MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC
Transcript of MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC
MINUTES OF PRE-PROPOSAL CONFERENCE THROUGH VC Date of Pre Proposal Conference
01-09-2021 at 11:30AM
Name of Consultancy/ Assignment
Hiring of Consultant for “Performance Improvement Support” for water supply schemes undertaken by DWSS, Government of Punjab under Jal Jeevan Mission
Name of those present from the employer
1. Head, DWSS
2. Project Manager, JJM, DWSS
3. Superintending Engineer (Technical), DWSS
4. Executive Engineer (Procurement), DWSS
5. Executive Engineer (Technical), DWSS
6. Joint Controller (F&A), DWSS
7. Sub-Divisional Engineer (Procurement), DWSS
8. Procurement Specialist
From Prospective Consultants
1. Emst & Young LLP, Gurgaon.
2. KPMG in India, Chandigarh.
3. NABARD Consultancy Pvt. Ltd. New Delhi.
4. Grant Thornton, Chandigarh.
5. THE NISARGA Consultancy, Pune.
6. Deloitte Touche Tohmatsu India LLP, Gurgaon.
7. Vision EIS Consulting Pvt. Ltd.
8. Almondz Global Securities Limited.
9. WAPCOS Ltd.
ADDENDUM No.1 – 24-09-2021
Hiring of Consultant for ‘Performance Improvement Support’ for water supply schemes undertaken by DWSS, Government of
Punjab under Jal Jeevan Mission
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
1. Section 2,
Instruction to
Consultant
(ITC), E.
Datasheet,
Clause 21.1
and
Section 7, Terms
of Reference,
Clause 5
Eligibility criteria for the Consultancy firm:
(iii) The Applicant firm should have a minimum people strength of at least 300 staff on its payroll as on 31st March 2021.
(iv) Should have Average Annual Turnover of at least Rs. 100.00 Crore during Financial Years 2017-18, 2018-19 and 2019-20 based on CA audited financial statements.
Eligibility criteria for the Consultancy firm: (iii) The Applicant firm should have a minimum people
strength of at least 200 staff on its payroll as on 31st March 2021.
(iv) Should have Average Annual Turnover of at least Rs. 50.00 Crore during Financial Years 2017-18, 2018-19 and 2019-20 based on CA audited financial statements.
(v) Under point C of Selection criteria: Minimum one or maximum two assignments amounting to Rs. 2.50 crores are required for qualification
(vi) Under point D of Selection criteria: Minimum one or maximum two assignments amounting to Rs 50 lakhs are required for qualification
(vii) Under point E of Selection criteria: Minimum 5 marks are required for qualification
2. Section 2,
Instruction to
Consultant
(ITC), E.
Datasheet,
Clause 21.1
and
Section 7, Terms
of Reference,
Selection Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals would be as under:
A. Annual Average turnover of last 3 years (2017-18, 2018-19 and 2019-20) from consultancy assignments in India
Maximum marks-10
Firm/Agency will be scored for Annual Average turnover
from consultancy assignments in India as under:
Selection Criteria, sub-criteria, and point system for the evaluation of the Technical Proposals would be as under:
A. Annual Average turnover of last 3 years (2017-18, 2018-19 and 2019-20) from consultancy assignments in India
Maximum marks-10
Firm/Agency will be scored for Annual Average turnover from
consultancy assignments in India as under:
Minimum INR 50 Cr. – 05 Marks
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
Clause 6 Up to INR 100 Cr. – 05 Marks For each additional INR 25 Cr. – 01 Mark CA Audited financial statements to be submitted
B. Number of years in existence of the consulting firm Maximum marks-05
More than or equal to 10 years experience (minimum required experience) from the last date of submission of proposals - 03 Marks
More than or equal to 20 years experience – 05 Marks C. Number of completed/substantially completed
assignments in providing large Project Management Consultancy/PMU/ Technical Support Unit (TSU) / Technical Support Agency (TSA) for Central / PSU/ State Government/ International Funding Agency having minimum consultancy fee of Rs. 5.00 Crore and duration not less than 1 year during last 5 years from the last date of submission of proposals
Maximum Marks – 10
Each Assignment –05 Marks Note: Minimum one assignment is required for
qualification D. Number of completed/substantially completed
assignments providing consultancy services in the water supply or sanitation sector having minimum
For each additional INR 25 Cr. – 01 Mark CA Audited financial statements to be submitted
B. Number of years in existence of the consulting firm Maximum marks-05
More than or equal to 10 years experience (minimum required experience) from the last date of submission of proposals - 03 Marks More than or equal to 15 years experience – 05 Marks
C. Number of completed/ ongoing assignments in India for providing large Project Management Consultancy/ PMU/ Technical Support Unit (TSU) / Technical Support Agency (TSA) for Central / PSU/ State Government/ International Funding Agency having minimum consultancy fee of Rs. 2.5 Crore (either one or maximum of two assignments) during last 5 years from the last date of submission of proposals." In case of Ongoing assignment, it should have completed at-least 1 year and received payment of at-least 50% of the assignment (Client payment certificate alongwith satisfactory Performance to be submitted ).
Maximum Marks – 10
D. Number of completed / ongoing assignments in India for providing consultancy services in the water supply or sanitation sector having minimum consultancy fee of Rs. 50.00 Lakhs (either one or maximum of two assignments) during last 5 years from the last date of submission of proposals." In case of Ongoing assignment, it should have received payment of at-least 50% of the assignment (Client
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
consultancy fee of Rs. 1.00 Crore and during last 5 years from the last date of submission of proposals.
Maximum Marks – 10
Each Assignment - 05 Marks Note: Minimum one assignment is required for
qualification
E. Approach, Methodology & understanding of JJM Maximum Marks – 15
Understanding of Project Objectives - 03 Marks
ISO Certifications (9001 and 27001) – 04 Marks (02 marks for each valid certification)
Experience of working with International funding agencies – 03 Marks
Sound relationship and effective leveraging/ coordination of working with Ministry of Jal Shakti – 05 Marks
Note: Minimum 5marks are required for qualification
F. Team Qualifications and competency required for the Assignment
Maximum Marks – 50
Distribution of marks for the evaluation of technical
proposal would be as under:
1. Team Leader Cum Project Monitoring and Management – 12 Marks
payment certificate alongwith satisfactory Performance to be submitted).
Maximum Marks – 10
E. Approach, Methodology & understanding of JJM Maximum Marks – 15
Understanding of Project Objectives - 08 Marks
ISO Certifications (9001 and 27001) – 04 Marks (02 marks for each valid certification)
Experience of working with International funding agencies – 01 Marks
Sound relationship and effective leveraging/ coordination of working with Ministry of Jal Shakti – 02 Marks
Note: Minimum 5 marks are required for qualification
F. Team Qualifications and competency required for the Assignment
Maximum Marks – 50
Distribution of marks for the evaluation of technical
proposal would be as under:
1. Team Leader Cum Project Monitoring and Management – 12 Marks
a) Essential Qualification- 05 Marks b) Desirable Qualification- 01 Marks c) Essential Experience- 05 Marks d) Desirable Experience- 01 Marks
2. Communication and community engagement Expert– 06 Marks
a) Essential Qualification- 2.5 Marks b) Essential Experience- 2.5 Marks
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
a) Essential Qualification- 04 Marks b) Desirable Qualification- 02 Marks c) Essential Experience- 04 Marks d) Desirable Experience- 02 Marks
2. Communication and community engagement Expert– 06 Marks
a) Essential Qualification- 02 Marks b) Desirable Qualification- 01 Marks c) Essential Experience- 02 Marks d) Desirable Experience- 01 Marks
Note: 4. Substantially completed consultancy assignments/ projects
wherein minimum 80% of the work has been completed with proof from the client in similar projects/ assignments shall be considered for evaluation.
c) Desirable Experience- 01 Marks Note:
4. Assignments signed and executed independently by the consultancy firm only shall be considered for evaluation (JVs / consortiums / sub-contracted assignments will not be considered)
3. Section 7, Terms
of Reference,
Clause 4
C). Procurement and Contract Management
C). Procurement and Contract Management
(vii) To support DWSS in bid process management
4. Section 7, Terms
of Reference,
Clause 4
D). Monitoring & Evaluation
D). Monitoring & Evaluation
(ix) M&E Expert shall prepare Functional requirement (for any new system) and Standard operating procedures (SOP) for DWSS.
(x) M&E Expert shall support in design of Architecture of Database / modules and drafting strategy for change / integration of various MIS.
5. Section 7, Terms
of Reference,
Clause 9
2. Communication & Community Engagement Expert
Desirable Qualification: Graduation in Management Module
2. Communication & Community Engagement Expert
Essential Experience: At least 5 years of work experience across
community engagement based assignments. Sound knowledge of social
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
Training
Essential Experience: At least 5 years of work experience across
community engagement based assignments. Sound knowledge of
social safeguard initiatives and earlier experience of supporting
state-wide implementation of JJM or SBM (G) is mandatory. He/
She should have knowledge of speaking, writing & reading
Punjabi language.
Desirable Experience: Experience in working with Funding agencies
such as World Bank / ADB and experience of working with
Government agencies viz. important role on GOI mission program
safeguard initiatives. He/ She should have knowledge of Punjabi
language.
Desirable Experience: Experience in working with Funding agencies such
as World Bank / ADB, experience of working with Government agencies
viz. important role on GOI mission program and experience of
supporting state-wide implementation of JJM or SBM (G)
6. Section 7, Terms
of Reference,
Clause 9
4. Monitoring & Evaluation Expert
Essential Experience: Proficiency in use of latest tools for Data
Analytics and M&E andatleast10-years of work experience. Sound
knowledge of monitoring & evaluation parameter of state-wide
implementation of JJM or SBM (G) is mandatory.
4. Monitoring & Evaluation Expert
Essential Experience: Proficiency in use of latest tools for Data Analytics
and M&E andatleast10-years of work experience. Sound knowledge of
monitoring & evaluation parameter of state-wide implementation of JJM /
SBM (G) / SBM (U) is mandatory.
7. Section 7, Terms
of Reference,
Clause 9
6. Internal Communication and Institutional Strengthening
Specialist
Essential Qualification: Post Graduate in Public Policy/MBA
Essential Experience: Public Policy Implementation for a minimum
period of five years.
