost put up for bidding arrived at as the
outcome of the Detailed Project Report appended with the bid
document.
11.
12.
Recommendation:
61 | P a g e
[E.E.]
[S.E.]
[C.A.O.]
[ACE (PPP)]
Attachments:
1.
2.
Copy of e-Procurement
Attachment 2
3.
4.
5.
6.
7.
Notice
(Press
Advertisement)
62 | P a g e
Annex-2
Method of calculating Available Bid Capacity
The available bid capacity of a single entity bidder will be calculated as
under:
Assessed Available Bid Capacity = (A*N*M-B)
Where:
N=
Number of years prescribed for completion of the works for
which bids are invited (period up to 6 months to be taken as half
year and more than 6 months as one year).
M=
The Multiplying Factor (2 for Rural connectivity works & 1.5
for all other works) The factor specified in the Bidding Documents
would then be applicable to the above mentioned formula.
Bid Capacity of a JV
If the bidder is a Joint Venture firm, the available bid capacity of each
partner will be applied (using the above formula) to the extent of his
proposed participation in the execution of the work. The combined
available bid capacity of all partners shall be more than the total bid
value.
_________________________
Note:
The statements showing the value of existing commitments
and ongoing works as well as the stipulated period of completion
remaining for each of the works listed should be countersigned by the
Engineer in charge, not below the rank of an Executive Engineer or
equivalent.
63 | P a g e
Annex-3
AE
Assistant Engineer
BOQ
Bill of Quantities
CAG
CE
Chief Engineer
DPR
EE
Executive Engineer
EMP
ESMF
GCC
IA
Implementing Agency
IFB
ITB
Instructions to Bidders
JE
Junior Engineer
JV
Joint Venture
MBD
NIT
PEC
PIU
PMC
PMU
PWD
Rs
SE
Superintending Engineer
WB
World Bank
Units
Lakh
1,00,000
Crore
1,00,00,000
64 | P a g e