6. Internal Communication and Institutional Strengthening Specialist
Essential Qualification: Post Graduate in Public Policy/MBA/ Water
Policy/ PG in Rural Development/Economics
Essential Experience: Public Policy/social development implementation/
Documentation experience for a minimum period of 3 years.
8. Section 7, Terms
of Reference,
Clause 9
5. Financial Management Specialist
Minimum Qualification: MBA (Finance)/ ICWA/ CMA degree/ CA
from a recognized institute
Desirable Experience: Experience in water supply projects in the
central/state government.
5. Financial Management Specialist
Minimum Qualification: MBA (Finance)/ ICWA/ CMA degree/ CA /
CFA from a recognized institute
Desirable Experience: Experience in water
supply/Infrastructure/Water Resources projects in the central/state
government.
9. Section 7, Terms 10. Payment Schedule, Reporting Requirement & Time Schedule 10. Payment Schedule, Reporting Requirement & Time Schedule of
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
of Reference,
Clause 10
of Deliverables:
Note:
(iii) The deductions shall be made for the period resources are
unavailable without suitable replacement for more than 2 days.
Deliverables:
Note:
(iii) The payment shall be made on the basis of attendance of key
experts verified by competent authority and work done/reports
submitted. In case any key expert is not available for more than 2
days in a month then the consultancy firm has to provide suitable
temporary replacement for the time period. In case the Consultancy
Firm is unable to provide the suitable temporary replacement for the
period beyond 2 days, then deduction shall be made.
10. SCC Clause 11.1 Effectiveness conditions are:
Effectiveness conditions are:
4. The selected consultancy firm shall provide declaration letter that
all the proposed full-time key experts being deployed, as per technical
proposal, are on the payroll of the selected consultancy firm.
11. FORM TECH-4 Form TECH-4: a description of the approach, methodology and work plan for performing the assignment, including a detailed description of the proposed methodology and staffing for training, if the Terms of Reference specify training as a specific component of the assignment. {Suggested structure of your Technical Proposal (in FTP format): a) Technical Approach and Methodology b) Work Plan c) Organization and Staffing}
a) Technical Approach and Methodology.{Please explain your
understanding of the objectives of the assignment as outlined in the Terms of Reference (TORs), the technical approach, and the methodology you would adopt for implementing the tasks to deliver the expected output(s), and the degree of detail of such output. Please do not repeat/copy the TORs in here.}
FORM TECH-4 Form TECH-4: a description of the approach, methodology and work plan for performing the assignment, including a detailed description of the proposed methodology and staffing for training, if the Terms of Reference specify training as a specific component of the assignment. {Suggested structure of your Technical Proposal (in FTP format):
a) Understanding of Project Objectives i. Technical Approach and Methodology
ii. Work Plan iii. Organization and Staffing}
b) ISO Certifications (9001 and 27001) c) Experience of working with International funding agencies d) Sound relationship and effective leveraging/ coordination of
working with Ministry of Jal Shakti
a) Understanding of Project Objectives: .{Please explain your
understanding of the objectives of the assignment as outlined in
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
b) Work Plan.{Please outline the plan for the implementation of the main activities/tasks of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and tentative delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing your understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents (including reports) to be delivered as final output(s) should be included here. The work plan should be consistent with the Work Schedule Form.}
c) Organization and Staffing. {Please describe the structure and composition of your team, including the list of the Key Experts, Non-Key Experts and relevant technical and administrative support staff.}
the Terms of Reference (TORs)} i. Technical Approach and Methodology Please explain
the technical approach, and the methodology you would adopt for implementing the tasks to deliver the expected output(s), and the degree of detail of such output. Please do not repeat/copy the TORs in here.}
ii. Work Plan.{Please outline the plan for the implementation of the main activities/tasks of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Client), and tentative delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing your understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents (including reports) to be delivered as final output(s) should be included here. The work plan should be consistent with the Work Schedule Form.}
iii. Organization and Staffing. {Please describe the structure and composition of your team, including the list of the Key Experts, Non-Key Experts and relevant technical and administrative support staff.}
b) ISO Certifications (9001 and 27001) {Please provide relevant ISO certificates}
c) Experience of working with International funding agencies{ Please provide credential and any documentary evidence of working with international funding agencies, and describe your experience & approach for the benefit of Punjab's Rural Water Supply}
d) Sound relationship and effective leveraging/ coordination of working with Ministry of Jal Shakti {Please provide credential and any documentary evidence to establish their relationship with the Ministry of Jal Shakti. The Firm should provide an approach /
Sr.
No.
Section & clause
reference
Queries regarding Existing Description Amended Description
solution for leveraging their relationship for the benefit of Punjab's rural water supply.}
12. Section 4.
Financial
Proposal -
Standard Forms
{Notes to Agency shown in brackets { } provide guidance to the Agency to prepare the Financial Proposals; they should not appear on the Financial Proposals to be submitted.} Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided in Section 2.
FIN-1 Financial Proposal Submission
FIN-2 Summary of Costs
FIN-3 Breakdown of Remuneration, including Appendix A “Financial Negotiations - Breakdown of Remuneration Rates” in the case of QCBS method
{Notes to Agency shown in brackets { } provide guidance to the Agency to prepare the Financial Proposals; they should not appear on the Financial Proposals to be submitted.} Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided in Section 2.
FIN-1 Financial Proposal Submission
FIN-2 Summary of Costs
FIN-3 Breakdown of Remuneration, including Appendix A “Financial Negotiations - Breakdown of Remuneration Rates” in the case of QCBS method
FIN-4 Breakdown Of Reimbursable Expenses (Refer Annexure 1)
Section 4. Financial Proposal - Standard Forms
Annexure 1
FORM FIN-4 BREAKDOWN OF REIMBURSABLE EXPENSES
When used for Lump-Sum contract assignment, information to be provided in this Form shall only be used to demonstrate the basis for calculation of the Contract ceiling amount, to calculate applicable taxes at contract negotiations and, if needed, to establish payments to the Consultant for possible additional services requested by the Client. This form shall not be used as a basis for payments under Lump-Sum contracts
“Per diem allowance” is paid for each night the expert is required by the Contract to be away from his/her usual place of residence. Client can set up a ceiling.
B. ReimbursableExpenses
N°
Type of Reimbursable Expenses
Unit
Unit Cost
Quantity
{Currency # 1- as in FIN-2}
{Currency # 2- as in FIN-2}
{Currency# 3- as in FIN-2}
{Local Currency- as in
FIN-2}
{e.g., Per diem allowances**} {Day}
{e.g., International flights} {Ticket}
{e.g., In/out airport transportation}
{Trip}
{e.g., Communication costs between Insert place and Insert place}
{ e.g., reproduction of reports}
{e.g., Office rent}
....................................
{Training of the Client’s personnel – if required in TOR}
Total Costs
Replies of Pre Conference held on 01-09-2021 Hiring of Consultant for ‘Performance Improvement Support’ for water supply schemes undertaken by DWSS, Government
of Punjab under Jal Jeevan Mission
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
1 Clause 3.Conflict
of Interest, Page
No: 5,Point b
Pg 5
Conflict among consulting assignments: a
Consultant (including its Experts and Sub-
consultants)or any of its Affiliates shall not be
hired for any assignment that, by its nature, may
be in conflict with another assignment of the
Consultant for the same or for another Client.
In reference to the clause we request you to limit the restrictions to
the engagement team only, and revise the same suitably to allow
Firm or its affiliates to get hired for any assignments of like nature.
Not Agreed
2 Section 2, E. Data
Sheet, 6.1Page No.
21
JV not allowed
We would like to request you to kindly allow Consortium/ JV in
order to be able to offer enhanced experience/ expertise and greater
resource pool to the project
Not Agreed
3 Section
2.Instructions to
Consultants and
Data Sheet
Clause 6 –
Eligibility
Page 7
JV is not allowed for this RFP.
Clause 6.1 The Client permits consultants
(individuals and firms, including Joint Ventures
and their individual members) from all countries
to offer consulting services for the projects
funded by World Bank/other financing
Agencies. However, any JV is not allowed for
this RFP.
We request you to allow JV Not agreed
4. Data Sheet (6.1);
Page No. 21;
JV not allowed
We request the authority to kindly allow the Joint Venture.
Not Agreed
5. 21.1
Eligibility Criteria
Page No. 25
Number of completed/substantially completed
assignments providing consultancy services in
the water supply or sanitation sector having
minimum consultancy fee of Rs. 1.00 Crore
during last 5 years from the last date of
submission of proposals.
We would like to request to kindly reconsider this clause as the
consultancy fee of Rs 1 Crore is on a higher side. Kindly change the
clause as below:-
Number of completed/substantially completed assignments
providing consultancy services in the water supply or sanitation
sector having minimum consultancy fee of Rs. 50 lakhs and
during last 5 years from the last date of submission of proposals.
Number of completed /
ongoing assignments in
India for providing
consultancy services in
the water supply or
sanitation sector having
minimum consultancy
fee of Rs. 50.00 Lakhs
(either one or
maximum of two
6 Clause No. 7;
Section 7 - Terms of
Reference; Page No.
D. Number of completed/substantially
completed assignments providing consultancy
services in the water supply or sanitation sector
We request the authority to kindly amend the clause as:
D. Number of completed/ongoing/ substantially completed
assignments providing consultancy services in the water supply or
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
57
having minimum consultancy fee of Rs. 1.00
Crore during last 5 years from the last date of
submission of proposals.
Maximum Marks – 10
Each Assignment –05 Marks
sanitation sector having minimum consultancy fee of Rs. 1.00 Crore
during last 10 years from the last date of submission of proposals.
Maximum Marks – 10
One Assignment –10 Marks
assignments) during
last 5 years from the last
date of submission of
proposals."
In case of Ongoing
assignment, it should
have received payment
of at-least 50% of the
assignment (Client
payment certificate
alongwith satisfactory
Performance to be
submitted).
Please refer the
Addendum-I
7 Selection Criteria,
sub-criteria
(Data Sheet)
Number of completed/substantially completed
assignments providing consultancy services in
the water supply or sanitation sector having
minimum consultancy fee of Rs. 1.00 Crore and
during last 5 years from the last date of
submission of proposals.
Considering this assignment focusses on rural water supply schemes
and does not cover any sanitation related components, we would
request for drop the sanitation sector experience for the purpose of
evaluation.
Additionally, for effective implementation of the project, deeper
understanding of the rural water supply sector in Punjab is required.
We propose to change the evaluation criteria to:
Number of completed assignments providing consultancy services
in the rural water supply sector having minimum consultancy fee
of Rs. 1.00 Crore and during last 5 years from the last date of
submission of proposals.
Experience of rural water supply in Punjab – 5 marks
Experience of rural water supply in rest of the country – 2.5 marks
Maximum 2 assignments would be considered
Not agreed
8 Selection Criteria,
sub-criteria
(Data Sheet)
Number of completed/substantially completed
assignments for category C and D.
Substantially completed consultancy
assignments/ projects wherein minimum 80% of
With consultancy assignments, it will be difficult to prove 80%
completion. Hence, for the ease of evaluation, please consider only
completed projects supported by client certificate.
Certificate for substantially completed assignments usually are
Agreed to an extent
that the experiences of
consultancy firms for
the assignment signed
and executed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
the work has been completed with proof from
the client in similar projects/ assignments shall
be considered for evaluation.
signed by the junior officers in the client administration and are
generally ambiguous in nature since there are cases wherein
certificates are also issued wherein the projects are on-going.
Since bidders are expected to submit only 2 experiences in each
category (C and D), we would request that only completed
assignments (with work order/contract agreement and completion
certificate) be considered for the purpose of evaluation.
Also, we understand that for these experiences, bidder needs to have
independent delivered the assignment and not as JV or consortium.
independently (Not as
JV or consortium) shall
be considered.
Please refer
Addendum-I
9 Selection Criteria,
sub-criteria
(Data Sheet)
Number of completed/substantially completed
assignments for category C and D.
For category C and D, note is mentioned stating minimum one
assignment is required for qualification.
We understand that atleast one completed assignment in each
category is an additional eligibility requirement. Please confirm.
Agreed, please refer
the Addendum-I
10 Data sheet –
Selection Criteria,
sub-criteria, and
point system for the
evaluation
of the Technical
Proposals would be
as under:
Page 24, pt.
21.1, 1, C
Number of completed/ substantially completed
assignments in providing large Project
Management Consultancy/ PMU/ Technical
Support Unit (TSU) / Technical Support Agency
(TSA) for Central / PSU/
State Government/ International Funding
Agency having minimum consultancy fee of Rs.
5.00 Crore and duration not less than 1 year
during last 5 years from the last date of
submission of proposals.
We request you to modified clause as follows Number of
completed/substantially completed assignments in providing large
Project Management Consultancy/ PMU/ Technical Support Unit
(TSU) / Technical Support Agency (TSA) for Central / PSU/ State
Government/ International Funding Agency having minimum
consultancy fee of Rs. 1.00Crore and duration not less than 1 year
during last 5 years from the last date of submission of proposals.
Number of completed/
ongoing assignments in
India for providing large
Project Management
Consultancy/ PMU/
Technical Support Unit
(TSU) / Technical
Support Agency (TSA)
for Central / PSU/ State
Government/
International Funding
Agency having minimum
consultancy fee of Rs.
2.5 Crore (either one or
maximum of two assignments) during last
5 years from the last date
of submission of
proposals."
In case of Ongoing
assignment, it should
have completed at-least
1 year and received
11 Clause No. 7;
Section 7 - Terms of
Reference; Page No.
57
C. Number of
completed/substanti
ally completed
assignments in
providing large
Project Management
Consultancy/PMU/
We request the authority to kindly amend the clause as:
Number of completed/ongoing/substantially completed assignments
in providing consultancy for large Infrastructure Projects of
Consultancy/ Management Consultancy/PMU/Authority
Engineering/ Independent Engineering/Advisory Services/
Technical Support Unit (TSU) / Technical Support Agency (TSA)
for Central / PSU/ State Government/ International Funding Agency
having minimum consultancy fee of Rs. 1.00 Crore and duration not
less than 1 year during last 10 years from the last date of submission
of proposals
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Technical Support
Unit (TSU) /
Technical Support
Agency (TSA) for
Central / PSU/ State
Government/
International
Funding Agency
having minimum
consultancy fee of
Rs. 5.00 Crore and
duration not less
than 1 year during
last 5 years from the
last date of
submission of
proposals
Maximum Marks –
10
Each Assignment –
05 Marks
Maximum Marks – 10
One Assignment –10 Marks
payment of at-least
50% of the assignment
(Client payment
certificate alongwith
satisfactory
Performance to be
submitted ).
Please refer Addendum -I
12 21.1
Eligibility
Criteria/NOTE
Page No. 27
Substantially completed consultancy
assignments/ projects wherein minimum 80% of
the work has been completed with proof from
the client in similar projects/ assignments shall
be considered for evaluation.
We request you to kindly allow CA certificate also to prove this
substantially completed criteria of the projects as it is not possible
for every client to give such certificates.
Not agreed
13 Data Sheet 21.1
Selection Criteria
Point C and Point D
Page -25
Number of completed/ substantially
completed assignments in providing large
Project Management
Consultancy/PMU/Technical Support
Unit(TSU)/Technical Support Agency(TSA)
for Central/ PSU/ State Government/
International Funding Agency having
minimum consultancy fee of Rs.5.00 Crore
and duration not less than 1 year during last 5
years from the last date of submission of
In large assignments, typically, incase of PMUs/PMC
assignments, the nature of the work is ongoing, and assignment
duration is often extended by the client provided satisfactory
delivery of services by the consultancy firm. Thus, there are
several ongoing assignments that have completed more than one
year of duration, or a phase of implementation, however, have
been extended beyond the agreed completion date
We request you to kindly consider such ongoing or phased completion (completed intital contract tenure and have been
extended by the client assignments) having completed atleast
Agreed to an extent,
Please refer
Addendum-I
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
proposals
Number of completed/ substantially completed
assignments providing consultancy services in
the water supply or sanitation sector having
minimum consultancy fee of Rs. 1.00 Crore and
during last 5 years from the last date of
submission of proposals.
1 year of duration.
Secondly, we would request for substantially completed
projects, CA certificate showing
feesreceivedas80%ofthecontractvaluetobeconsidered.
Number of completed/substantially completed/phase completion
assignments in providing large Project Management
Consultancy/PMU/Technical Support Unit (TSU) / Technical
Support Agency (TSA) forCentral/PSU/StateGovernment/InternationalFundingAgency/InternationalDonors/Bilateralfundingorganisationshavingminim
umconsultancy fee of Rs. 5.00 Crore and duration
notlessthan1yearduringlast5yearsfromthelastdateofsubmissionofproposals
Number of completed/substantially completed/phase completed
assignments providing consultancy services in the water supply or
sanitation sector having minimum consultancy fee of Rs.1.00Crore and during last 5 years from the last date of submission of
proposals.
14 Data Sheet 21.1
Selection Criteria
Point C
Number of completed/substantially completed
assignments in providing large Project
Management Consultancy/PMU/Technical
Support Unit(TSU) / Technical Support Agency
(TSA)for Central / PSU/ State
Government/International Funding Agency
having minimum consultancy fee of Rs.
5.00Crore and duration not less than 1 year
during last 5 years from the last date of
submission of proposals
In some of our key assignments with International Funding
Agency/bilateral donor agency/Government clients, we
have engaged as sub contractors/ consortium partner in a PMU
assignment. However, services are being provided by the
consultancy firm to the ultimate Govt. client/donor client. We
request you to consider such assignments providing consultancy
services in a consortium or subcontracting arrangement with
other partners. We request you to modify the criteria as below:
Number of completed/ substantially completed/ phase completion
assignments in providing large Project Management Consultancy/PMU/Technical Support Unit (TSU) / Technical
Support Agency (TSA) for Central/PSU/ State Government/
International Funding Agency/ International Donors/Bilateral
funding organizations having minimum consultancy fee of Rs.
5.00 Crore and duration not less than 1 year during last 5 years from the last date of submission of proposals
Not agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
We request you to consider the same.
15 Section7,Clause6(C) Number of completed/ substantially
completed assignments in providing large
Project Management
Consultancy/PMU/Technical Support
Unit(TSU) /Technical Support Agency
(TSA) for Central / PSU/ State
Government/International Funding Agency
having minimum consultancy fee of Rs.
5.00 Crore and duration not less than 1 year
during last 5 years from the last date of
submission of proposals
Maximum Marks –10
Each Assignment –05Marks
Note: Minimum one assignment is
required for qualification
As most of the client does not provide the substantially completed
certificate, thus you are requested to also consider the CA
certificate which mention that 80% of the total work order fee has
been received under the particular project.
Not agreed
16 Section 2, E. Data
Sheet, 21.1
Eligibility criteria
for the Consultancy
firm (iii)
Page No. 24
The Applicant firm should have a minimum
people strength of at least 300 staff on its
payroll as on 31st March 2021.
We request you to reduce this requirement to 100 Agreed to an extent that
"The Applicant firm
should have a minimum
people strength of at
least 200 staff on its
payroll as on 31st March
2021" , Please refer
Addendum -I
17 Data Sheet (21.1);
Page No. 24;
The Applicant firm
should have a
minimum people
strength of at least
300 staff on its
payroll as on 31st
March 2021.
We request the authority to kindly amend the clause as:
The Applicant firm should have a minimum people strength of at
least 100 staff on its payroll as on 31st March 2021
18 Data sheet –
Eligibility criteria
The Applicant firm should have a minimum
people strength of at least 300 staff on its
payroll as on 31st March 2021.
We request you to modified cluse as people
strength of at least 30 staff on its payroll as on
31st March 2021
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
for the Consultancy
firm
Page 24, pt.
21.1, iii
19 Section 2, E. Data
Sheet, 21.1
Eligibility criteria
for the Consultancy
firm (iv)
Page No. 24
Should have Average Annual Turnover of at
least Rs. 100.00 Crore during Financial Years
2017-18, 2018-19 and 2019-20 based on CA
audited financial statements
We feel the required turnover is too high and it will limit the
participation of growing yet competent companies like us.
Therefore, we request you to kindly revise the average annual
turnover to Rs. 10 Crore
Agreed to an extent that " Should have
Average Annual
Turnover of at least
Rs.50.00 Crore during
Financial Years 2017-
18, 2018-19 and 2019-
20 based on CA audited
financial statements".
Please refer
Addendum-I
20 Section 2, E. Data
Sheet, 21.1 1. (A)
Page No. 25
Annual Average turnover of last 3 years (2017-
18, 2018-19 and 2019-20) from consultancy
assignments in India
Up to INR 100 Cr. – 05 Marks
For each additional INR 25 Cr. – 01 Mark
In line with our request made with regard to the Turnover criteria
(as mentioned in the eligibility criteria), we request you to kindly
revise the marking criteria for the same accordingly.
21 Data sheet –
Eligibility criteria
for the Consultancy
firm:
Page 24, pt.
21.1, iv
Should have Average Annual Turnover of at
least Rs. 100.00 Crore during Financial Years
2017-18, 2018-19 and 2019-20 based on CA
audited financial statements
we request you to reduce turnover Upto 4.5 Cr
in last 3 financial years viz 2017-18,2018-19 &
2019-20
22 Clause No. 7;
Section 7 - Terms of
Reference;
Eligibility criteria
for the Consultancy
firm; Page No.57
(iv) Should have
Average Annual
Turnover of at least
Rs. 100.00 Crore
during Financial
Years 2017-18,
2018-19 and 2019-
20 based on CA
We request the authority to kindly amend the clause as:
(iv) Should have Average Annual Turnover of at least Rs. 10.00
Crore during Financial Years 2017-18, 2018-19 and 2019-20 based
on CA audited financial statements.
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
audited financial
statements.
23 Section7,Clause5(iv
)
Should have Average Annual Turnover
ofatleastRs.100.00Crore during Financial
Years2017-18,2018-19 and 2019-20 based on
CA audited financial statements.
Since, we are already working under JJM in other states but no state
are having
thecriteriaofAverageAnnualTurnoverofRs.100.00Crore.Thus,you
are requested to kindly consider the Average Annual Turnover of Rs. 50.00 Cr. Instead of 100.00Cr.
24 Eligibility criteria
(Data Sheet)
Selection Criteria
(Data Sheet)
Should have Average Annual Turnover of at
least Rs. 100.00 Crore during Financial Years
2017-18, 2018-19 and 2019-20 based on CA
audited financial statements.
Up to INR 100 Cr. – 05 Marks
We understand that Average Annual Turnover during Financial
Years 2017-18, 2018-19 and 2019-20 refers to turnover from
government sector consulting assignments in India. Please confirm.
Also, since Average Annual Turnover of INR 100 Cr. is an
eligibility requirement, however, in the selection criteria 5 marks are
for “Up to” INR 100 Cr, this is counterintuitive. We would request
you to please change the evaluation criteria as per below:
Min. INR 100 to <125 Cr. – 1 Mark.
For each additional INR 25 Cr. – 01 Mark
25 Section7,Clause6(A) Maximum marks-10
Firm/Agency will be scored for Annual
Average turnover from consultancy
assignments in India as under:
Upto INR100 Cr.–05
Marks
For each additional INR 25Cr.–01Mark
As per the existing criteria, agencies should have the Average
Annual Turnover of Rs. 225.00 Cr. in last 3 year
togettheFull10Marks.
Since, the selection process is QCBS thus the less number in the
above criteria will decrease the chances of getting awarded the
work for most of the agencies.
In this regards you are requested to kindly give the full marks to
the agencies having Average Annual Turnover of Rs.50.00
Cr
26 Clause No. 7;
Section 7 - Terms of
Reference; Selection
Criteria, sub-criteria,
and point system for
the evaluation of the
Technical Proposals
would be as under;
Page No. 57
We request the authority to kindly amend the clause as:
Maximum marks-10
Firm/Agency will be scored for Annual Average turnover from
consultancy assignments in India as under:
Up to INR 10 Cr. – 05 Marks
For each additional INR 2.5 Cr. – 01 Mark
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Annual Average
turnover of last 3
years (2017-18,
2018-19 and 2019-
20) from
consultancy
assignments in India
Maximum marks-10
Firm/Agency will be
scored for Annual
Average turnover
from consultancy
assignments in India
as under:
Up to INR 100 Cr. –
05 Marks
For each additional INR 25 Cr. – 01
Mark
27 Eligibility and
Selection Criteria
(Data Sheet)
Should have Average Annual Turnover of at
least Rs. 100.00 Crore during Financial Years
2017-18, 2018-19 and 2019-20 based on CA
audited financial statements.
Annual Average turnover of last 3 years (2017-
18, 2018-19 and 2019-20) from consultancy
assignments in India
Maximum marks-10
Firm/Agency will be scored for Annual Average
turnover from consultancy assignments in India
as under:
Up to INR 100 Cr. – 05 Marks
For each additional INR 25 Cr. – 01 Mark
CA Audited financial statements to be submitted
Please clarify, that the turnover requirement needs to be met by the
bidding entity and not affiliates or member firms.
Agreed, please refer
ITC clause 6.1 of
E.Data Sheet of RFP
28 Section 2, E. Data
Sheet, 21.1 1. (E)
Sound relationship and effective leveraging /
coordination of working with Ministry of Jal
We request you to kindly broaden this criterion and consider
experience of closely working with any government department Not agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Page No. 26 Shakti – 05 Marks rather than specifically with Ministry of Jal Shakti.
29 21.1
Eligibility Criteria
Page No. 29
Sound relationship and effective leveraging/
coordination of working with Ministry of Jal
Shakti – 05 Marks
We request you kindly remove this clause as this is a restrictive
clause, not many firms will be having experience of working with
Ministry of Jal Shakti directly. This clause will restrict the firms
to participate.
30 Data Sheet Clause
27.1
The weights given to the Technical (T) and
Financial (P) Proposals are: T = 75%, and
P=25%
We request you to please consider QCBS with 80:20: Technical:
Financial for the tender. Not Agreed
31 Data Sheet
Clause27.1
Pg27
The weights given to the Technical(T)and
Financial(P) Proposals are:
T=75%,andP=25%
Since the performance of the program will depend on the quality
of delivery, it is crucial to consider the having more weightage
for technical.
In this regard we request you to consider QCBS with
80:20:Technical:Financial for the tender
32 Data Sheet Clause
27.1
Combined Evaluation Weightage of technical
and financial quote
The lowest evaluated Financial Proposal (Fm)
is given the maximum financial score (Sf) of
100.
The formula for determining the financial
scores (Sf) of all other Proposals is calculated
as following:
Sf = 100 x Fm/ F, in which “Sf” is the financial
score, “Fm” is the lowest price, and “F” the
price of the proposal under consideration. The
weights given to the
Technical (T) and Financial (P) Proposals are:
T = 75%,
P = 25%
Proposals are ranked according to their
combined technical (St) and financial (Sf)
scores using the weights (T = the weight given
to the Technical Proposal; P = the weight given
to the Financial Proposal; T + P = 1) as
Weights given to technical and financial proposal are:
Technical–75%
Financial25%.
The scope of work is specialized, and successful delivery shall
require technically qualified consultant. Hence, it is requested that
the weightage of technical proposal be increased to 80% from 75%.
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
following: S = St x T% + Sf x P%.
33 Data Sheet
Clause 21.1
(Eligibility criteria
for the Consultancy
firm)
Selection Criteria, sub-criteria, and point
system for the evaluation of the Technical
Proposals would be as under:
A. Annual Average turnover of last 3 years
(2017-18, 2018-19 and 2019-20) from
consultancy assignments in India
Maximum marks-10
Firm/Agency will be scored for Annual
Average turnover from consultancy
assignments in India as under:
Up to INR 100 Cr. – 05 Marks
For each additional INR 25 Cr. – 01 Mark
CA Audited financial statements to be
submitted.
B. Number of years in existence of the
consulting firm
Maximum marks-05
More than or equal to 10 years experience
(minimum
required experience) from the last date of
submission of
proposals - 03 Marks
More than or equal to 20 years experience – 05
Marks
C. Number of completed/substantially
completed assignments in providing large
Project Management Consultancy/PMU/
Technical Support Unit (TSU) / Technical
Support Agency (TSA) for Central / PSU/
State Government/ International Funding
Agency having minimum consultancy fee of
Rs. 5.00
It is requested that the scoring criteria of technical proposal be
rationalized towards establishing a level playing field for
competitors without compromising the quality of competition. The
section below presents the proposed scoring criteria along with the
justification.
Existi
ng
Prop
osed
Justification
A Average
annual
turnover
10 5 While the average
annual turnoverINR100 to<125crore– 1mark
For every additional 25 crore above INR 100 crores –1 mark each
B Number of
years of existence of consulting firm 5 0 This criteria is mentioned as
a 21.1 in Data Sheet minimum qualification criteria(10years)as per Clause
It is requested that these
marks may be allocated for experience in rural water supply and sanitation in Punjab as suggested in parameter D.
C Number of
completed/s
ubstantially
completed
assignments
in providing
Large
PMC/PMU/
TSU/TSA
etc
10 10 No change
Agreed to an extent,
Please refer
Addendum-I
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Crore and duration not less than 1 year during
last 5 years
from the last date of submission of proposals
Maximum Marks – 10
Each Assignment –05 Marks
Note: Minimum one assignment is required for
qualification
D. Number of completed/substantially
completed assignments providing consultancy
services in the water supply or sanitation sector
having minimum consultancy fee of Rs. 1.00
Crore and during last 5 years from the last date
of submission of proposals.
Maximum Marks – 10
Each Assignment - 05 Marks
Note: Minimum one assignment is required for
qualification.
E. Approach, Methodology & understanding of
JJM
Maximum Marks – 15
Understanding of Project Objectives - 03
Marks
ISO Certifications (9001 and 27001) – 04
Marks (02 marks
for each valid certification)
Experience of working with International
funding agencies
– 03 Marks
Sound relationship and effective leveraging/
coordination
of working with Ministry of Jal Shakti – 05
Marks
Note: Minimum 5marks are required for
qualification
D Number of
completed/s
ubstantially
completed
assignments
providing
consultancy
services in
the water
supply or
sanitation
sector
10 10 No change
Experience of working with rural
water supply and sanitation sector in Punjab
Each assignment in in rural water supply and sanitation in Punjab–2.5 marks
0 5 For effective
implementation of project, experience of rural water supply and sanitation in Punjab is useful. Hence, it is suggested that the criteria for experience of rural water supply and
sanitation in Punjab be added in the evaluation.
E Approach,
Methodolog
y
&understan
dingof JJM
1
5
2
5
We request the following updation in the scoring:
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Approach,
methodology and Understanding of project objective (upto 25 pages)
3 2
0
The section on approach and methodology in atypical proposal is included to present the consultant’s
understanding of the scope of work and context of the assignment, overall approach for handling the assignment and methodology for implementing the scope
of work. Hence, it is essential that the consultants understanding of the scope of work, its approach and methodology be given a higher
Weightage in evaluation.
ISO Certifications (9001 or 27001)
4 2 The successful delivery of the assignment requires extensive experience of undertaking performance
improvement programs in rural water and sanitation sector. It is requested to allow either of the professional certifications ISO 9001 or ISO 27001.
Experience of working
with international funding agencies
3 3 No change
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Sound relationship and effective leveraging/coordination
of working with Ministry of JalShakti
5 0 While most of the
consulting organizations have worked with international funding agencies, only two consulting firms have PMU at the central level (i.e. Ministry of Jal Shakti).Any competent
firm will be able to coordinate with the Ministry of Jal Shakti with or without having a PMU with Ministry of Jal Shakti. In order to provide a fair competition, it is
requested that a discriminatory criterion such as “sound relationship and effective leveraging /coordination of working with Ministry of Jal
Shakti”be completely removed
F Team
qualification
and
competency
required
50 50 No change
100 100
34 Data sheet –
Clause 17.9
Last date of submission of proposal We request you to extend the proposal due date by at least two
weeks.
14 days shall be given
for submission of
proposals from the date
of uploading of pre-bid
replies on departmental
website:
www.dwss.punjab.gov.i
n .
35
Data Sheet
Clause17.7
Pg24
The Proposals must be submitted no later
than:
Date:22-09-2021
Time:15:30hrs
To prepare a quality technical proposal, A&M, and to hand pick suitable experts based on State need, we request you to provide
atleast 2 weeks’ time extension from the date of issue of pre-bid
responses.
We request you to consider the same.
36 C. The Consultant may submit technical and We would like to request to allow submission of technical proposal Not agreed, the
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Submission,
Opening and
Evaluation
Data Sheet
17.4
Page 23-24
Password protected Financial proposal duly
signed in pdf format through email. In addition
to above the consultant must submit Hard copy
by post / courier of the same technical
proposal.
(a) Technical Proposal (hard copy): one (1)
original and 4 copies.
The Password protected Financial Proposal in
PDF format of technically qualified consultants
shall be opened in person as well as through
virtual meeting after obtaining the password in
the meeting. The date and time of financial
opening meeting shall be informed through
email.
through E -procurement Portal Online.
As the Technical Proposal size may exceed 25 MB, it will not be a
permissible size to be exchanged over Email, so we request you to
allow submission of technical and financial proposal on the Punjab
E-proc, in line with the online e-procurement guidelines.
Kindly confirm
proposal shall be
submitted through
email, however the
weblink of cloud drive
can be shared.
37 Data Sheet
21.1Selection
CriteriaPoint
B
Page -25
Number of years in existence of the
consulting firm
Maximum marks-05
More than or equal to10 years experience
(minimum required experience) from the last
date of submission of proposals - 03Marks
More than or equal to 20 years experience
–05Marks
Consulting assignment for providing support to large programs
has begun in India only in last 10 years. Also, for such
assignment having experience and knowledge of the subject is
more critical. Hence, we request to modify the clause as below:
Number of years of relevant Govt. consulting experience
Maximum marks-05
More than or equal to 5 years experience(minimum required experience) from the last date of submission
Of proposals -03Marks
More than or equal to 10 years experience–05Marks
Agreed to an extent that "Number of
years in existence of
the consulting firm
Maximum marks-05
More than or equal
to10 years experience
(minimum required
experience) from the
last date of
submission of
proposals - 03Marks
More than or equal to
15years experience
–05Marks.
Please refer
Addendum-I
38 Section7,Clau
se6(B)
Number of years in existence of the
consulting firm
Maximummarks-05
More than or equal to 10years
experience(minimum required experience)
from the last date of submission
ofproposals-03Marks
More than or equal to 20years experience –
05Marks
The consultancy business in India comes into the existing in full-
fledgedfromlast10to15years,
Thus, to get the full marks in this criteria you are request to
consider the experience of
morethanorequalto15yearsinsteadof20years.
39 21.1
Eligibility Criteria
Number of years in existence of the consulting
firm
We request you kindly reconsider this clause as public sector
consultancy has become more prominent since last 10 years
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Page No. 26 Maximum marks-05
More than or equal to 10 years’ experience
(minimum required experience) from the last
date of submission of proposals - 03 Marks
More than or equal to 20 years’ experience –
05 Marks
therefore keeping the clause of 20 years for full marks will restrict
many. Request you to kindly change the clause as below
Number of years in existence of the consulting firm
Maximum marks-05
More than or equal to 10 years’ experience (minimum required
experience) from the last date of submission of proposals - 05
Marks
40 Section 2, E. Data
Sheet, 21.1 1. (B)
Page No. 25
Number of years in existence of the consulting
firm More than or equal to 10 years’ experience
(minimum required experience) from the last
date of submission of proposals – 03
Marks More than or equal to 20 years’
experience – 05 Marks
We request you to assign full marks (05 marks) to experience of
more than or equal to 15 years’ experience
41 Data Sheet
21.1Selection
CriteriaPointE
FORM
TECH-4,
Description of
approach,
methodology,
and work plan
in respoding
to the terms
of reference
Pg26and
Pg36
Approach, Methodology & understanding of
JJM
Understanding of Project Objectives -
03Marks
ISO Certifications (9001 and 27001) –
04Marks(02marksforeachvalidcertification)
Experience of working with International
funding agencies-03Marks
1. Sound relationship and effective
leveraging/ coordination of working with
Ministry of Jal Shakti –05 Marks
InregardtoCriteriaPointE,werequestyoutopleaseclarifythefollowin
g points:
1. Experience of working with International funding
agencies
This criterion is already getting covered in Selection criteria Cof firm’s experience. Request you to clarify, what additional
information is sought in this regard. Request to also modify to include bilateral fund in agencies and corporate on ors
2. Sound relationship and effective leveraging/coordination
of working with Ministry of Jal Shakti
–05Marks
Please clarify the credentials/ experience/ documentary evidence/
solutions to be provided in support of the above criteria
3. We understand that the total marks(15)are distributed
among the four requirements provided in criteria E.
However, FORM TECH 4, on page No 36 requires
providing the approach & methodology, organization
staffing and work plan. However, there is no scoring
mechanism provided for the same.
Request you to please confirm the scoringmechanismofA&MasperFormtech–4
1. Not agreed
2. The Firm should
provide credential
and any documentary
evidence to establish
their relationship
with the Ministry of
Jal Shakti. The Firm
should provide an
approach / solution
for leveraging their
relationship for the
benefit of Punjab's
rural water supply.
3. The Approach &
Methodology, work
plan and organization
and staffing in Tech-
4 shall be evaluated
as part of
Understanding of
Project Objectives.
Please refer
Addendum-I for
revised description and
marking.
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
We request you to revise the scoring as following:
4. A&M,Work Planand Organisational staffing–12Marks
5. Sound relationship and effective leveraging/coordination of working with Ministry of Jal Shakti
–05Marks
42 Clause No. 7;
Section 7 - Terms of
Reference; Page No.
57
E. ISO
Certifications (9001
and 27001) – 04
Marks (02 marks for
each valid
certification)
We request the authority to kindly amend the clause as:
ISO Certifications (9001:2015 or 27001) – 04 Marks
Not Agreed
43 Procurement
Management Scope of work In the scope of work under Procurement and Contract
Management, would the expert be required to support with bid
process management too. Please confirm.
Agreed
Please Refer
Addendum - I
44 Consulting Duration The Consultancy duration shall be 12
months. This can be increased by additional
12 months subject to satisfactory
performance of the Consultant.
We would request you to please consider revising at the per-month
rate 8% increment annually for the duration beyond 12 months.
Not Agreed
Please refer ITC Clause
16.2 of E. Data Sheet of
RFP.
45 Pont no 9/team
Composition &
Qualification
Requirements for
the Key Experts/
Team leader Page
No. 60
Desirable Qualifications: PMP certification
We would like to request to kindly reconsider this qualification
criteria as this will restrict firms to select the right candidate for this
position as there are lot of good WASH experts but WASH expert
with PMP would be way less.
Not Agreed
46 Section7.
Clause9,
1.Team Leader
Qualification and
Experience
Pg60
Desirable Qualification: PMP certification
Desirable Experience: At least two years of
experience in WASH sector on large-scale
projects funded by international donor
agencies such as World Bank, JICA, ADB,
UNICEF etc, and worked on water
supply/waste water project for Govt.
Senior experts with 12+ years experience in the water sector, may
or may not pursue this certification, giving more heed to sector
experience, and role in a leader ship position.
Thus, desirable qualification may be restrictive, barring us from
hand picking some experienced and polished team leader candidates, who may have excellent domain knowledge,
however, may not have the PMP certification.
In this regard request you to please consider omitting the desired qualification. We request you to consider the same.
Not Agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
agencies viz.NMCG, State Jal Nigam/PHED
etc. Additionally, also request you to modify the Desirable experience to include international
donors/INGOs/bilateral organizations etc, as under:
At least two years of experience in WASH sector on large-scale projects funded by international donor agencies such as World
Bank, JICA, ADB, UNICEF, bilateral agencies, international
donors etc, and worked on water supply/waste water project for Govt. agencies viz.NMCG, StateJalNigam/ PHED etc
47 Pont no. 9/team
Composition &
Qualification
Requirements for
the Key
Experts/Communica
tion & Community
Engagement
Expert Page no. 60
Desirable Qualification: Graduation in
Management Module Training
Essential Experience: At least 5 years of work
experience across community engagement based
Assignments. Sound knowledge of social
safeguard
initiatives and earlier experience of supporting
state-wide implementation of JJM or SBM (G)
is
mandatory. He/ She should have knowledge of
speaking, writing & reading Punjabi language.
We would like to request you to kindly reconsider this clause as
graduation in management module training is rare to find and
therefore firms won’t be getting the right person for this position.
Also, the specific experience in JJM and SBM is bit restrictive
as these missions are not that old, therefore experts working in
these missions is a rare to find and thus meeting the whole criteria
becomes difficult for the firms. Request you kindly relax these
clause.
Agreed to an extent,
Please refer Addendum
– 1
48 Communication &
Community
Engagement Expert
Desirable Qualification: Graduation in
Management Module Training
Essential Experience: He/ She should have
knowledge of speaking, writing & reading
Punjabi language.
Please elaborate what is Management Module Training? We would
request you to please change the desirable qualification to –
Graduation in Social Work.
We would request you to please drop the requirement of speaking,
writing & reading Punjabi language. This is highly restrictive in
nature.
Earlier experience of supporting state-wide implementation of JJM
or SBM (G) would ensure that the Communication
& Community Engagement Expert has the required competency and
essential prior experience.
Additionally, under the selection criteria/sub-criteria C and D,
bidders can present Pan India experience for the purpose of
evaluation. Using similar rationale, bidders must be free to propose
key experts from Pan India experience too.
We would request you to please consider revised qualification and
experience as per below:
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Essential Qualifications: MBA/Post Graduation in Social Work or
social entrepreneurship
Desired Qualification: International professional fellowship
Essential Experience: At least 5 years of work experience across
community engagement based assignments. Sound knowledge of
social safeguard initiatives and earlier experience of supporting
state-wide implementation of JJM or SBM (G) is mandatory.
Should have working knowledge of Punjabi.
Desirable Experience: Should have worked on large-scale projects
funded by international donor agencies viz World
Bank/ADB/International donor agencies
49 Team
composition
&qualification
requirement
of key experts
:
TOR – Clause
9
Page
60
Team composition &qualification requirement
of key experts : Communication and
Community Engagement Expert –
Essential Experience: At least 5 years of work
experience across community engagement
based
assignments. Sound knowledge of social
safeguard
initiatives and earlier experience of supporting
state-wide implementation of JJM or SBM (G)
is
mandatory. He/ She should have knowledge of
speaking, writing & reading Punjabi language.
For essential experience, the professional needs experience of
implementation of water supply and sanitation program. The
program may be undertaken through government or international
development agencies. Hence, it is requested that the essential
experience required be modified as follows:
Essential Experience: Atleast 5 years of work experience across
community engagement based assignments. Sound knowledge of
social safeguard initiatives and earlier experience of supporting
state-wide implementation of water supply or sanitation program
JJM or SBM (G) is mandatory. He/ She should have knowledge of
speaking, writing & reading Punjabi language.
50 Section7.
Clause9,
2.Communication
&Communi
ty Engagement
Expert
Page 60
Desirable Qualification: Graduation in
Management Module Training
We understand that the referenced desirable qualification is not in
common knowledge and is not commonly taken up by
Community & Community engagement experts.This may be
restrictive in selection of well experienced suitable candidates.
We request you to omit he desirable qualification and please clarify. which courses/ qualifications will be considered in lieu of
the same
51 Essential Experience: At least 5years of
work experience across community
engagement-based assignments. Sound
There are limited assignments of JJM and SBM (G)PMUs, and
most of these assignments are ongoing. Experience of Community
engagement experience across rural programs is comparable,
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
knowledge of social safeguard initiatives and
earlier experience e of supporting state-wide
implementation of JJM or SBM(G) is
mandatory. He/She should have knowledge of
speaking, writing &reading Punjabi language.
Desirable Experience: Experience in
working with Funding agencies such as
World Bank/AD Band experience of working
with Government agencies viz. important role
on GOI mission program
and so experts with community engagement experience in the rural GOI/State programs should be considered to avoid losing
on experienced community experts.
Thus,were quest you to consider revising the criteria as follows:
Atleast 5 years of work experience across community
engagement-based assignments. Sound knowledge of social
safeguard initiatives and earlier experience of supporting state-
wide implementation of government programmes in rural development domain. He/ She should have knowledge of
speaking, writing & reading Punjabilanguage.
Wealsorequestyoutorevisethedesirablequalificationtoincludeother
internationalagencies/bilateralagecnies/internationaldonors
Desirable Experience: Experience in working with Funding
agencies such asWorld Bank/ADB/AfD/GIZ/other international
agencies UN/bilateral agencies/international donors etc and experience of working with Government agencies viz. important role on GOI mission program
52 Team
composition
&qualification
requirement
of key experts
:
TOR – Clause
9
Page 60
Team composition &qualification requirement
of key experts : Communication and
Community Engagement Expert –
Essential Qualifications: Post Graduation in
Social
work or Equivalent
Desirable Qualification: Graduation in
Management Module Training
Essential Experience: At least 5 years of work
experience across community engagement
based
assignments. Sound knowledge of social
safeguard
initiatives and earlier experience of supporting
The expert is required for communication and community
engagement. The delivery of the scope requires educational
qualification in social science/
Social work etc.
The professionals with post graduation in social science and social
work may have graduation in different fields such as Bachelors in
Sciences, Bachelors of Arts etc. Graduation in management module
is not a specific professional course. The expert may have
management experience through Masters courses. Hence, we
request you to allows post graduation diploma in
management/MBA/graduation in BA/ B Sc etc. As acceptable
graduation
Not Agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
state-wide implementation of JJM or SBM (G)
is
mandatory. He/ She should have knowledge of
speaking, writing & reading Punjabi language.
Desirable Experience: Experience in working
with
Funding agencies such as World Bank / ADB
and
experience of working with Government
agencies
viz. important role on GOI mission program.
53 Pont no 9/team
Composition &
Qualification
Requirements for
the Key
Experts/Monitoring
& Evaluation Expert
Pg 61
Essential Experience: Proficiency in use of
latest tools for Data Analytics and M&E and at
least 10-years of work experience. Sound
knowledge of monitoring & evaluation
parameter of state-wide implementation of JJM
or SBM (G) is mandatory
We would like to request you to kindly reconsider this clause as the
specific experience in JJM and SBM is bit restrictive as these
missions are not that old, therefore experts working in these
missions is a rare to find and thus meeting the whole criteria
becomes difficult for the firms. Request you kindly relax these
clauses.
Agreed to an extent, Sound knowledge of
monitoring & evaluation
parameter of state-wide
implementation of JJM /
SBM (G) / SBM (U) is mandatory.
Please refer Addendum
– 1 54 Team
composition
&qualification
requirement of
key experts :
TOR – Clause
9
Page 61
Monitoring and Evaluation Expert
Essential Qualifications: B.Tech in IT /CS or
MSC
in IT/CS or MCA
Desirable Qualification: Experience &
Knowledge
of developing Dashboard on Power BI
tool/Trained in Project Management Tools
Essential Experience: Proficiency in use of
latest
tools for Data Analytics and M&E
andatleast10-
years of work experience. Sound knowledge of
monitoring & evaluation parameter of state-
wide
The M&E expert is expected to be an IT professional, hence may
not have experience in dashboard creation. However, being an IT
professional, it may not have experience in project management
using software like primavera.
Further, the professional needs experience of implementation of
water supply and sanitation program. The program may be
undertaken through government or international development
agencies. Hence, it is requested that the requirements be modified
as follows:
Monitoring and Evaluation Expert
Essential Qualifications: B.Tech in IT / CS or MSC in IT/ CS or
MCA
Desirable Qualification: Experience & Knowledge
of developing Dashboard on Power BI tool/ Trained in Project
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
implementation of JJM or SBM (G) is
mandatory.
Essential Experience: Proficiency in use of
project
monitoring software like PRIMAVERA etc,
Knowledge of MS Power Point, Word and
Excel
including their advanced functionalities like
scenario analysis. PIVOT Table etc,
Desirable Experience: Conceptualization&
Implementation of M&E System, MIS , Data
Quality Audit, Impact Evaluations, Qualitative
Research, Capacity Building, and Knowledge
of
statistical methods required. Knowledge of
Statistical Package for the Social Sciences
(SPSS)
and/or State Data Analysis and Statistical
Software. Fluency in written and spoken
English
required.
Management Tools
Essential Experience: Proficiency in use of latest tools for Data
Analytics and M&E and at least 10 years of work experience.
Sound knowledge of monitoring & evaluation parameter of state-
wide implementation of JJM or SBM (G) is mandatory. Water
supply or sanitation sector.
Essential Experience: Proficiency in use of project monitoring
using software like PRIMAVERA, MS Excel etc,
Knowledge of MS Power Point, Word and Excel including their
advanced functionalities like scenario analysis. PIVOT Table etc,
55 Monitoring &
Evaluation Expert
Essential Qualifications: B.Tech. in IT /CS or
MSC
in IT/CS or MCA
Qualification criteria solely focussed on Monitoring & Evaluation
expert on IT/CS/MCA is restrictive in nature. Would request you to
please consider –
Essential Qualifications: B.Tech. in IT /CS or MSC
in IT/CS or MCA or other full time Post Graduation
Not Agreed
56 Section7.
Clause9,
4.Monitoring
and
Evaluation
Expert
Pg61
Desirable Qualification: Experience &
Knowledge of developing Dashboard on Power
BI tool/Trained in Project Management Tools
Proficiency in power BI and project management tools can be
determined through experience of using the tools. An M&E expert
may be certified in Power BI, however proficiency in using the tool is uncertain. In this regard we request you to omit the
desirable qualification, as it is already covered in essential experience proposed for the expert.
Not Agreed
57 Essential Experience: Proficiency in use of
latest tools for Data Analytics and M&E and
atleast 10-years of work experience. Sound
knowledge of monitoring & evaluation
There is limited assignment of JJM and SBM (G)PMUs, and most
of these assignments are ongoing. Experience of M&E in any of
GOI or State program shall be considered to allow qualified and
experienced M&E experts.
Not Agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
parameter of state-wide implementation of JJM
or SBM(G)is mandatory.
Thus, we request you to consider revising the criteria as follows:
Essential Experience: Proficiency in use of latest tools for Data Analytics andM&Eandatleast10-years of work experience. Sound knowledge of monitoring & evaluation parameter of
National/State/ULB level implementation of GOI/ State
programmes
We request you to consider the above please.
58 Essential Experience: Proficiency in use of
project monitoring software like
PRIMAVERA etc, Knowledge of MS Power
Point, Word and Excel including their
advanced functionalities likes scenario
analysis. PIVOT Table etc,
From our Experience of NJJM, and that of states, where we have
created suitable data tools, including data formats, we understand
that PRIMAVERA is not required to carry out the responsibilities
of an M&E expert. The criteria may be restrictive in selection of
well qualified experienced M&E Expert. This we
request you to please omit the criteria.
Not Agreed
59 Internal
Communication
and Institutional
Strengthening
Specialist
Essential Qualification: Post Graduate in Public
Policy/MBA
Essential Experience: Public Policy
Implementation for a minimum period of five
years.
Since the anticipated roles and responsibilities are largely on the
documentation, we would request for change as per below:
Essential Qualification: Post Graduate in Public Policy/Water
Policy/MBA/ PG in Rural Development/Economics
Essential Experience: Public Policy/social development
implementation/Documentation experience for a minimum
period of 3 years.
Agreed to an extent,
Please Refer
Addendum - 1
60 Section7.
Clause9,
6. Internal
Communication
and Institutional
Strengthening
Specialist
Pg62
Essential Qualification: PostGraduate in Public
Policy /MBA FortheroleofanInstitutionalstrengtheningSpecialistqualificationins
ocialsciences,social work etc are more relevant. Thus, we request you to revise the criteria as following:
Essential Qualification: Master’s in social science /Social work/
rural management /economics
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
61 Financial
Management
Minimum Qualification: MBA (Finance)/
ICWA/
CMA degree/ CA from a recognized institute
Desirable Experience: Experience in water
supply projects in the central/state government.
Please elaborate on ICWA or CMA degree since these are not usual
qualifications we come across in the industry. We request you to
please change the minimum qualification to: MBA (Finance)/
CFA/ CA
We also request for change in desirable experience as per below:
Experience in social development sector in the central/state
government.
Agreed to an extent,
Minimum
Qualification:
MBA(Finance)/ICWA/
CMA degree/CA/CFA
from a recognized
institute.
Desirable Experience: Experience in water
supply/Infrastructure/Wa
ter Resources projects in
the central/state
government.
Please Refer
Addendum - 1
62 Section7.
Clause9,
5. Financial
Management
Specialist
pg62
Desirable Experience: Experience in water
supply projects in the central/state government.
As understood from the ToR and our experience of working in
National and state JJM project, the role of a financial expert is
sector agnostic, and require knowledge of public finance and fund
disbursal,
however not so much of the water sector.
We request you to please omit the Desirable
Experience to avoid restrictive criteria.
63 Team
composition
&qualification
requirement of
key experts :
TOR – Clause
9
Page 62
Financial Management Expert
Minimum Qualification: MBA (Finance)/
ICWA/
CMA degree/ CA from a recognized institute
Essential Experience : 7 years of experience as
financial expert in infrastructure projects.
Should
have knowledge of the PFMS system. Should
have
knowledge of operating escrow accounts
Desirable Experience: Experience in water
supply
projects in the central/state government.
The finance experts may either possess experience in project
finance or accounting. The experts generally do not have
experience in banking on operating escrow account. Further,
experience of operating escrow account is generally not needed
for program implementation. Hence, it is requested that following
modifications be made:
Essential Experience : 7 years of experience as financial expert in
infrastructure projects. Should have knowledge of the PFMS/
public finance / project finance. Should have knowledge of
operating escrow accounts
Not Agreed
64 Team
composition
&qualification
requirement of
Procurement and Contract Management Expert
Essential Qualifications: MBA or Post
Graduation
The professionals with experience in procurement and contract
management may have undertaken trainings from various public
or private institutions. Hence, it is requested that trainings shall
not be limited to the World Bank.
Not Agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
key experts :
TOR – Clause
9
Page 61
diploma in management with Graduation in
Engineering / Law
Desired Qualification: Trained in
Procurement /
bid processing / Contract
Management/Procurement model used by
World Bank
Essential Experience: At least 7 years of
work
experience spanning across multiple sectors.
Sound knowledge of Procurement
management,
contract administration, Bid Process
management
and project management fundamentals is
required.
Desirable Experience: Should have worked
on
large-scale projects funded by international
donor
agencies viz World Bank/ADB and Govt.
agencies.
Following modification is requested:
Desired Qualification: Trained in Procurement / bid processing /
Contract Management/ Procurement model used by World Bank/
Multilateral/ Bi-lateral agency/ government agencies/
educational institutions.
65 Section7.
Clause9,
3.Procurement
and Contract
management
Expert
Pg61
Desirable Qualification: Trained in
Procurement /bid processing / Contract
Management/Procurement model used by
World Bank/AD Band Govt.
Some of the procurement experts may have a riche experience of
World Bank and ADB procurement and contracting protocols but
may not have undertaken he certification course. In order to
avoid restrictions on participation of experienced candidates, As the department has already added the criteria, we request you
omit the desirable qualification.
Please consider the above, to allow participation of experts with
rich desirable experience.
66 Section7.
Clause9
3.
Procurement
Essential Qualifications: MBA or Post
Graduation diploma in management with
Graduation in Engineering / Law
It is crucial to note that experts may have considerable relevant
experience before and after their master’s qualification. Foreign,
Candidate , a B.E.in civil from year 2005 has 10 years of
experience before post graduation and has another 5 years of
Not Agreed
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
and Contract
Management
Expert
Pg60
Atleast7yearsofwork experience spanning
across multiple sectors. Sound knowledge of
Procurement management,contract
administration, Bid Process management and
project management fundamentals is required.
experience after MBA in 2015. In such cases the relevant
experience of candidate will add upto15years, however post
Masters’experienceis5years.
Request you to clarify if relevant experience before Masters’ will be considered.
Please clarify, if the above applies to all experts’ qualification and experience.
67 Team
composition
&qualification
requirement of
key experts :
TOR – Clause
9
Page 61
Innovation Specialist
Essential Qualification: Bachelor's in
Technology /
Engineering Desirable Qualification: Master's
in Technology / Engineering
Essential Experience: 7 years of experience in
designing / implementing IoT / Smart Water
Metering systems. Must have experience of at-
least 1 project in water sector (measurement /
control of flow) or other.
Desirable Experience: Preparing DPRs and
transaction advisory for Monitoring &
Supervisory
Control/ IoT components/ SCADA/ water
treatment technologies / Solar energy / energy
efficiency.
The desirable experience includes the experience in energy
sector. Whereas the essential experience does not include
experience in energy sector. Further, for successful management
of program, experience of preparation of DPRs should be suffice.
Hence, we request you to update the criteria as follows:
Essential Experience: 7 years of experience in designing/
implementing IoT
/ Smart Water Metering/ water supply/ energy systems.
Must have experience of at-least 1 project in water sector
(measurement /control of flow)or other
Desirable Experience: Preparing DPRs and transaction advisory
for Monitoring &Supervisory Control/ IoT
components/SCADA/water treatment technologies/ Solar energy/
energy efficiency.
Not Agreed
68 Section 7. Terms of
Reference, Pt 9
Page No. 60
Team Composition & Qualification
Requirements for the Key Experts We request you to provide relaxation in the desirable
qualification criteria as it may become difficult for the
Consultants to identify resources based on the same. Accordingly,
we request you to revise the marking criteria suitably.
Agreed to an extent,
Please Refer
Addendum - 1
69 Section 7. Terms of
Reference, Pt 9,
Note (ii)
Page No. 62
The Agency will have to plan for the Senior
Supervisory Experts of the following
domains:1) Project Monitoring and
management, 2) Communication & Community
Engagement, 3) Procurement and Contract
Management, 4) Monitoring & Evaluation, 5)
Financial Management, 6) Internal
Kindly clarify this point as it is not clear whether these will be
additional resources besides already proposed experts.
Also, kindly suggest how do we factor-in the cost for the same (if
these are additional resources).
The Foot note is about
the Key Experts
mentioned in ToR Clause
9. The Senior Supervisors
are required for back-end
support to the team.
These Senior Sepervisors
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Communication and Institutional Strengthening
and 7) Innovative Technologies.
should have domain
expertise to provide able
support to the team.
These Senior Supervisors
should be available for
meetings as and when
required.
The Firm shall bid as per
Form Fin-2, 3 and 4, No
additional cost will be
provided over and above
the quoted rates for the 7
nos Key experts required
as per the RfP.
70 Team Composition
& Qualification
Requirements for
the Key Experts
The Agency will have to plan for the Senior
Supervisory Experts of the following
domains:1) Project Monitoring and
management, 2) Communication & Community
Engagement, 3) Procurement and Contract
Management, 4) Monitoring & Evaluation, 5)
Financial Management, 6) Internal
Communication and Institutional Strengthening
and 7) Innovative Technologies. It is important
that the senior resources are available for the
periodic discussions and other meetings
scheduled at a short notice.
Can one senior supervisory expert cater to multiple domains or
individual experts are to be proposed by the bidders?
Do the bidders have to factor in the cost of weekly involvement for
all the 7 senior experts while quoting Remuneration
Rate per Month for the key experts?
71 Terms of Reference
- Team composition
of key experts
All the above experts need to be deployed full-
time on site (DWSS office) on the project.
Payments shall be made to the Consultant on
monthly basis after actual deployment of the key
experts.
We understand that quality of key experts is critical for the success
of this assignment since 50% technical evaluation is hinged upon
the experts proposed. We have observed in multiple cases that
consultant (after selection through the RFP process) outsource the
team of experts on the 3rd party payroll or the payroll of affiliates or
associate member firms. This significantly affects the quality of
work. Please confirm if this is allowed for this RFP.
We request DWSS to clarify that the selected consultant will have
to mandatorily deploy all the key experts on the payroll of the
bidding entity only. Please clarify that if the bidders have to submit
any declaration to confirm that, if selected, all key experts would be
full-time staff of the bidding entity (legal entity) only and not of the
affiliates or its associate member firms.
Kindly refer ITC
datasheet
Clause 14.1.1, wherein
Sub-contractors are not
allowed for this
assignment.
The selected consultancy
firm shall deploy all the
proposed full-time key
experts as per technical
proposal on the payroll of
the selected consultancy
firm.
72 Section 7. Terms of
Reference, Pt 10,
Note (iii) Page No.
63
The deductions shall be made for the period
resources are unavailable without suitable
replacement for more than 2 days.
Kindly give a clarity on this as this clause is not clear.
Please refer note (iii)
under Clause 10 Means
the payment shall be
made on the basis of
attendance of key
experts verified by
competent authority and
work done/reports
submitted.
In case any key expert is
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
not available for more
than 2 days in a month
then the consultancy
firm has to provide
suitable temporary
replacement for the time
period. In case the
Consultancy. Firm is
unable to provide the
suitable temporary
replacement for the
period beyond 2 days,
then deduction shall be
made.
Please Refer
Addendum - 1
73 Section 7. Terms of
Reference, Pt 11
Page No. 63
DWSS shall be responsible for providing the
working space for the key experts stationed full-
time on the project.
Kindly clarify whether any other facility will be provided by the
client. Also, please clarify whether the water and electricity charges
will be borne by the client or not.
No other facility shall be
provided by the client
other than working space
for the key experts stationed full-time on the
project.
Water and electricity
charges relating to
working space provided
by the client will be
borne by the client.
74 Office setup All the above experts need to be deployed full-
time on site (DWSS office) on the project.
DWSS shall be responsible for providing the
working space for the key experts stationed full-
time on the project.
Are the bidders required to plan for printers, office administration
expenses, wi-fi router, support staff etc. for the team of team of key
experts?
Not Agreed
75 Payment Schedule The deductions shall be made for the period
resources are unavailable without suitable
replacement for more than 2 days.
We understand that each key expert will have to work for 22 days in
a month. This is the same principle followed by NICSI and World
Bank for time based efforts. Please confirm.
Please Refer Note 2 of
Form Tech -6
76 Clause 25,
Accounting
Inspection and
The Consultant shall permit and shall cause its
Sub-consultants to permit, the client and/ or
persons appointed by the client to inspect the
Site and/ or all account and records relating to
Request you to please provide clarity on the clause, and frequency
of any such audit and the mode of auditing.
The Audit can be done
as and when required
within the period as
specified in SCC clause
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
Auditing
Pg80
the performance of the Contract and the
submission
25.
77 Clause45.1
Pg91
“Any Dispute arising of the contract, which
cannot be amicably settled between parties,
shall be referred to adjudication/
arbitration in accordance with law of the client's
country”.
In regard to referenced clause, we request the client that in any such instance the Arbitrator shall be appointed through mutual consent between the Parties.
Please refer GCC
Clause 45.1
78 Effectiveness
conditions (Special
conditions of
contract)
Effectiveness conditions are:
1. Signing of Contract
2. Submission of Professional Liability
Insurance related documentation
3. Confirmation of Key Experts’ availability
to start the Assignment shall be submitted to
the Client in writing as a written statement
signed by each Key Expert.
Please share the format for this declaration for the confirmation of
key experts’ availability.
Also, we would suggest effective conditions to be altered as:
1. Signing of Contract
2. Submission of Professional Liability Insurance related
documentation
3. Confirmation of Key Experts’ availability to start the Assignment
shall be submitted to the Client in writing as a written statement
signed by each Key Expert.
4. Confirmation from the bidding entity - All the key experts to
be full-time staff on the payroll of the bidding entity and not on
payroll of the affiliates or associate member firms.
Please refer CV (Form
Tech-6)
and
Effective conditions to
be altered as:
1. Signing of Contract
2. Submission of
Professional
Liability Insurance
related
documentation
3. Confirmation of Key
Experts’
availability to start
the Assignment
shall be submitted
to the Client in
writing as a written
statement signed
by each Key
Expert.
4. The selected
consultancy firm
shall provide
declaration letter
that all the
proposed full-time
key experts being
deployed, as per
technical
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
proposal, are on
the payroll of the
selected
consultancy firm.
79 Force Majeure
Request for inclusion of new clause It is recommended to add below clause to under Force Majeure :
To the extent that the provision of the Services is impacted
by a pandemic (including COVID-19) and any reasonable
concerns or measures taken to protect the health and safety
interests of either Party's personnel, the Parties will work
together to amend the Agreement to provide for the
Services to be delivered in an appropriate manner,
including any resulting modifications with respect to the
timelines, location, or manner of the delivery of Services.
Where Consultant’s personnel are required to be present at Client’s
premises, Consultant will use reasonable efforts to provide the
Services on-site at [Client] offices, provided that, in light of a
pandemic the parties agree to cooperate to allow for remote working
and/or an extended timeframe to the extent (i) any government or
similar entity implements restrictions that may interfere with
provision of onsite Services; (ii) either party implements voluntary
limitations on travel or meetings that could interfere with provision
of onsite Services, or (iii) a Consultant’s resource determines that he
or she is unable or unwilling to travel in light of a pandemic-related
risk.
Please refer clause
GCC 17
80 New Clause
Indemnity clause id missing from the RFP We request you kindly add this clause as it is an important part of
the agreement Please refer SCC
clause 23.1
81 New Clause
Non-Solicitation and Non Exclusivity clauses
are missing.
We request you kindly add this clause as it is an important part of
the agreement.
Please refer Clause 1.23
(a) Section 6.DWSS’s
Policy – Corrupt and
Fraudulent Practices
82 Travel outside
Chandigarh
We request DWSS to arrange for the travel, stay etc. in case the
deployed key experts have to travel outside of Chandigarh for
project related activities.
Not Agreed, Please
refer ITC, E. Datasheet
clause 16.1
83 M&E General
Understanding of current IT landscape for
JJM in Punjab
It’s important for us to scope the scale of the existing system and
plan our efforts, it would help if you could provide details regarding
the existing data:
a. Database details (Oracle/SQL Server/Post Gre
Please refer Terms of
Reference, Clause 4,
scope of work, point D
Monitoring &
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
SQL/DB2 etc.) across the state and the technology used
b. Indicative number of tables which are expected to be
brought in
c. Database size of existing system on storage
d. Year on Year expected increase of data
Please confirm the number of years of data that must be migrated
(e.g. last 3 years)
Evaluation
The expert shall
support in designing of
the systems, and the
development work
shall be done by the
client.
Please refer
Addendum-I
84 M&E General
Active and concurrent users We would request for below clarification:
2. Envisioned number of end users of the application
3. Concurrent users of the application (users concurrently
accessing the web/ Mobile application)
DWSS’s requirement of web based application or mobile or both
would enable us to propose the M&E expert accordingly.
Since the onset of COVID 19, demand for technology experts has
significantly increased and accordingly cost has gone up too.
85 M&E General
Expected number of reports and dashboards Kindly share an indicative number of reports and dashboards to be
created during the implementation phase.
86 M&E General
We understand that if the bidder does not have to quote for
hardware infrastructure, Operating System and database software
component, or any cloud services, the same would be procured by
DWSS for various environments i.e. development, testing and
production. Please confirm.
Is the bidder is expected to share the estimate/ quote for the above
components. Please confirm if this quote would be considered as
part of the financial evaluation? Please note that the number of
Source systems, technical specifications of the source systems,
historical and daily data volumes, frequency of data pull into the
integrated environment, and no of concurrent users are not stated in
the ToR clearly, providing a sizing estimate on hardware and
software aspects may not be quite feasible for the bidders. Any
quote, if provided, would be based on certain assumptions which
may not hold true due to the absence of this information and would
be subject to change.
87 General
Sectors/Ministries/Public Enterprises As per RFP, primarily DWSS would be sole data owner and
provider for this application.
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
In future is there any possibility of integrating more
sectors/ministries/PEs into the application? If so, the same would be
considered as a separate scope of work. Please confirm.
88 General
Various ways of data injection/integration Kindly inform the different ways of data extraction that have been
envisioned such as direct data pull from source databases, data entry
through web-portal, bulk data upload through CSV/Excel files / flat
files, API integration etc.
The above information would be required Source system wise.
89 General
Offline data entry Is there any possibility of entering the data offline (line departments
or remote provinces would enter the data through offline data entry
form which would be synchronised with the web application)
90 General
Security Audit After successful implementation and before production go-live the
desired application needs to be security audited by independent
third-party auditor to make sure there is no vulnerability in the
system. Please confirm that the cost of security audit would be
entirely incurred by DWSS only.
91 General
Data digitization, type of Data sources
(Unstructured/Semi-structured/Structured)
We are assuming that the data digitization is out of scope.
The system would accept only structured and semi-structured data.
Unstructured / Free text data is not expected to be analysed. Kindly
confirm
92 General
User Role and Access Control We assume the desired application should have built-in access
control. Please specify the different user group or stake holders at
different access level would use this application
93 M&E General
Language of application and Data stored in
repository
We are assuming that language of the application, dashboards,
reports or data would be in English only, please confirm.
Language of application
and Data stored is in
English and Punjabi
94 General
Training and capacity building a. Please provide indicative number of personnel to be trained on
the system.
Please provide indicative number of trainings and we understand
that these trainings can be conducted offline
Trainings and capacity
building sessions shall
be done as and when
required during the
period of the
consultancy
95 Datasheet 10.1
2nd Inner Envelope with the Financial
Proposal
1. FIN-1
2. FIN-2
As per the Datasheet from FIN-4 is to be submitted along with
the bid but there is no format for the same. Kindly provide the
format for Form FIN-4.
Form Fin-4 is attached,
Please refer Addendum-1, Annexure
1
Sr.no RFP Clause Ref./
Page No.
Quote as per RFP Document Clarification Required Reply by DWSS
3. FIN-3
4. FIN-4
5. Statement of Undertaking
96 Financial Proposal
Summary of Reimbursable As per the datasheet point 16.1, the consultants have to provide
the summary of reimbursable expenses but in the financial
proposal there is no option for inserting the same. Please
Clarify.
97 Form FIN-2
Summary of Costs Kindly consider revising the form to include only the summary
of Remunerations and Reimbursables.
Not agreed